Loading...
Agenda 01/12/2016 Item #16A28 1/12/2016 16.A.28. EXECUTIVE SUMMARY Recommendation to approve an Interlocal Agreement between Everglades City and Collier County for Utility work in the amount of$264,124.14 as an integral part of the Chokoloskee Bridge Replacement project; County Project No.66066. OBJECTIVE: That the Board of County Commissioners (Board) approve an agreement setting forth the terms under which the County will undertake the utility removal and replacement of the Everglades City's (City) existing 10" potable water main; and, to authorize the necessary budget amendment. CONSIDERATIONS: The purpose of this project is to replace the existing Chokoloskee Bay Bridge (030161) connecting Chokoloskee Island to Everglades City along CR 29/Copeland Avenue. Everglades City owns an existing 10"potable water main that is attached to the existing bridge and is in conflict with the bridge replacement. On July 2, 2014, the City was issued a Notice of Utility Relocation as required by Florida Statute, § 337.403. The City is amenable to enter into an agreement with the County that will include the design, permitting and construction of a new 12" water main with the County's bridge replacement project. There will be approximately 800 feet of new water main placed subaqueous by directional bore, parallel to the new bridge. The plans for the new water main have been prepared by the County's Consultant and are included in the Chokoloskee Bridge Replacement construction contract documents. The City agrees to reimburse the County for the cost for removal of the existing water main and relocation of the new water main. FISCAL IMPACT: Upon completion of the utility work associated with the attached Interlocal Agreement, the county will invoice the City for the final and actual costs of the work. Funding received from the City will be deposited into the bridge program within Transportation Gas Tax Fund 313. The City will be responsible for maintenance of the new water main. GROWTH MANAGEMENT IMPACT: This request is consistent with Collier County's Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT RECOMMENDATION: To approve the Interlocal Agreement with Everglades City and authorize the Chairman to sign said Interlocal Agreement; and authorize the necessary budget amendment in connection herewith following final approval by the Office of the County Attorney. Prepared by: Andrew Miller, P.E., Sr. Project Manager Attachments: 1)Interlocal Agreement 2) Cost Estimate Packet Page-799- 1/12/2016 16.A.28. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.28. Item Summary: Recommendation to approve an Interlocal Agreement between City of Everglades and Collier County for Utility work in the amount of$264,124.14 as an integral part of the Chokoloskee Bridge Replacement project; County Project No. 66066. Meeting Date: 1/12/2016 Prepared By Name: MillerAndrew Title: Project Manager, Senior,Transportation Engineering&Construction Management 12/11/2015 7:29:56 AM Approved By Name: LynchDiane Title: Supervisor-Operations,Road Maintenance Date: 12/11/2015 11:00:19 AM Name: PutaansuuGary Title: Project Manager,Principal,Transportation Road Maintenance Date: 12/11/2015 3:41:55 PM Name: AhmadJay Title: Division Director-Transportation Eng,Transportation Engineering&Construction Management Date: 12/14/2015 10:14:32 AM Name: LynchDiane Title: Supervisor-Operations,Road Maintenance Date: 12/14/2015 10:30:04 AM Name: TaylorLisa Title:Management/Budget Analyst, Senior, Capital Construction&Maintenance Budget/Fiscal Date: 12/15/2015 3:42:21 PM Name: KearnsAllison Title:Manager-Financial &Operational Sprt,Capital Construction&Maintenance Budget/Fiscal Date: 12/15/2015 4:07:50 PM Packet Page-800- 1/12/2016 16.A.28. Name: ShueGene Title: Division Director-Operations Support, Growth Management Department Date: 12/15/2015 4:41:51 PM Name: MarcellaJeanne Title:Executive Secretary, Transportation Administration Date: 12/16/2015 2:46:52 PM Name: TeachScott Title:Deputy County Attorney, County Attorney Date: 12/17/2015 11:44:52 AM Name: KlatzkowJeff Title: County Attorney, Date: 12/17/2015 4:14:39 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 12/28/2015 2:03:42 PM Name: CasalanguidaNick Title:Deputy County Manager,County Managers Office Date: 12/28/2015 2:51:07 PM Packet Page-801- 1/12/2016 16.A.28.