Loading...
Backup Documents 11/09/2021 Item #16G 2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP , 6 G Z TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink p,,illi. r irl ;iuii idr iuik Illy .. uC iU:'5.il ticlt iir till 1 Uii ilie iiiUr till liiflit at the time the item is placed on the agenda. ktf completed rr.ntinR clips;end nri.rin:!I dncnmcnt'I!n,,t he recoil ed in the('Minh kttorne‘ Office nn 1;!Ier than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. County Attorney Office CAO ` «/ 3 a12 ( 2. Board of County Commissioners Office BOCC y 3. Minutes and Records Clerk of Court's Office t�l 4. Send signed copy to Heather Meyer GMD South Email: (Airport Authority) heather.meyer@colliercountyfl.gov PRIMARY CONTACT INFORMATION 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,may need to contact staff for additional or missing information. Name of Primary Staff Heather Meyer/Airport Authority 239-252-5765 Contact/ Department Agenda Date Item was November 9,2021 Agenda Item Number 16G.2 Approved by the BCC Type of Document Change Order#1 IMM Runway 18-36 Rehab Number of Original 1 Attached Documents Attached PO number or account N/A number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK I ik i 2. Does the document need to be sent to another agency for additional signatures? If yes, HM provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be HM signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's HM Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the HM document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's HM signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. 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 your deadlines! 8. The document was approved by the BCC on Nov.9,2021 and all changes made N/A is not during the meeting have been incorporated in the attached document. The County an option for Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by the '� N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the 4I an option for Chairman's signature. this line. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16G c Martha S. Vergara From: Martha S. Vergara Sent: Thursday, December 2, 2021 9:13 AM To: MeyerHeather Subject: Item #16G2 - Change Order#1 to IMM Runway 18-36 Rehab Attachments: Heather Meyer.pdf Hi Heather, Here is Item #16G2 from the 11/9/21 BCC Meeting. Thanks, Martha Vergara BMR&VAB Senior Deputy Clerk `otptt iYK.k Office: 239-252-7240 Fax: 239-252-8408 E-mail: martha.vergara@CollierClerk.com Office of the Clerk of the Circuit Court `r & Comptroller of Collier County 7'11 �^ 3299 Tamiami Trail E, Suite #401 k<<""� Naples, FL 34112 www.CollierClerk.com G CHANGE ORDER Z Contract Modification Work Order Modification Contract#: 20-7784 Change#: 1 Purchase Order#: 4500209387 Project#: 33605 Contractor/Finn Name: Preferred Materials, Inc Project Name: Immokalee Airport-Runway 18/36 Rehab Andrew Bennett • Airport Authority Project Manager Name: Department: Original Contract/Work Order Amount $ 5,887,182.54 12/8120#14A.1 Original BCC Approval Date, Agenda Item # Current 8CC Approved Amount $ 5,887,182.54' 12/8/20#14A I Last BCC Approval Dale; Agenda Item # Current Contract/Work Order Amount $ 5,887,182.54 11/25/2021 SAP Contract Expiration Date(Master) Dollar Amount of this Change 75,339.91 1.28% Total Change from Original Amount Revised Contract/Work Order Total $ 5,962,522.45 1.28% Change from Current 8CC Approved Amount Cumulative Changes 75.339.91 1.28% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 02/22/21 Original 09/25/21 11/25/21 Last Approved Revised Date 02/12122 Date Completion Date Date Includes this change) 79 #of Days Added Select Tasks 0 Add new task(s) Ej Delete task(s) 0 Change task(s) 0 Other(see betowl Provide a response to the following; 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and! or the additional days added (if requested); 2.)why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. This change order will increase the bid by$75,339.91 and add:79 days to the contract time 2. These changes were not included in the original bid/contract because it was anticipated that Bid Alternate 1 of the Taxiway C Extension Project would be authorized for inclusion by the Federal Aviation Administration(FAA). Consequently,the FAA did not approve the alternatives inclusion;therefore,modifications must be incorporated to the Runway 18/36 Rehabilitation bid items.All taxiway circuits need to be transferred to a single CCR.