Loading...
Backup Documents 09/08/2015 Item #16A48 ORIGINAL DOCUM :NTS CHECKLIST & ROUTING SLIP bq h t TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorne Office no later 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. 2. 3. County Attorney Office County Attorney Office SRT 9/8/15 4. BCC Office Board of County 1R Commissioners \ 4/ 7A,(A 5. Minutes and Records Clerk of Court's Office /q) c 313°96-� 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 June Miller Lehmann,Transportation 252-5834 Contact/ Department Engineerin Agenda Date Item was 9/8/15 Agenda Item Number 16-A-48 Approved by the BCC Type of Document 2nd Amendment SFWMD Number of Original Two 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) ble) 1. Does the document require the chairman's original signature / 4 2. Does the document need to be sent to another agency for additional '14 atures? if ye S;zr 4 provide the Contact Information(Name;Agency;Address;Phone)on an . :-••: eet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be SRT 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 SRT 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 SRT 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 SRT signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip SRT 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 9/8/15 and all changes made during th• meeting have been incorporated in the attached document. The County Attorn• s Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by e BCC,all changes directed by the BCC have been made,and the document is ready fr the Chairman's signature. T - reke-aSC.Cs5\y c3V.-. "ZQVIe...����+�1 `-\ W%\\ 'r . 44. a r 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 4 NeetVirginia From: LehmannJune Sent: Thursday, September 03, 2015 9:35 AM To: NeetVirginia Cc: RitterSteve Subject: FW: Contract No. 4600002912-A02 - Replacement of 28th Avenue S.E. Culvert on Miller Canal Attachments: Contract No. 4600002912-A02.pdf Hi Dinny, Here is the email that transmitted the original amendment 02, as we discussed. I appreciate your help with the pink sheet, etc. When the 2 signed copies are ready, please forward my contact information below. June Miller Lehmann Operations Supervisor Collier County Growth Management Division Transportation Engineering 2885 South Horseshoe Drive Naples, FL 34104 telephone: 239-252-5834 iunelehmann(&,colliergov.net Under Florida Law,e-mail addresses are public records.If you do not want your e-mail address released in response to a public records request.do not send electronic mail to this entity.Instead.contact this office by telephone or in writing. From: Rose, Sharman [mailto:shrose@sfwmd.gov] Sent: Friday, August 07, 2015 12:43 PM To: AhmadJay Cc: LehmannJune Subject: Contract No. 4600002912-A02 - Replacement of 28th Avenue S.E. Culvert on Miller Canal Hello Mr. Ahmad: Please find attached,Amendment 2 for Contract No.4600002912—Replacement of 28`h Avenue S.E. Culvert on Miller Canal. Please let me know if you have any questions or concerns and, if not, you may use the 1,,p-.,k '+'S/"^Y bea r,.rent out !'err' nlr+rj '� rn r ifs.' electronic version as the original. �� r � and have them signed by someone with signatory authority and return to me as soon as possible via overnight mail (preferably). I do realize that you have to take it to your board so I expect it back to me shortly thereafter. Thank you. .54vustaall: Ro4e Senior Contract Specialist Procurement Bureau- MSC 6612 South Florida Water Management District shrose(a sfwmd.gov Tel. No: (561) 682-2167 Fax No: (561) 682-5624 1 16A49 6 Teresa L. Cannon From: Lehmann,June Sent: Thursday, September 10, 2015 8:58 AM To: Teresa L. Cannon Subject: RE:Item #16A48 from 9/8/15 Good Morning Teresa, So glad to see this is happening quickly. The information you need is: Fund 325 Cost Center 172940 Project 60123. Our FED Ex account number is . The two (colored) original copies should be sent to: Skasmda R at Senior Contract Specialist Procurement Bureau- MSC 6612 South Florida Water Management District shrose(a!sfwmd.gov Tel. No: (561)682-2167 Fax