- INTERLOCAL AGREEMENT COUNTY PROJECT: Chokoloskee Bridge(030161)Replacement on CR 29(Copeland Avenue); County Project#66066.9 THIS INTERLOCAL AGREEMENT, made and entered into this day of , 201 , by and between the Collier County Board of County Commissioners, Collier County, Florida, a political subdivision of the State of Florida, '(the "COUNTY") and Everglades City,Florida,a Florida municipal corporation(the"CITY"). WITNESSETH WHEREAS, the COUNTY is planning to replace the existing Bridge (#030161) over Chokoloskee Bay on CR 29 (Copeland Avenue) designated by the COUNTY as Project No. 66066.9, said improvements hereinafter called the"Bridge;"and WHEREAS, the CITY owns certain water and sanitary Utility systems within, adjacent to, and in the vicinity of the roadway easement, said Utility work and improvements hereinafter called the"Utility,"and WHEREAS,the CITY requested the COUNTY to incorporate into the Bridge project the relocation of a portion of the existing 10"potable watermain and appurtenances that is currently attached to the existing Bridge (#030161) and is in conflict with the COUNTY'S proposed replacement of the Bridge;and WHEREAS, the CITY and the COUNTY are entering into this Agreement for Design, Construction and Engineering Services to be performed by the COUNTY pertaining to the planned Bridge and Utility construction work;and WHEREAS, the COUNTY and the CITY have determined and mutually agree that it is economically advantageous and in the best interest of the public to enter into this Agreement to provide for the construction of Bridge and Utility improvements by the COUNTY and to accommodate the CITY water main; and WHEREAS, the CITY accepts the items in the Engineer's Opinion of Probable Construction Cost,the Utility adjustment plans sheet showing the work to be performed and the estimated cost,which shall be included in the project's BID (ITB) Price Proposal Page and is attached hereto and incorporated herein as Exhibit"A;"and WHEREAS, the COUNTY is agreeable to and desirous and capable of performing, providing or otherwise undertaking Utility construction and contract administration services for CITY jointly and concurrently with COUNTY'S Bridge construction, and CITY agrees to reimburse COUNTY for the final and actual costs resulting from the project's BID(1113), Actual Cost Statement, for the total bid items for the portion of work as identified in the attached Exhibit"A." Page 1 of 8 Packet Page-802- C 1/12/2016 16.A.28. NOW, THEREFORE, in consideration of the above premises, and the mutual covenants,terms, and provisions contained herein,the COUNTY and CITY agree as follows: SECTION I: COUNTY'S RESPONSIBILITY 1.0 The COUNTY shall provide and perform comprehensive Utility-related construction and construction administration services to the CITY for the watermain relocation, rendered jointly and concurrently with COUNTY's design and construction of the new Bridge. 1.1 The following specific services, duties, and responsibilities will be the obligation of the COUNTY regarding design coordination, construction, and contract administration of the Utility work on behalf of the CITY. A. COUNTY shall design Project 66066.9 so as to replace a portion of the CITY's existing 10" potable watermain and appurtenances currently attached to the old bridge and replace it with a 12" DR 11 subaqueous directional bore and approximately 800 linear feet of watermain will be relocated out from under the pavement of the new roadway alignment within the existing CR29 (Copeland Avenue) right of way. The necessary and applicable Utility plans and specifications shall be subject to the CITY's input and review. B. At the time of contract bid, those bid items identified for which the CITY is responsible shall be subject to CITY's review and approval by the CITY's representative. COUNTY shall include the Utility work in the Roadway construction bid to arrive at a price for CITY's actual construction Utility work as stated in Exhibit"A,"not including COUNTY's administration fees. C. COUNTY shall conduct a formal preconstruction conference prior to commencing with the Utility construction work. The COUNTY will provide the CITY notice of the preconstruction conference at least five(5)working days prior to the conference. The CITY's representative may attend this conference at the CITY's discretion. A copy of the minutes of said conference shall be submitted to the CITY's contract agent/representative as identified hereinafter. D. COUNTY shall coordinate the Utility and Bridge work with third parties such as property owners, land developers, environmental agencies, contractors, and the like to the extent that such parties have a direct interest in or are directly affected by said