(Bid Alternate#1 increase$4,236.29)o In addition to the airfield lighting system,the geometrical design of Runway 18/36 was slightly modified to connect into Taxiway CO to satisfy current FAA standards.As a result,there was a reduction in some line items such as asphalt mixture and an increase in other line items with the most significant addition of new bid fine, 40 taxiway lights,due to the connection into Taxiway C3.(Base bid increase$71,103.62) • 3. If this change order is not processed, the Runway 18/36 Rehabilitation project will not be complete and the Taxiway CO connector will not meet current FM airfield standards. Prepared by: C..(ka, -- Date: 10/05/2021 Andrew Bennett, Executive Manager,Airport Authority Acceptance of this Change Order shall constitute a modification to contract./work order identified above and will be subject to all the same terms and conditions as contained in the contract(work order indicated above, as fully as if the same were stated in this acceptance.. The adjustment, if any. to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. Robert Spillman ,i61)).,1,u711y020,qinortelsbrs==an Accepted by: Date: Robert Spillman,VP/GM,Preferred Materials, Inc. Approved by: " Date. Kevin McCauley,Atkins Project Manager Ian Barnwell Digitally signed by ion Barnwell Approved by' Date 2021.10.06 18.3046-0400' Date: Gene Shue.Division Director, Growth Management Department Digitally signed by Scotarittity Approved by.Scotannity Date:2021.10.07'10:37:04-04'00' Date: Trinity Scott, Deputy Department Head,Growth Management Department Digitally signed by SchneebergerSara Approved by: SchneebergerSara Date:202i:10,13 1100:48-0400' Date: Sara Schneeberger, Procurement Specialist, Procurement Services Division 166 2 ATTEST: BOARD 0''COUNTY COMMISSIONERS Crystal K. Kinzel_Clerk of Courts COLLIE C FY, FLORIDA Comptroller ... 1. ... ' lik By: DatedeCeM(6eir Penny Chairperso 7.0 __ i (SEAL)AiteSt•••• 0 tsilairman's • signaturt'only. A pprs 1. 4 to i o, 1 legality: By: r IT 11 ________ Ott R. reach Deputy County Attorney �� ��� �� Change Order/Amendment Summary | ----- ...... ---� r---- --- — —� i COST TIME / | CO# AMD# Oonnriphvn ---- �----- �v*(+) orxv;nv�(') i O»v» Additive Justification L��� Amount_ ' Extension of the ` — -- ` - projemtoUein,ith the newly Tie into Taxiway G3 to satisfy FAA constructedstandards. Newly constructed 01 TaxiwayC Adjust $75.339.81 79 294 TaxiwayC was just completed in nonu|mnnon ( August �uOuu an the Runway Must tie quantities,add 4O intoC3. lights and days vo � contract. | � | | +_ __ __- -1--- ^ — | ' ______� 16G 2 _ �, , 1.0 miwW4 m NaNtiN h ,n w 14 . a v a w V 0. uN... .. 0aD i m u a w N .o x J ¢. ,f a ..+ N ... g _ a az . ,_ rv•' ,_ ,.. V ^ -1 .7, -• .7. T 7 O 9 0 0 0 O S O D W 7 9 O.0 9 C V O O n ^ r1�_y1..-...,= x ,, p O g O N 0, N 0 M D O O N N N O sU•� N O O G y O 4 n n " r• R N 3 , 0 o f7 4 o p b O U. N N " u o O a w '' O ... ... po Q a N .1 Z in a w N VW 4 N U. ,A N J` N U, U' U, U, N N , Co Po V. to 1. , to N ✓, , , S Q Cf._ ,I• " - O S r .+ u u u G r-. 6 w u w N w r. y a r. ... .... ✓ 0 CO J T N u n CT b a pp y A w n /; fl p r g' O c b o ^, O. D $,T o W a N D K z a O 'Sp C z m m m � (n p , L N m Q r. Q+ ' ,n o c c n ,, „ n z z a' n a 3 p 3 'O z O x -� 3 z i O "+ 6, 6 m > 2 4 - 2 = Z m Z ,; C w m " O - . Y n n ; 0 0 2 k T 4 (Et p " O F . G a A A Q C 4 �y G1 z (n n h C A rS Di =: D D y m u' D x D 55Gnn y s z /.�, ¢�.q - r- p D z m C . A Z m V ~ > y m y n 0 0 T w D x R ,Y„ =y p i. 7, z A D _z 2 h a N p 3 Y N m m O . , yA O Z r~'+ ',zn, O ,^ v - ' A 2 -.7 m ^ n 9 ,Ky O= z a s n K z c z O C O 9 �. N T` O QG �✓ Q Y V 9 Z ( ,� 0 cV -Y4 .�+ C F A a7 O N y C < S C Z = , z ,^'+,i On 2 '- D ,_ v m 0 '� )+ D '� a `� O 3 Y n z O n S 0 a 3 V K C z r s O K Y < O z n z to T Y Y < x Oz • o r D 2 ^ rs m G. D 7t r' Ta 2 Y A S G1 Z 2 F n ?� n T , n 4 r, -. O a c r 2 N W -1 ... T V n N cr, N © o zz = z N x. X'' O O a 0 O F5 � O O a V 2 O a I: z 0 CO> Omm as z Cg m co D o s s a c c' ,.. ,, c < vaC ,O 73 O!i 0 z E. O n r z E. yz > n c o. m 0, o N ou 9. 