No: (561)682-5624 Please let me know if I can do anything else to help out. Thank you so much for taking care of this! June Miller Lehmann Operations Supervisor Collier County Growth Management Division Transportation Engineering 2885 South Horseshoe Drive Naples, FL 34104 telephone: 239-252-5834 junelehmann(2I colliergov.net Under Florida Law,e-mail addresses are public records.If you do not want your e-mail address released in response to a public records request,do not send electronic mail to this entity.Instead,contact this office by telephone or in writing. From: Teresa L. Cannon [mailto:Teresa.Cannon(a�collierclerk.com] Sent: Thursday, September 10, 2015 8:32 AM To: Lehmanniune Subject: Item #16A48 from 9/8/15 Hi June, 1 CoA y`spf Cdllier 1, CLERK OF THE CRC IT6 4 8 COURT COLLIER COUNTY 'OUR OUSE 3315 TAMIAMI TRL E STE 102 Dwight E.Brock-dlOrk of Circuit Court P.O.BOX 413044 NAPLES,FL 34112-5324 NAPLES,FL 34101-3044 Clerk of Courts • Comptroller • Auditor ust ian of County Funds September 10, 2015 SFWMD Procurement Bureau—MSC 6612 3301 Gun Club Road West Palm Beach, FL 33406 Ms. Sharman Rose, Enclosed please find two (2) original documents of Amendment#2 to Agreement No. 4600002912 between Collier County and SFWMD approved on Tuesday, September 8, 2015 that need an additional signature. Once executed please return an original back to my office. I have enclosed a return fedex label. Any questions please feel free to contact me at the address or phone number listed below. Thank you, ra i► Teresa Cannon, Deputy Clerk 239-252-8411 Minutes & Records Department 3299 Tamiami Trail E., Ste #401 Naples, FL 34112 Phone- (239) 252-2646 Fax- (239) 252-2755 Website- www.CollierClerk.com Email- CollierClerk@collierclerk.com 16 A48 fedex.com 1.800.GoFedEx 1800 463 3339 U.> N n 3 n i k P , , LC n g ! m= m d �1 a n OC=I , 1 sl m �1 m� v �w 3 t b •lbo }ji/ v.1% I ) C , x n m s tiVJ • 3°° It 1:: m cr i 'il '''S r, . -I 5 ,r, , ii"D -, i g 2 '—,0 4 o 17!D ( j V _ n m tom ' os 2 a .,„,,,a :�z CO o n Q•=, cr le ..d`". copli ` • Aim a g = I , , 41 L'il r. [ Ln ru c ❑ L ;R � M - co 1 d , ei al a 0 - w . I a 0. ! fir aiEg❑ - g� ❑ ❑ ❑ - 4 - ❑ ❑ ❑ p B (t �+ C '�� ' �F��� m �p� o � CSt i ao N c � @fin ggliz. 40�n ��a =� z a 111 I, H I�+ ❑ a s`2' m = m git q -. 5.-I 21 c. i s s e I cg g 45,3 _ e• 5m� o W.£a F, Q g ❑i li Vgg a Sic. �`° • Y .g c is3 <a � ii p $C FL a m S� tG• w � o� 3 § 2 n m m g5? 14 gr.') 0 15 $ 75. i c2s T 3d L a v 2. 3 v -5 g= o ❑ A 8 gs ,g a p y m t - I: m I -'1 s a e " day o d a ? d - i1 g f it-a i o Fed fir;" iia .a 8 €i 1 ig. a€g+ Eat ❑ ❑ ,€ � i $ pf Il a m n J4" illii II S aFa.n. mm a 4 �^ ^ it kg bi wi tl i'9 m� E a ifrt =F H I 1 I V . 6A48 1.' ' I SOUTH FLORIDA WATER MANAGEMENT DISTRICT AMENDMENT �-' 4600002912-A02 AMENDMENT NO.02 TO AGREEMENT NO. 4600002912 BETWEEN THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT AND BOARD OF COUNTY COMMISSIONERS,COLLIER COUNTY,FLORIDA This AMENDMENT NO.02,is entered into on :2o`��,, to that AGREEMENT dated October 1, 2013, and as amended on July 22, 2014, between "the Parties," the South Florida Water Management District (DISTRICT), and Collier County (COUNTY). WITNESSETH THAT: WHEREAS, the AGREEMENT may be amended with the prior written approval of the Parties; and WHEREAS, the Parties wish to amend the AGREEMENT in order to extend the period of performance,revise the Statement of Work, and revise the Payment and Deliverable Schedule of the AGREEMENT; NOW THEREFORE, the DISTRICT and the COUNTY, in consideration of the mutual benefits flowing from each to the other,do hereby agree as follows: 1. The term of the AGREEMENT is hereby extended by two (2)months and the expiration date, as amended, is September 30, 2015. This AMENDMENT NO. 02 shall be effective upon the date of execution by the Parties. 2. This AMENDMENT NO. 02 shall be at no additional cost to the DISTRICT. 3. The Statement of Work, attached as Exhibit "Al" to the AGREEMENT, is hereby amended in accordance with "A2", attached hereto and made a part of this AMENDMENT NO. 02. Page 1 of 2,Amendment No.02 to Agreement No.4600002912 ' Avv, ,.