Utility and Roadway improvements. E. COUNTY shall conduct regular construction progress meetings and invite the CITY. F. Periodic on-site inspections and construction reviews will be conducted by the COUNTY or its designee and the CITY to assess the contractor's compliance with the construction plans and contract documents. Page2of8 Packet Page-803- - - 1/12/2016 16.A.28. G. The Utility work shall be coordinated with the CITY's utility representative with respect to keeping the CITY advised of technical,cost,and schedule impacts upon the Utility work. H. COUNTY shall confer with public officials of the CITY as deemed necessary by the COUNTY in order to coordinate work stages between the Utility improvements and the Roadway improvements from a public interest view point. I. Periodic Utility field measurements and quantity calculations shall be made by the COUNTY of Utility work accomplished on an as needed basis for processing of monthly progress payments to the COUNTY's contractor. The Utility-related field measurements, quantity calculations, and other performance data will be verified with the CITY's contract agent/representative if so requested by CITY in writing prior to the COUNTY's issuance of monthly progress payments to the contractor. J. The COUNTY shall administer design changes, clarifications, supplements and other contract amendments that may be necessary during the design and construction of the Utility improvements. These contract directives to the consultant and contractor may be in the form of plans, memoranda, reports, change orders, and supplemental agreements and shall be subject to written approval by the CITY's contract agent/representative. The above notwithstanding, upon notification to CITY, the CITY herein authorizes the COUNTY to prepare, execute, and implement minor change orders for contract amendments necessitated by actual field conditions at the Utility project site so as not to delay the contractor's performance and so as to meet the intent of the approved design for the Utility improvements. Said change orders shall be issued by the COUNTY in compliance with current County Purchasing Ordinance procedures, using either existing contract unit prices or negotiated unit prices for work adjustments within the physical limit of the Utility work as shown in the construction plans. In no event shall the value of the total change orders exceed the utility allowance in the BID which is Two hundred sixty four thousand, one hundred twenty four Dollars and fourteen cents ($264,124.14) as shown in the Actual Cost Statement attached as Exhibit"A." Additional or extra work which exceeds the above change order authority by COUNTY shall be submitted for prior review, approval and execution by the CITY. K. Upon completion of all Utility work, including all work authorized under change orders and supplemental agreements, the COUNTY shall conduct a final inspection of the Utility work with the CITY's contract agent/representative and/or its record engineer prior to COUNTY's issuing final payment to the contractor. Page3of8 Packet Page-804- 1/12/2016 16.A.28.- L. COUNTY shall submit a final Certificate of Completion letter to the CITY along with an appropriate number of plans detailing the Utility as constructed by the COUNTY's contractor("as-built record drawings"); bacteriological test results as required by FDEP; and, one year warranty for utility work completed. The final Certification of Completion shall be submitted by the COUNTY's record engineer (TYLIN International, Inc.) to the State of Florida Department of Environmental Protection and other local and state agencies that govern the Utility improvements. M. All contracts entered into by the COUNTY for the design and/or construction of the Utility facilities shall require the party contracting with the COUNTY to hold harmless, indemnify and defend the CITY and COUNTY and its consultants, agents, officers and employees from any and all claims, losses, penalties, demands, judgments, and costs of suit, including attorney's fees and paralegal's fees, or any expense, damage, or liability incurred by any of them, whether for personal injury, property damage, direct or consequential damages, or economic loss, arising directly or indirectly on account of or in connection with the work done by the COUNTY's consultant or contractor pertaining to the design and construction of the Bridge and Utility or by any person, firm or corporation to whom any portion of the Bridge and Utility work is subcontracted by the COUNTY's consultant or contractor. N. COUNTY shall obtain all necessary permits to do the work. O. COUNTY shall take ownership and properly dispose of all removed materials. SECTION II: CITY'S RESPONSIBILITY 2.0 The CITY shall provide and perform project support duties as defined below to ensure that COUNTY is able to furnish construction and contract administration services to the mutual satisfaction of the CITY and COUNTY, and other governing agencies that have jurisdictional control over the Utility improvements. 