2 n c O on 2t 3 0 / . b 88' c Q0 } % `,c; A N Gn I N > D D •, w n 4 N 2Nn a T ^ N G TN CT, w N N O !D N f{w r Y •O. V r N N A cvY, },p//�� .pn opyNNy .-.. .... 6 . L. A O , q o. A O 6p O{" ~ 8Q N '. N .' ? O N fJ J 4 �] O •O § v O § 1'/i O Q ' Y 8 ZS O O p p p K IV PP O 0'o u .+ O u O 8 O O O. .O O N # x. .1 w v, Epp ."' ppp p7, - u 6 D 8 N ... N N '- N y -§ 8 .- N .-. ✓ r c' O 4 O N 6 O O § A ... N J.. 'Oa 8 8 .+ ... O 6 8 u O t] g a 2" 7 $ N N N N Ny N " IJ ... V N 0 V,W P W N N y.yy...y/�� 00 , N 0, i,pp Wy A N .�+ 0, 3 W N ✓�'.✓ 0 0.. 0, .N+ N W r, .. W N N u ,0 0 0 0 a 0 CN, A w .p O N .. t�i. A O N ... ... , , N N W .+ lA N A 00,E O ._ W y pp.� pp1� 00 N N O 6yJ. ,0 ~ •N w .o . p „ w J 000 / w v 000 , .. ,V x J W W A W y N N ....,..J A 0• a w A ,9 SO A S A p , � .. 88 N8 In '- 0 -.T N 1/,N 4� , N' N V1 V,N N V. N ,I� V. N N C4I , VN N., N. ti N N N •*. A N yn N - y1.,,, W 6 1 NN A O I tZA Z ,ppO V. .., F.. W V W e) (N., 8 A 06 O 60.• Un 8 06 .9 pTN r U O ,J T S .t O A L V o n WwW N Op Op, 00 UN. lR O yO. pN pO yOs ONO A gyp. 0p0 pN . OWWD A pN pN O Op N pW pOp tv•� .0 0 pwppp 1pal pV pP pw O w N nM 8 O 8 8 A V v ✓ O O 8, 8 N 8 E 8 g O 8,O 8,8 8 8 8 0 P,P O P,4 O O O 8 4 8 4 8 _..._..........„ a. / yy 0 1.I W s 0 w .` P P W A v b V N',,.N 17,.... 4 'V, a`inl'i, OD .G .... r to N QN a;- o N U, 000 . 0, 0 . oo . N.. 6w a. � $ Q $° iw o oEi � ioY3 �'' o0 9 808'88 �, .288888888888888t8,h,8888888888,8,82888 .. , GNN i. ~ yiN muONNN NNN MNFN. NHNNWN, A JJN6 .' OWNNN NNNLNoN Fs NN i b O 0. n N . ... O. w 0n O O . 0 n u ;1, 0, N . O J O, VI -4NwLLNJNiWWA01G O A t 0N0ND1 1t. C .61DDW0 v4 N .wy •D EV, 4 �WN G i b :w CJ -) v V. 6 VVI M 4 O N �+ W L V O u+ U, � w,, ,f ✓ /, 6 C..• 0w. 4.1 CI 08-.gA A• 08 p08 pp8OO U 488 P 8p8888 V. 00J ppCp8808, 16 G 2 S n W N r a v N N a W N .� * N L w C, P p ,A F N T 1Ni' A w hi .N•. 0 tC Zs 00 L. O. ... a a N a • O T r w r 3 b e n N Y y o v n ter. `4 4 'S s .- , u i t88 O Y N U' V' c A NO z w O D M a a a '•. vN, V� '•., , N h. N O p O .4.... Q 0 a n a w N .. o .. v w N a .p w v o• ar. a w N m u+ a .. ....t 7 r .- r r 7 r- a rP a ° OO x ao�a� Yr 3a » * * t $ * & nz z ^ we000io0odo * N * * * * r5, n m £ 2 F f jj F I I u O .4.Q t 7 o v m m P 0 .,, O ^ .;„ •,°; i.OD! °° n > > n s i S .. D r c z Z a , n a> - ' xi A r`ri Nn ,Ai A n O m x x m m ` D z O O O n p R 2 M c Q y a , a D z z 2 3 z z C G a o C o n +* o z z z 2 r- 2 a a y p '.�- t '�D .' C� N D D O N N AP. A m ,r -, -'n('o� O D D a p =. X -.' ,o mm�. 3 A A > A M . p O Oy o o U U q h: O z 2 2 2 0 D Y i n S -n1 n . C 4' K G 7 47 A { a M z O -'-,,, ,'", ,, p p ' p S N v M O o 1'-- n n n n n el . A M m c c c c K g O ...., 2, *z 2 D 2 v• s ps.. O x x z 0 0 O. Q C n R A n `z a 2 z 2 z O 2 Y D A > y 4 s m A n �' m O m p n y -Ap/ m1 n n .Z.. P m 2 m 2 6 O m n ^ M ~ m T. O c C c c 2 -, W n Q 'z^ 0 0 , P° 0 •- n n x x x x r. S .A- -94 s 3 n R _ ? Aso y ,r.. - r r Q y % N N R a : D ,^ I3 - _, _ O C1 A m ,Ni C7 c O o c 3 a w w w w• C. 3 , 47 2 '�' ':a„ H a, ..� cO Q Q 17 D u y = Q n M Y - a K a w y 0 M rQ ; r o v o .0 o 3 A X 2 R Q O O n a. A pa a a a 2 b : C c C D D D D z D C Y D m r' m .. a A 1^ q x T u u P I. I. Z 2' 1.1 D D > D G G D w ji i^ i p r D n ; D D a > D A D A D r ,. T ++ 1,7 gg A ti N D ct {'fQ('� 1 ..r-...ram N O u a 0 ~ ... W b Pf if — .. A a No N . rd FA. Q N C " a ad55 v N o r a ., y N O I N N V, in, N N C 9 N V. N Y N V. N N v. N•p N N N VA v. N 3 N N M .p {p ya pV,`/p ? » !O N W y L i+ ti' y Y P !+ N r O N .a a -J A N N N V1 ^ Ot 'T �' u N W v 9 � . P N W f" w ". P N a7'4 N . W N Z L 9 pp p . p 1y (� V P W N e^2f. tv •O • •p • N iv 02 x Wpp N N a J N a m w ��pp O O w O A v' O a a µ p 0, 00 n G u N 10 P N W R Q $ p L v a 1U N O O a Q i. O O 1/' N .N.. ^ N„ H y N N d , N N v N •r N N W N N, �p N a , , N N P N r sD ~.• b W l� G .N-• O N N .J p O v r .r+ V� N P C. 00 M w OO 40 ..20,0 . p t qo Nl, 00 J N 00 u a v 00 a i0 r• v W N .-' a ? ,1 W ID V• R' N W m n pptt VJ N {p r N O - N w pp .P.. w v H W P W pppp a W N N A A M N � p p D P T v O V P. A 'D O' Al M 00 Co 00 OO O p U C? ti $ S m w $ " � 8 8 0 0 :' 2 a,. z.• 8 u a 8 P i'''.8 a 88 $ 8 0,8 'z:,a, n tlGo!1 0 8 N v N N Ny, NN NU ^ O 01WWN .