{ 16A48 it , SOUTH FLORIDA WATER MANAGEMENT DISTRICT AMENDMENT 4. The Payment and Deliverable Schedule is also hereby revised in accordance with Exhibit "B2", attached hereto and made a part of this AMENDMENT NO. 02. 5. All other terms and conditions of the AGREEMENT remain unchanged. IN WITNESS WHEREOF, the Parties or their duly authorized representatives hereby execute this AMENDMENT NO. 02 on the date first written above. SOUTH FLORIDA WATER MANAGEMENT DISTRICT By: Dorothy A. Bradshaw,Procurement Bureau Chief S FW M D PROCUREMENT APPROVE BY: , DATE: 4b\, `‘S BOARD OF COUNTY COMMISSIONERS,COLLIER COUNTY,FLORIDA By: / z: ', t, 4Z.. TIM NANCE Title: CHAIRMAN ATTEST" - r �� MIGHT' E;SRO yypLERK pprov as to tnd le ality Scott each Deputy CountyAttorney ast afro�an's signature only, Page 2 of 2,Amendment No.02 to Agreement No.4600002912 0 16A48 EXHIBIT"A2" STATEMENT OF WORK Replacement of 28th Avenue S.E. Culvert on Miller Canal Capital Improvement Project—FY 2014 A. INTRODUCTIONBACKGROUND The existing culvert crossing on Miller Canal at the westerly terminus of 28th Avenue Southeast off Everglades Boulevard in Northern Golden Gate Estates (Figure 1) has poor conveyance capacity, and backs up water considerably creating high tailwater conditions for the roadside swales during high flow conditions. The culvert consists of three 5-foot diameter corrugated galvanized steel pipes, 38 feet long and spaced 13'-6" on centers for a total bridge length of approximately 32 feet. The roadway over the bridge carries two lanes of traffic with a total pavement width of 20'-6" with 3'-1" grassed shoulders on each side. Guard rail is provided on each side of the roadway over the bridge and headwalls and wing walls are constructed using concrete filled rip rap bags. The crossing is located within a 95' wide, north to south, platted drainage easement as depicted along the west side of Golden Gate Estates(GGE) Unit 88 Plat, Plat Book 5 Page 27, due west of the western limit of the 28th Avenue Southeast 60' wide road right of way. The road is moderately used by the Woodlands Grade/Benton Road area residents and provides the only reasonable access to this area. The area west of the canal is private and not publicly maintained. In order to meet the District's need for enhancement of the conveyance capacity of Miller Canal, and also the need for maintaining transportation access to the area residents, the replacement of the undersized culverts by a bridge has been proposed as a joint capital improvement project by the two agencies. This statement of work outlines the tasks of a cooperative agreement between the District and the County for implementation of the project. This is a cost-share project with Collier County. The County, as the implementing agency, is providing in kind services for project design management, permitting, construction management and land acquisition management as needed. In addition,the County will provide up to$250,000 for actual hard costs associated with consultants, land acquisition and construction. The District is providing funds for construction of the project which is estimated at$575,000. B. OBJECTIVE The purpose of this agreement is to provide funding to Collier County for the construction of a new bridge on Miller Canal at 28th Ave SE, Collier County, FL to enhance the conveyance capacity of the canal by replacement of the existing undersized culverts at that location. C. SCOPE OF WORK The County will provide construction management and overall contract management, including obtaining additional land easement (if needed) for the installation of a new bridge on Miller Page 1 of 3,Exhibit"AT'to Agreement 4600002912 1 6 A 4 8 Canal at 28th Ave SE, in Golden Gate Estates, Collier County, FL and the District will provide funding for the construction project. D. WORK BREAKDOWN STRUCTURE The County shall be responsible for the satisfactory completion of this project and may retain consultants to acquire professional services for design, permitting, real estate acquisition, and construction management of the project. The County shall be