2.1 The specific project support duties and responsibilities enumerated below shall be the obligation of the CITY. A. The CITY shall review the design documents, approve the Utility design, inspect the work as necessary, and review and approve the as-built record drawings which will represent and depict the Utility as constructed by the COUNTY's contractor. The CITY's approval with respect to any of these matters shall not be unreasonably withheld. B. The CITY herein agrees to assign a contract agent/representative to the Utility project for the entire design and construction period and notify the COUNTY in writing so that the COUNTY may effectively coordinate its services with the Page 4 of 8 fn"1 9 Packet Page-805- 1/12/2016 16.A.28. CITY. The CITY's contract agent/representative shall also act as the CITY's contract authority under the provisions of this Interlocal Agreement. The COUNTY shall provide written notice of all meetings pertaining to this project at least five(5)working days prior to the meeting. C. The CITY shall assign a Utility project coordinator for the purpose of coordinating, resolving, and communicating construction issues at the field level with COUNTY's resident construction engineer. The CITY shall appoint/designate the project coordinator in writing to the COUNTY prior to COUNTY's commencement of design coordination, construction, and contract nministration services herein. The CITYS contract agent/representative and/or the CITY's project coordinator shall attend periodic construction progress meetings with and between the COUNTY and the contractor, subcontractors and utility companies with direct or indirect interest in the provisions of this Interlocal Agreement. SECTION III: MUTUAL COVENANTS 3.0 The CITY shall not be responsible for, nor shall the CITY dictate upon the COUNTY, construction means, methods, techniques, skills, sequences or procedures of construction relating to Roadway improvements. The above responsibilities during construction shall remain with the COUNTY's contractor and/or the contractor's subcontractors subject to the conditions and responsibilities set forth in this Interlocal Agreement and in Exhibit 3.1 The CITY shall not be responsible to the COUNTY should the COUNTY fail to comply with OSHA Safety and Health Standards (29 G.F.R. 1926) as authorized by the U.S. Department of Labor, Occupational Safety, and Health Administration, said responsibilities to be that of the COUNTY's contractor and/or the contractor's subcontractor. 3.2 The COUNTY's Transportation Engineering Department Director, either directly with the CITY or through a duly authorized representative assigned to the Roadway and Utility project by him, shall act as the COUNTY's contract manager under this Interlocal Agreement. As the COUNTY's contract manager under this Interlocal Agreement, the Transportation Engineering Department Director shall also have the authority with prior written approval of the CITY to extend the limits and/or scope of Utility construction work; subject to the COUNTY's Purchasing Ordinance and approval as required by the Collier County Board of Commissioners. 3.3 The COUNTY shall provide the CITY with four (4) sets of the approved construction plans and contract documents for the Roadway work prior to commencement of construction activities by the COUNTY's contractor. The above materials shall include the COUNTY's executed construction contract for the Bridge. The CITY shall pay the Page5of8 Packet Page-806- 1/12/2016 16.A.28. COUNTY the Actual Cost Statement within thirty(30) days of the completion of the entire project. SECTION IV:AGREEMENT TERMS 4.0 This Tnterlocal Agreement shall remain in full force and effect from the date first above written and shall terminate upon the completion of all services and responsibilities mutually performed by the CITY and by the COUNTY to the written satisfaction each to the other. It is understood that the actual termination date herein may occur on or about the date of final approval and acceptance of all Roadway improvements by the COUNTY and subject to construction contract warranty provisions. This date is contemplated to be subsequent to the actual date of final approval and acceptance of the Utility improvements by the CITY and following payment by the CITY to the COUNTY. 