� 0N ' r V p Y O NOOtl0 POO N OO n y OOQOoOSNANO OONNNNO O 888 •= v8888, 8 ___..... NxR88888.8.,8_8 � 888888,88 �S88,,88, A p M 5 N N M N N O .N-• VN N N y, O a N_ , V0 N VI 1S 'i N N w N NIA ,W q N N N N !�-. ,O .•41 O W pWppp r :O a w W .N. O ' .N-• Gf O N \^ r. h+ a O O iP w La •+ W 1i�^P .J-• Q� V t p a V 00 .4f3 Fa .: Y M a N a -.! ... i.. W w ''•. .. m M 2. W w N GO rp.! qp }� o pr a w O. v. n v pw w "pp 2 °' w ti h o ,V�p, p8p' N CO '0 23 Oa0 v. ow .V- opp V. {w+ u• i., O2p�. O O ig » 'J�o .Ou 8 8 tW N 2' » .G R 8 a'18' b > v ti 8 O, rw O 8 8 Yo O 8 8 O 8 8 O 8 8 1 GZ P P R 4 C Pe 9 G• C? 0 0 w fp n � n O A A G m > 1 C { t .t p 4 > Z x r M > G1 < n A > > n cn x n � A< V, rn �1-4 g ro • Le eN N b t(1 M gypp} M+ r r N n 0, 8888 8 8 8 QQ�y 8�� 8 8 G A C] N P L • w 8• 8 8 8 16G 2 ATKINS Atkins North America DBPR Certificate of Authorization No. 24 October 4, 2021 Mr. Andrew Bennett Airport Manager 2005 Mainsail Drive, Suite 1 Naples, FL 34114 RE: Immokalee Regional Airport Runway 18-36 Rehabilitation Weather Day Recommendations Collier County Contract No. 20-7784 Collier County Project No. 33605 Atkins Project No. 100073648 Dear Mr. Bennett, Atkins has reviewed the requested weather days provided by Preferred Materials as of October 41h, 2021. Based upon FDOT Division 1 General Requirements and Covenants- Section 8 Prosecution and Progress, Subsection 8-7.3.2 Contract Time Extensions, Atkins recommends that the County accept the following dates as acceptable weather days: • July 2021: 121h, 141h, 15'h, 20th. 271h, & 28th • August 2021: 2nd, 3rd, 4"', 16'h, 23rd, 281h, & 30'h • September 2021: 2", 81h, 10th, 14'h, 15th, 16th, 20th, 21 s', 22nd, & 23rd Atkins recommends a total of twenty-three (23) weather days be added to Preferred Material's Contract. Please contact me if you require any additional information, Sincerely, Af Kevin McCauley, PE Atkins Project Manager c.c. Heather Meyer, Rookmin Nauth 1514 Broadway, Suite #202, Fort Myers, Florida 33901 Tel: 954.903.3605 i6G 2 .00- Preferred Preferred Materials,Inc. 18080 Green Meadow Road MATERIALS, INC. Fort Myers, FL 33913 A CRH COMPANY ww.preferredmaterials.com September 28, 2021 Kevin McCauley Senior Project Management Atkins 1514 Broadway, Suite 202 Fort Myers, FL 33901 RE: Immokalee Airport Runway 18-36 Rehabilitation ITB#20-7784 PMI Job No.: 21-2833 CO#1 — SI-02 Request for an Extension of Contract Time Mr. McCauley, Preferred Materials was issued a plan revision (SI-02). The critical path will run through the additional electrical/lighting work. The 40 additional edge lights have a 6-8 week procurement time. Documentation from the supplier, Airport Lighting Company, is attached. American Infrastructure Services is estimating 56 calendar days will be required to perform the work associated with SI-02. As of today's date, the project has been impacted by 23 rain days which have caused zero or limited production on each of those days. The rain events have been documented on daily stormwater reports for each rain event of 0.5" or greater. Preferred Materials is requesting an additional 79 contract days be granted. This would be the 56 calendar days required to complete the work associated with SI-02 plus the 23 rain days. Should the procurement of the edge lights be delayed by the supplier or should the project be impacted by further weather days, Preferred Materials may request additional contract days be granted over and above the 79 days being requested here. Please let us know if you have any questions or require additional information at this time. Sincerely, Jason Digitally signed by Jason Bates Bates Date:2027.10.05 09:35:05-04'00' Jason Bates Preferred Materials, Inc. Project Manager Asphalt Division ibG 2 Preferred Preferred Materials,Inc. 18080 Green Meadow Road MATERIALS, INC. Fort Myers,FL 33913 A CRH COMPANY ww.preferredmaterials.com September 28, 2021 Kevin McCauley Senior Project Management Atkins 1514 Broadway, Suite 202 Fort Myers, FL 33901 RE: immokalee Airport Runway 18-36 Rehabilitation lTB#20-7784 PM I Job No.: 21-2833 CO #1 —SI-02 Request for New Pay Item Mr. McCauley, Preferred Materials was issued a plan revision (SI-02). Pay Item 51, the taxiway edge lights, have had a considerable material cost increase since the