responsible for project management, budget management and quality control and public outreach. The County shall be responsible for processing construction contract bidding, selecting contractor, reviewing and approving deliverables from its construction contractor(s) and consultant(s) to ensure that the project objectives are met. The work breakdown associated with this project is described below. Task 1: 1st Quarterly Status Report: The County shall submit to the project manager a status report summarizing construction progress made to date, and include the First Invoice. This invoice will include documented costs associated with the initial mobilization through construction of main substructural bridge components. Major items will include clearing and grubbing activities, installation of temporary detour, construction of new bridge pilings and abutments. Due Date: March 31st,2015 Task 2: 2°d Quarterly Status Report: The County shall submit to the project manager a status report summarizing construction progress made to date,and include the Second Invoice. Invoice will include documented costs of items associated with substantial project completion,to include superstructure, paving of bridge roadway traffic lanes and associated signing, and canal bank stabilization. Due Date: June 30th,2015 Task 3: Final Construction Completion Report: The County shall submit to the project manager a status report documenting the project completion, to be accompanied by a Certificate of Completion and submission of As-Built drawings, duly signed and sealed by a Florida registered P.E. The third and Final Invoice will include documented cost of items associated with final project completion, closeout items from previously completed tasks, final site cleanup, any remaining landscaping and sod,and removal of temporary detour. Due Date: September 3e,2015 Page 2 of 3,Exhibit"A2"to Agreement 4600002912 (` 16448 FIGURE 1 —Project Location � r 1\ c...,,,..,:""-1111: ,. ' T.r.,—.....___, Aa_�� tt„----..,,. � . - - - •- I 3'' sF ole , _ '" +Y 1.0.4.11111r 1 •• i i r k it 0 •x"tattf WIN 28th Ave S.E. vara sax• .a.«. GlaredRep)ecement `...a WI...40•3419,1 M4414116Coll.Ceulny Florida 0..,, y 1\l Xk 4/ fi I '.':.r t - : .. r Page 3 of 3,Exhibit"AT'to Agreement 4600002912 EXHIBIT"B2" 1 6 A 4 8 PAYMENT AND DELIVERABLE SCHEDULE • Payment from the District to the County shall be done in three (3) installments. The County shall submit to the District Project Manager two (2) Quarterly Status Reports and one(1) final Construction Completion Report summarizing progress made to date, issues of concern potentially affecting project performance, and any other information pertinent to the project on the dates shown in the table below. • The County, as the implementing agency is providing services for project design and permitting, and will provide construction management and acquire easements as needed. The value of the County's fiscal participation shall not exceed$250,000. In kind services { of design management, permitting management, land acquisition management and construction management shall not be considered for fiscal participation. • All deliverables submitted hereunder are subject to review and acceptance by the District. • Acceptability of all work will be based on the judgment of the District that the work is technically complete and accurate. The District shall approve the design and bid specifications prior to the County advertising the project. • Payment shall be made following receipt and acceptance by the District of project invoices in accordance with the schedule set forth above. • All invoices shall be accompanied by adequate documentation to demonstrate completion of each task outlined in this the Statement of Work(SOW). • Total payment by the District for all work completed herein shall not exceed the amount of$575,000. If the total consideration for this Agreement is subject to multi-year funding allocations, funding for each applicable fiscal year will be subject to Governing Board budgetary appropriation. In the event the District does not approve funding