4.1 The Roadway shall be maintained by the COUNTY or its assigns with respect to roadway and drainage improvements and by the CITY, with respect to utilities within the COUNTY public easements and/or rights-of-way. 4.2 The COUNTY may terminate this Interlocal Agreement prior to the completion of the Utility work upon thirty (30) days prior written notice to the City. In the event of such termination, the COUNTY shall be entitled to receive due compensation for the value of services rendered, construction performed, and termination costs as actually incurred. SECTION V: INSURANCE 5.0 The CITY and the COUNTY shall maintain insurance in the minimum amounts and types as required by Florida State Statutes. 5.1 The CITY and the COUNTY agree that both parties are partially self-insured. Each shall provide to the other evidence of insurance in excess of the self-insured retention. 5.1 Nothing in this Agreement shall operate as a waiver of the sovereign immunity afforded to the parties as provided in Section 768.28,Florida Statutes. SECTIONVI: MISCELLANEOUS 6.0 This Interlocal Agreement shall be governed by and construed under the laws of the State of Florida. In the event any litigation is instituted by way of construction or enforcement of this Interlocal Agreement, the party prevailing in said litigation shall be entitled to collect and recover from the opposite party all court costs and other expenses excluding attorney's fees. Venue is in Collier County, Florida. Page 6 of 8 Packet Page-807- 1/12/2016 16.A.28. 6.1 It is understood that this Interlocal Agreement must be executed by both parties prior to the CITY and the COUNTY commencing with the work, services, duties, and responsibilities described heretofore. SECTION VII: DISPUTE RESOLUTION 7.1 The parties recognize that they are entities subject to dispute resolution procedures set out in Chapter 164,Florida Statutes. 7.2 In the event of a dispute between the parties concerning this Agreement, the COUNTY and the CITY agree to attempt to resolve the dispute as expeditiously and inexpensively as feasible. Specifically, their respective staffs will meet within ten (10) days of provision of notice of the dispute and attempt in good faith to resolve the dispute. They may jointly agree to a mediator to expedite and effectuate a resolution. If they are unable to agree upon a mediator, within ten (10) days thereafter, they shall jointly request the Chief Judge of the 20th Judicial Circuit to appoint a mediator qualified in construction law to mediate the dispute in accordance with the court's pre-suit mediation procedures. The mediation shall occur within ten (10) days after the mediator is appointed. If the dispute cannot be resolved at this level, the Chapter 164 remedies shall be available. Each party shall pay equally in the cost of the mediation. IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed by their appropriate officials, as of the date first above written. AS TO THE COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCK, CLERK COLLIER COUNTY, FLORIDA By: By: , Deputy Clerk Tim Nance, Chairman Approved as to form and legality: Scott R. Teach Deputy County Attorney Pagc7of8 IyJ Packet Page-808- 1/12/2016 16.A.28. AS TO THE CITY EVERGLADES: ATTEST: EVERGLADES CITY, FLORIDA / ' ry yG k. By: �. By: rr .. . 1` ... - Dottie Joiner/C. y Clerk Sammy Hami on,Jr.,Mayor Approved as,.to form and legal sufficiency: ` Leo LSalvatori, Esq. City Attorney (si3Page8of8 Packet Page-809- 1/12/2016 16.A.28. O 000 O' _:..0 O S M 0 pOp O O '0 LO� ate, N O M a, Cr) N LO O H Le .a rN. CO N rte. Z r. Eft ER H3 ER Efl TA E5 E • EA &3 E9 ' O O msO O't W it e-+ O r. 4 e~+ ~ CO N a0, \C \) N O O 00 t ER Efl Efl ER ER (13 ER d3- ER d3 z 0 Q Q .. ce M z Nr ..4 <2 . o w m 0 H cr: co OZ ° o rn d .. eL -.1 P co co ta, m a• w 3 3 o Q ¢ ¢ w CU X = aj w C7 CA W 0 d H w Q U 3 e °; - O N H z O o 0 o w Z d Q Q W 00 0o 00 w N 03 x w w w w w Z U U O d Z 4 4 w C) H u4 w re4 U) O w w � Fz.. U {� C w aw. u. ow, F• F• X CD h O. 0. a w w yw. w ix Ili Q H H H H >. H H HH F- w e 5 5 5 5 5 5 5 5 5 Q .w4 .w4 W. �w-7-7 < < < W W X w O O O O 71.1 r. N N N r. Lei. O O ,p a\ O O re) 4 4 a, w N N .4 4 v-. 0 ,C O, I N ~ am �N r. c4 , N H N1 Or• 0-+ r0-+ c.0 r.0 0 0 1-.4 0 0 0 0 U Packet Page-810-