project began. SI-02 is adding 40 edge lights to the original contract. We are requesting a new pay item be added for these 40 additional edge lights to offset the increase in material cost. Backup documentation for the pricing is attached, but it is summarized as follows: Subcontractor Labor $28,443.80 Subcontractor Equipment $9,440.20 Subcontractor Material $28,729.60 SUBTOTAL $66,613.60 Subcontractor Markup (10°!0) $6,661.36 Prime Contractor Markup (5%) $3,330.68 Material Sales Tax(6.5%) $1,867.42 TOTAL $78,473.06 Please let us know if you have any questions or require additional information at this time. Sincerely, pigttatly oigned by Jason Bates'hs°°°a2;5 Oate:202 .10 OS 09:34:10-04'00' Jason Bates Preferred Materials, Inc. Project Manager Asphalt Division 16G 2 9121l21,9:56 AM American Infrastructure Services Mai-FW:iEXTI IMM RW SI-02 VA Justin Slack<jsiack@alnffaserv.com> FW: [EXT] 1MM RW S1-02 Alexys Butler<Alexys.Butler@airportlightingcompany.com> Tue,Sep 21,2021 at 9:48 AM To:Justin Slack<jslack@ainfraserv.com> Cc:Doug McIntyre<dmcintyre@ainfraserv.com>,Alan Fontaine<afontaine a@ainfraserv.com>, Dan Rose <danrose70@gmail.com>, Ed Levy<Ed.Levy@airportlightingcompany.com> Good Morning Justin, The given lead time at time of order for the adder of (40)Lights with 10%Spares was 6-8 weeks. The estimated ship dates for the material is as follows: L861T Lights&Airfield Lighting Arrestors est to ship 11/4 Complete Kits&L830-16 10/15wTransformers est to ship 11/1 L8678 Base Cans&Base Plates est to ship 10/15 Please let me know if you need anything further. Have a great day. Thank you, Alexys Butler Project Manager Airport Lighting Company An ISO 9001:2015 Certified Company Office:315-682-6464 Fax 315-682-6469 wwnuairpartlightingcompany \tirportLightingCompany httpsffmail.google.comimal VWO?ik=fccef85b31&vtew=pt&search=all&permmsg ld=msg-f%3A171:519408807893986&simpt=msg-r/3A 171151940880... 1 f3 1 6 G 2 | } - , a CO - - 0N .— 0 7 * 7.24 ) _ a / \ § _ \ ( � 2 ) TO ) ) C• O = k \ \ _ ! m — , f ± � 7C k } | J - - \ � ) j2 00 4.1 co \ ) 7 \ k{ ) •; - \ \0m\ � 2 \/ < � } \ ) ase< ` � � 7 .11 se at cc — l « $ .0a( IIjR \ E ))E —• ) \ } } # cu cO ri /- uu ! en 3C 41 04 Q 0 , \ cc 0 a o. = —3 r , ( Ti � / ° ; ) - I $ = t ` t \ k ` ) � = ¥ a = r a } � u \ u � / ) 7 ) 2 ,e ± / _,/ k _ CV � = mk § \ � \ II ) , r � ma) _ m , � / ) ) Emmmm _ � „ e � . . . . . . . . . . � I 6 G 2 Oa anmr Iremolulee Refl00el Airport Runway 18.36 5602 Matte GM Br RerlueK amertean In7ras UVCtv+p Sera'es Noah AMA Smarty Rate Mart aR *fW t1 f O2 IBM.firs. 01101. /urd.n tbt9 buNan fib.! Tatar Mork up Taw 55eN Taal Sule.mten6ent lltecalerl $55.00 552.50 0000 1000 55.0.10.00 1907% 31.118.20 1..969.20 10.00% 1416.92 15p64.11 Laborer(Must Crew) 120.00 530,00 10.00 20.00 11.100.00 29 $2 07% 1659.94 .13934 4 1003t 13 0 52 .95 31.123AI saber r(Felwl Ceew 52000 120.00 e000 20A0 1430000 2607% 5639.54 52.119.54 1e00% 5213.05 11,12161 4/anr lama,'Ge0.1 12600 130.00' /0.00 2000 52.2o9 oo 2907% 511914 00,419.54 60(.00.3 $713 96 12,12041 0re.e 125,00 557.50' 2003 . 150000 29.01% ;145.1S 5645.35 10 OOR S24.64 2>09.e0 1414.er 52000 150.00 2600 H0000 29.0711 1116.26 5516,22 5600,,, 551.61 260.11 Sameinrredenl101r6Nel 525,00 5S2.10 12600 15.00 H.91750 25.07% $1449.17 56,417.37 100% $143.Ti $1,041.10 Giper 52000 510.00' 120.00 13.00 $2,150.00 29,079. $12e.50 11,67..50 10001 S361.12. 34,00114" 1260er 370.00 2.30.00 12600 35.00 52,650.00 29.01% 1u1.50 . 13.671.50 7000% 1367.13 24.04434 S- i. 29.97% 1. S, 20,AA.k Y 1. 3- i" 29.07% 3, S. 10Wt6 S 1^ 5• 29.07% S. $^ 1000711 1. S. 5. S. 21.on S, L l0 of", 5- S^ 70T111 511,037.58 54,40010 516,441.00+ 52.144-14 131,016.1.11 511.211.25 16G 2 AVAIL ' 11341 Lindbergh Blvd Ft Myers, FL 33913 American 239-206-4411 Infrastructure Services February 5, 2020 To whom it may concern: I certify the labor burden rate as listed below: FICA&Medicare 7.65% SUTA .27% FUTA .80% General Liability Ins. 8.30% Worker's Comp.Ins. 6.90% Health Insurance 1.30% Vacation&Holiday 3.85% Total Labor Burden 29.07% Doug McIntyre President 16G 2 E rWc r~.n war okaleee Order RequeAirporst Runway 1b•3R 41/}"�'' SFOE Change Order Request '�`-T[_]�—t-rT.y� Amer lc ar, InlrastrLCtury Sery ces Regular Mark up '^ EQVIPNEHT Hens Rat! No"Total Ilk Hates Idle Rata Idle Total Total Mark up Total Total Darcy Total tOTA11 #`iratler F 20 550.00 51.050-OC 0 575.:0 S• _ S7.POQ00' 10004; $100.00 57,100.03 till_ler 20 S2000 5400.00 0 $1000 S. Saw.Ca I0.00% 541.00 Sa4000 ',Pickup True%wtb Tools 12S 520.23 $7,521.7S 0 St0.12 5- $2.528.75 1000% 5252.Ra $1.781,61 Ipkkop Truck well Toots 13S S20.23 52.731.05 0 $1015 $ $2,731.05 10.00% 1271.11 $3.004.16 MOO51,4valof,... 