for any subsequent fiscal year, this Agreement shall terminate upon expenditure of the current funding,notwithstanding other provisions of this Agreement to the contrary. Report Due District Not-To Task Deliverable(s) Invoice Date Date Exceed Payment First Quarterly Status 1 Report/First Invoice 3/31/15 3/31/15 $125,000.00 Second Quarterly Status 2 Report/Second Invoice 6/30/15 6/30/15 $150,000.00 Final Construction Completion Report/ 9/30/15 9/30/15 $300,000.00* 3 Third Invoice Total District Funding * $575,000.00* * Final actual costs shall be submitted to the District prior to construction contract approval for reconciliation. Amount may change based upon actual construction costs. Page 1 of 1,Exhibit"B2"to Agreement No.4600002912 .a.J , i 6 A 4 3 a° z SOUTH FLORIDA WATER MANAGEI fTV, CT 2015 SEP s�9o„ �yy I8 PM12. 4I s .FYFP6\P0'^ 1YYJ Express Delivery Fec Wr.";%-tiS8590 September 17, 2015 P y________Ii C Ms. Teresa Cannon Collier County Minutes and Records Department 3299 Tamiami Trail E., Suite 401 Naples, FL 34112 Dear Ms. Cannon: Subject: Contract # 4600002912-A02 - Replacement of 28th Avenue S.E. Culvert on Miller Canal Please find enclosed one (1) fully executed copy of the above referenced document. Thank you for your efforts on behalf of the South Florida Water Management District (District). Should there be any questions, or if you require any additional information, please contact me. Sincerely, G)-- ,Zo-i...$)— Sharman Rose Senior Contract Specialist Procurement Bureau shrose@sfwmd.gov (561) 682-2167 FAX: (561) 682-5624 /SR Enclosure c: Joseph Schmidt - MS 8313 3301 Gun Club Road,West Palm Beach,Florida 33406 • (561)686-8800 • FL WATS 1-800-432-2045 Mailing Address: P.O.Box 24680,West Palm Beach,FL 33416-4680 • wwwsfwmd.gov OMGINAL I SOUTH FLORIDA WATER MANAGEMENT DISTRICT 11111 AMENDMENT 4600002912-A02 1b A 4 8 AMENDMENT NO.02 TO AGREEMENT NO. 4600002912 BETWEEN THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT AND BOARD OF COUNTY COMMISSIONERS,COLLIER COUNTY,FLORIDA This AMENDMENT NO.02,is entered into on � r�. -� ,2o\S, to that AGREEMENT dated October 1, 2013, and as amended on July 22, 2014, between "the Parties," the South Florida Water Management District (DISTRICT), and Collier County (COUNTY). WITNESSETH THAT: WHEREAS,the AGREEMENT may be amended with the prior written approval of the Parties;and WHEREAS, the Parties wish to amend the AGREEMENT in order to extend the period of performance,revise the Statement of Work, and revise the Payment and Deliverable Schedule of the AGREEMENT; + NOW THEREFORE, the DISTRICT and the COUNTY, in consideration of the mutual benefits flowing from each to the other,do hereby agree as follows: 1. The term of the AGREEMENT is hereby extended by two (2) months and the expiration date, as amended, is September 30, 2015. This AMENDMENT NO. 02 shall be effective upon " the date of execution by the Parties. 2. This AMENDMENT NO. 02 shall be at no additional cost to the DISTRICT. 3. The Statement of Work, attached as Exhibit "Al" to the AGREEMENT, is hereby amended in accordance with"A2", attached hereto and made a part of this AMENDMENT NO. 02. Page 1 of 2,Amendment No.02 to Agreement No.4600002912 l6A48 A 4 8 P . 1,,,\ SOUTH FLORIDA WATER MANAGEMENT DISTRICT AMENDMENT 4. The Payment and Deliverable Schedule is also hereby revised in accordance with Exhibit "B2", attached hereto and made a part of this AMENDMENT NO. 02. 5. All other terms and conditions of the AGREEMENT remain unchanged. IN WITNESS WHEREOF, the Parties or their duly authorized representatives hereby execute this AMENDMENT NO. 02 on the date first written above. SOUTH FLORIDA WATER MANAGEMENT DISTRICT qr By: , /,i , _ic 4 i i :A. I o i thy . Bradshaw,Procurement Bureau Chief SFW MD PROCUREMENT APPROVE BY: DATE: Cil \, .�, BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY,FLORIDA By: I T/,`l4tGe.,, TINT NANCE Title: CPN ATTEST ' v °reF '', DWIGHT E. ERCP y-CLERK L pproll as to rm nd lerality at *._ ..,:AI .., :-,f; ..4,.. k ik Attest as,tc ,ciafirran's Scott each,Deputy County Attorney signature,only. .'` Page 2 of 2,Amendment No.02 to Agreement No.4600002912 0 U EXHIBIT"A2" 1 6 4 8 A STATEMENT OF WORK Replacement of 28th Avenue S.E. Culvert on Miller Canal Capital Improvement Project—FY 2014 A. INTRODUCTIONBACKGROUND The existing culvert crossing on Miller Canal at the westerly terminus of 28th Avenue Southeast off Everglades Boulevard in Northern Golden Gate Estates (Figure 1) has poor conveyance capacity, and backs up water considerably creating high tailwater conditions for the roadside swales during high flow conditions. The culvert consists of three 5-foot diameter corrugated galvanized steel pipes, 38 feet long and spaced 13'-6" on centers for a total bridge length of approximately 32 feet. The roadway over the bridge carries two lanes of traffic with a total pavement width of 20'-6" with 3'-1" grassed shoulders on each side. Guard rail is provided on each side of the roadway over the bridge and headwalls and wing walls are constructed using concrete filled rip rap bags. The crossing is located within a 95' wide, north to south, platted drainage easement as depicted along the west side of Golden Gate Estates(GGE)Unit 88 Plat, Plat Book 5 Page 27, due west of the western limit of the 28th Avenue Southeast 60' wide road right of way. The road is moderately used by the Woodlands Grade/Benton Road area residents and provides the only reasonable access to this area. The area west of the canal is private and not publicly maintained. In order to meet the District's need for enhancement of the conveyance capacity of Miller Canal, and also the need for maintaining transportation access to the area residents, the replacement of the undersized culverts by a bridge has been proposed as a joint capital improvement project by the two agencies. This statement of work outlines the tasks of a cooperative agreement between the District and the County for implementation of the project. This is a cost-share project with Collier County. The County, as the implementing agency, is providing in kind services for project design management, permitting, construction management and land acquisition management as needed. In addition,the County will provide up to $250,000 for actual hard costs associated with consultants, land acquisition and construction. The District is providing funds for construction of the project which is estimated at$575,000. B. OBJECTIVE The purpose of this agreement is to provide funding to Collier County for the construction of a new bridge on Miller Canal at 28th Ave SE, Collier County, FL to enhance the conveyance capacity of the canal by replacement of the existing undersized culverts at that location. C. SCOPE OF WORK The County will provide construction management and overall contract management, including obtaining additional land easement (if needed) for the installation of a new bridge on Miller Page 1 of 3,Exhibit"A2"to Agreement 4600002912 1 6A4 Canal at 28th Ave SE, in Golden Gate Estates, Collier County, FL and the District will provide funding for the construction project. D. WORK BREAKDOWN STRUCTURE The County shall be responsible for the satisfactory completion of this project and may retain consultants to acquire professional services for design, permitting, real estate acquisition, and construction management of the project. The County shall be responsible for project management, budget management and quality control and public outreach. The County shall be responsible for processing construction contract bidding, selecting contractor, reviewing and approving deliverables from its construction contractor(s) and consultant(s) to ensure that the project objectives are met. The work breakdown associated with this project is described below. Task 1: 18` Quarterly Status Report: The County shall submit to the project manager a status report summarizing construction progress made to date, and include the First Invoice. This invoice will include documented costs associated with the initial mobilization through construction of main substructural bridge components. Major items will include clearing and grubbing activities, installation of