120 $23.17 $2,760.40 0 SS 1.S1 S. $2,250R0 10.00St.i...�5278.04.. 53,050.44 ._ S 5 $ 5 $ S. S 5 S. 5- • 5- 5- 5 5' 5 5 5- TOTAIS 39.440.20 5944.07 110,384.22' $10,3b4.22 1bG 2 Immokalee Regional Airport Runway 18•3b SL.02 Change Order Request MATERIAL&Subs American InfreiStructure Services CONl�$1021, Materiah&Svbs Quantity UM Unit Cost Total Markup Markup Total Tax(6.S%J Total MiTt Pot"Voi.n:ni 57:%,14 S13,179 1,";.00": SLRri 46 St.861.1 $33,40.98 16G C American PO: 2106.21090901js Infrastructure Services Bill To:American Infrastructure Services Date Issued:9/912021 Job 8:2106 11341 Lindbergh Blvd. Date Required: Name:Immakalee;Runway 1836 Fort Myers,FL,33913 �.-~--- Vendor.Airport Lighting Company Ship To:American Infrastructure Services Address:108 Fairgrounds Or. ~� 11341 Lindbergh Blvd. City,State,Zip:Manlius,NY,13104 Fort Myers,FL,33913 Phone:(315)682-6460 Far I31S)6824469 Bid ID— .-^ Description Manufacturer Unit price Units Total L8611 14"BLUE LED --__._. .,. ---_----_._...._...._..—. _. 5718.2A 40; 528,729.60 18611 14"BLUE LED(SPARE) L830-16TRANSFORMER 10/1SW 6.6/6.6A L830 16 TRANSFORMER 10/15W 6.6/6.6A(SPARE) CONNECTOR KIT,COMPLETE BAWL U1678 24"BASE A-2"HUBS(0,90,180,270)1-INT/2-EXT GNo 1"OR CPLGd L8678 1/8"10.25"BC BASEPLATE CORTEN 1,5"NE THO.GASKET,6120 GABLE CLAMP ..}.. ASS'L W/GROUND -.... 1.867B 1J8"10.25"BC BASEPLATE CORTEN 1.S"NE THD.GASKET,6120GABLE CLAMP — ASS'L WIGROUND I ; COPPER GROUND LUG W/STAINLESS STEEL HARDWARE FIELD LIGHTNING ARRESTOR $457.141 2+ 5914,28 AIRFIELD LIGHTNING ARRESTOR Per Flle 4:IMM082020-ADDER attached. TAX NOT INCLUDED Total: 829,643.66 Special Instructions: Note:Please reference the Alt PO number with at correspondence. Authorited AIS Purchasing Agent: ibG 2 AI RP0R1 080 CO. )q!FAIRORgVNASDS CONE MAHUM,NY 13104.2416 01'0 P$ONI 115.W-6460 FA%.115662.4464 ` ik. AClMOR2010-A DOER Immnlak..61.IlmrrwFeke'Lir)rn)Alglill Jcb: )64MUF:AIFE,Ft.IrMMOKALEF AIRPORT; Dee.RIO'n70 AMM 072021 ttt)t)gIl '2S.KG:Ii4n tiJ2r, 40 VF111 ItAti1,41t111 ST):O 10I.Ik11)+ SVA,1J'l 9? AO I101 T 14'BI.L'E L1:2) 4 LJ161 T 11•RIVE LID(SPA R1( e0 LA30.36 TMNSFORA(TA I0ISN'6.66.64. 1 133O.IA TRANS PORMFA I11e11N•06'+..4/A(SPA RFI 40 CONNEL'roR OUT.cIIMRLEFE RAWG 40 1407021'SASE.4-r MSS 10.6U.110.2201 611470.3 TGNO I'f1R CR112 (AMR 1'R'10,25'Rf RAM41 ATV'MR T1N I.!'N1 Tilt)CASK(-.A120 CAST F.CI.A V p W ASSY*vfROUNO LRADI 1'r 10,2S'SC$ASEL'LA I CT7R TEN I.3'`)I TF90.C)ASF:1 T.6120 CABLE C'LA,MP 4 ASSY NV/GROUND SO COFFER GROUND LUG WO 3TAL1LE3S S Ilk 1 IFMU)WAAE AMe. 2 PIt:LO 11CFf11.iNc ARRI;suns 1 R TIS)1a Solt 70 010111,L0 1..11:1 INC;ARRLSTOC 1I11AL 522,1-e3.61 to.,gweel.vn u u kly 101.wi reer.ee.rt AUT..L.g0Ueg L'mpreq.kw r-.eti re6eril tu the p.e.0 e.E (W....Thi.A•.uawn iM;t.ir,arm,.nl. ..6.kJ LmSA.a!o me Lvui.lnl m b iuu7ceTN n..nr6uiw seg.end an ekl:cll h6hr:rA malnia6.leyeim6 6u 1..p..rm Foal 4w1166e u.l 6.V n( m ucti41.ve LRe re:pv.4,0,401,or du aeanmer 4114•.tl k neplbwtl pr.*to NOXPIJIllt ofa)•uctu.e x3ee. 1emn:Net M 2rc41,4 Nu kulabJ,(11N :hw�.ser fine Fa.)0 A... 3 ej 1bo't a"1.U�w�A. S0..AL� 16GAT K I .3 Atkins North America DBPR Certificate of Authorization No. 24 SUPPLEMENTAL INSTRUCTION (SI) / FIELD ORDER SI No.:SI-01 DATE:4/28/2021 TRANSMITTAL ATKINS Emailed A/28/2021 TO: I Mr.Andrew Bennett TO: Mr.Jason Bates Airport Manager Project Manager Collier County Airport Authority Preferred Materials, Inc. 2005 Mainsail Drive,Suite 1 18080 Green Meadow Road Naples, FL 34114 Fort Myers,FL 33913 RE: Immokalee Regional Airport Runway 18-36 Rehabilitation(Collier County Contract No.20-7784) WE ARE TRANSMITTING TO YOU THE FOLLOWING WHICH IS DESCRIBED BELOW FOR YOUR REVIEW,CONCURRENCE AND APPROPRIATE ACTION: Supplemental Instruction(SI)No.01 (SI performed under CA Services)is issued as a result of the Additive Alternate 1 