temporary detour, construction of new bridge pilings and abutments. Due Date: March 31St,2015 Task 2: rd Quarterly Status Report: The County shall submit to the project manager a status report summarizing construction progress made to date, and include the Second Invoice. Invoice will include documented costs of items associated with substantial project completion, to include superstructure, paving of bridge roadway traffic lanes and associated signing, and canal bank stabilization. Due Date: June 30th,2015 Task 3: Final Construction Completion Report: The County shall submit to the project manager a status report documenting the project completion, to be accompanied by a Certificate of Completion and submission of As-Built drawings, duly signed and sealed by a Florida registered P.E. The third and Final Invoice will include documented cost of items associated with final project completion, closeout items from previously completed tasks, final site cleanup, any remaining landscaping and sod,and removal of temporary detour. Due Date: September 30st,2015 { Page 2 of 3,Exhibit"A2"to Agreement 4600002912 FIGURE 1 —Project Location 1 6 A 4 8 ,__ ,„ c 4 , 1,,,,,i ,. ii,,— d w C CONIO! -� �. I ma Lp±P1f } ' i mem .. 3— � 7- "" .'" Zt.r M.if .1:4 [ ..... 4 u I I !r - I, rccnuuSAW 28th Ave S.E. /tel a; an*-w.a.N. Culvert Replacement Mq.24.1.brid.Ulm Calver Caw*Florida �'.._ 1 (\ y T I. t :.i ,7,,,,:'?.,-:'',.t„ I . h. ti ` .{' 7.;••.,--• 'if <, i ti C a as ;?_to. v � r � ' r L Page 3 of 3,Exhibit"A2"to Agreement 4600002912 ' EXHIBIT "B2" I 6 q 4 8 PAYMENT AND DELIVERABLE SCHEDULE • Payment from the District to the County shall be done in three (3) installments. The County shall submit to the District Project Manager two (2) Quarterly Status Reports and one (1) final Construction Completion Report summarizing progress made to date, issues of concern potentially affecting project performance, and any other information pertinent to the project on the dates shown in the table below. { • The County, as the implementing agency is providing services for project design and permitting, and will provide construction management and acquire easements as needed. The value of the County's fiscal participation shall not exceed$250,000. In kind services { of design management, permitting management, land acquisition management and construction management shall not be considered for fiscal participation. • All deliverables submitted hereunder are subject to review and acceptance by the District. • Acceptability of all work will be based on the judgment of the District that the work is technically complete and accurate. The District shall approve the design and bid specifications prior to the County advertising the project. • Payment shall be made following receipt and acceptance by the District of project invoices in accordance with the schedule set forth above. • All invoices shall be accompanied by adequate documentation to demonstrate completion of each task outlined in this the Statement of Work(SOW). • Total payment by the District for all work completed herein shall not exceed the amount of$575,000. If the total consideration for this Agreement is subject to multi-year funding allocations, funding for each applicable fiscal year will be subject to Governing Board budgetary appropriation. In the event the District does not approve funding for any subsequent fiscal year, this Agreement shall terminate upon expenditure of the current funding,notwithstanding other provisions of this Agreement to the contrary. Report Due District Not-To Task Deliverable(s) Invoice Date Date Exceed Payment First Quarterly Status 1 Report/First Invoice 3/31/15 3/31/15 $125,000.00 Second Quarterly Status 2 Report/Second Invoice 6/30/15 6/30/15 $150,000.00 Final Construction Completion Report/ 9/30/15 9/30/15 $300,000.00* 3 Third Invoice Total District Funding* $575,000.00* * Final actual costs shall be submitted to the District prior to construction contract approval for reconciliation. Amount may change based upon actual construction costs. Page 1 of 1,Exhibit"B2"to Agreement No.4600002912