portion of the Taxiway C project not being constructed. AVCON has reexamined the CCR size needed for transferring all taxiway circuits to a single CCR. It is concluded that the T/W A, B, & C CCR shall be replaced with a new 20kW CCR.The Contractor shall substitute item L-125-13 for item L-125-14.Please reference the sheets below for new CCR,circuit breaker and wire size. AVCON also corrected the CCR size for R/W 18-36 on sheet E710. The correct size is reflected on all other sheets. As per L-125-4.1, CCRs are priced by the quantity and size of completed units installed. This cost change shall encompass the difference in circuit breaker and wire size. Item L-125-13 has been priced at 525,184.22. Item L- 125-14 has been priced for S29,420.52.There will be an additional cost change of$4236.29 for the 2.0kW CCR. ATTACHMENTS: No. 1 Copies Dated Type Description 1 PDF 4/9/2021 Drawings j Rev 2-E-710, E-713, &E-714 E.COPY CCAA-Heather Meyer,Rookmin Nauth Atkins-Scotty Bakowski,Tomasz Trebacz Kevin D. McCauley, PE-Atkins If enclosure are not as noted,kindly notify us at once. 1 6 G Z IN Atkins North America DBPR Certificate of Authorization No 24 SI No.:SI-02 SUPPLEMENTAL INSTRUCTION (SI) / FIELD ORDER DATE: 9/7/2021 TRANSMITTAL ATKINS Emailed 9/7/2021 TO: Mr.Andrew Bennett TO: Mr.Jason Bates Airport Manager Project Manager Collier County Airport Authority Preferred Materials, Inc. 2005 Mainsail Drive,Suite 1 18080 Green Meadow Road Naples, FL 34114 Fort Myers, FL 33913 RE: Immokalee Regional Airport Runway 18-36 Rehabilitation(Collier County Contract No.20-7784) WE ARE TRANSMITTING TO YOU THE FOLLOWING WHICH IS DESCRIBED BELOW FOR YOUR REVIEW,CONCURRENCE AND APPROPRIATE ACTION: Supplemental Instruction (SI) No. 02 (SI performed under CA Services) is being issued as a result of the Additive Alternate 1 portion of the Taxiway C Project being constructed as part of the Runway 18-36 Rehabilitation project. In the runway design project,the Taxiway C3 geometry from the Runway 36 approach end to the Taxiway C3 tie-in assumed the FAA alternate would be approved. However,clue to lack of FAA funding, the FAA alternate for the TW C3 modifications were awarded as part of the Taxiway C project. As a result, the geometry at the tie-in point does not match based on the Runway plans. This results in a small section of Taxiway C3 not meeting current FAA standards while all adjacent runway and taxiway geometry will have fillets and associated edge lighting that meets all current FAA standards. If the Taxiway C3 improvements are not constructed as part of the runway project, the newly constructed pavement and lighting will not tie into the TW C3 connector properly. The Runway 18-36 Rehabilitation plans have been updated to show the new existing conditions based on the completion of the TW C Extension Project and the circuiting and layout of the airfield lighting systems have been updated to incorporate the addition of the Additive Alternate 1 portion of the Taxiway C project. Please reference the sheets below issued as a result of the Additive Alternate 1 portion of the Taxiway C Project not being constructed, ATTACHMENTS: No. I Copies ` Dated Type Description 1 PDF 7/30/2021 . Drawings Rev 2—G-001-SIR, C-003,C-104, C-207, C-304,C-404,C-504, M- 008,X-123, E-101, E-102, E-103, E-104, E•105, E-106, E-201, E- 202, E-203, E-204, E-205, E-301, E-302, F-303, E-304, E-305, E- 306, E-702, E-707,& E-708 If enclosure are not as noted,kindly notify us at once. 16G 2 ATKINS Atkins North America DBPR Certificate of Authorization No. 24 E.COPY CCAA—Heather Meyer,Rookmin Nauth Atkins—Scotty Bakowski,Tomasz Trebacz Ai 7./ Kevin D. McCauley, PE-Atkins If enclosure are not as noted,kindly notify us at once. 166 2 Runway 18-36 Rehabilitation—Taxiway C3 Modifications (SI-02)Justification The Taxiway C extension project was recently completed on 8/12/21. Originally the FAA did not approve the Taxiway C alternate which would have resurfaced about a 1,200' of Taxiway C and 114' of Taxiway C3 improve the fi lets and associated taxiway edge lighting at the Taxiway C/C3 intersection to meet current FAA standards. However, the Taxiway C project was completed under budget and the FAA agreed to pay for a %-inch mill and a 2-inch overlay to strengthen the Taxiway C pavement section to match the existing Runway 9-27 pavement section. This only included the straight segment of Taxiway C but did not include the short segment of taxiway C3 leading to the Runway 36 approach end. The FAA also did not include the lighting modifications within this area. In the runway design project,the Taxiway C3 geometry from the Runway 36 approach end to the Taxiway C3 tie-in assumed the FAA alternate would be approved. As a result, the geometry at the tie-in point does not match based on the Runway plans. This results in a small section of Taxiway C3 not meeting current FAA standards while all adjacent runway and taxiway geometry will have fillets and associated edge lighting that meets all current FAA standards. If the Taxiway C3 improvements are not constructed as part of the runway project, the newly constructed pavement and lighting will not tie into the TW C3 connector properly. Based on current projections, less asphalt leveling will be required for the runway project than originally anticipated.This will should result in savings in asphalt quantity which should cover the majority of the taxiway C3 paving and electrical cost for this supplemental instruction. Approving this SI for the Taxiway C3 improvements will result in all of the pavement leading to both Runway 18-36 and Runway 9-27 meeting FAA standards. If not approved both the lighting, pavement thickness and geometry will need to be modified in the future to comply with the current FAA standards. The existing section of pavement, located on TWY C3 and approximately 114-feet long, that is proposed to be milled/overlayed and upgraded to standard FAA fillet geometry by this supplemental instruction has only 3-inches of HMA surface. Advisory Circular AC-150/5320-6F Table 3-3 indicated the minimum asphalt surface for aircraft over 12,000 pounds is 4-inches. The lmmokalee Regional Airport ALP indicates Runway 18-36 can serve aircraft with single-wheel loads over 35,000 pounds up to 110,000 pounds 2D wheel-tandem.The proposed 1-inch mill and 2-inch overlay would bring the existing pavement in compliance with FAA standards. In addition, this portion of TWY C3 is the only portion of taxiway pavement enroute to Runway 9-27 that is not in compliance with FAA fillet geometry stated in AC 150/5300-13A Table 4-5. The portion of TWY C3 adjacent to Runway 18-36 is already being upgraded to standard FAA fillet geometry and pavement thickness as a part of the rehabilitation project.The rehabilitation of the 114-feet long portion covered by this supplemental instruction will bring the entirety of TWY C3 in compliance with the minimum pavement thickness for the aircraft indicated in the ALP and geometry specified by Advisory Circular 150/5300-13A. 1 6 G Growth Management Department Airport Authority WORK DIRECTIVE CHANGE CONTRACT#/PROJECT NAME: #20-7784 Immokalee Airport Runway 18/36 Rehab CHANGE# 1 DATE OF ISSUANCE: 09/07/2021 EFFECTIVE DATE: 9/7/2021 OWNER: Collier County Board of Commissioners PROJECT#: 33605 CONTRACTOR: Preferred Materials, Inc. CEI Engineering Services: Atkins North America You are directed to proceed promptly with the following change(s): Description: Please order all materials and complete work that correspond to SI-01 and SI-02. With the completion of the Taxiway C Extension Project, we can now proceed with the pending changes and adjustments to work necessary for the proper completion of the Runway 18/36 Project and connection into Taxiway C3. Purpose of Work Directive Change: Changes needed to connect into Taxiway C3 along with all corresponding airfield lighting and electrical circuitry work to satisfy FAA standards and successfully complete the Runway 18/36 Rehab Project. Attachments: SI-01 and SI-02 If a claim is made that the above change(s) have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract Price: Method of determining change in Contract Times: E;I Unit Prices Contractor's records El Lump Sum E Engineer's record lol Other El Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: S 100,000 Increase or decrease by 80 calendar days. RECOMMENDED: AUTHORIZED: By: By: CCD.-- ingineer Andrew Bennett, Executive Airport Manager m kv.