Loading...
Agenda 12/13/2016 Item #16A43 16.A.43 12/13/2016 EXECUTIVE SUMMARY Recommendation to approve an Interlocal Agreement with the Immokalee Water and Sewer District(the "District") for Utility work associated with the intersection improvement project located at Lake Trafford Road and North 19' Street(County Project No. 60192) and authorize the necessary budget amendments. OBJECTIVE: That the Board of County Commissioners (Board) approve an Interlocal Agreement setting forth the terms under which the County will undertake the removal and replacement of the District's existing 10" potable water main, at the District's expense, as part of the County's integrated intersection improvement project. CONSIDERATIONS: The purpose of this project is to reconstruct and widen the existing intersection at Lake Trafford Road and North 19th Street in Immokalee. The Immokalee Water and Sewer District owns an existing 10"potable water main within the existing rights of way of Lake Trafford Road and North 19th Street. On July 2, 2014, the District was issued a Notice of Utility Relocation as required by Florida Statute, § 337.403. The District agreed to enter into the attached Interlocal Agreement whereby the County will remove the existing 10" water main and replace it with a new main as part of the County's intersection improvement project. As part of the Interlocal Agreement,the District agrees to reimburse the County the cost of removal of the existing water main and the relocation of the new water main. The plans for the new water main have been prepared by the District's Consultant and has been made part of the construction bid package for the County's project. There will be approximately 1,200 feet of new water main placed within the existing right of way,primarily outside the newly widened pavement areas. FISCAL IMPACT: A budget amendment is required to recognize the Interlocal Agreement revenue in the amount of $199,316.34 for FY17 within Transportation Construction Fund 310 Lake Trafford at North 19th Street Project 60192. The new waterline will be operated and maintained by the District, therefore there are no operational or maintenance costs associated with this item... GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT RECOMMENDATION: To approve and authorize the Chairman to enter into the attached Interlocal Agreement and authorize the necessary budget amendments. Prepared by: Andrew Miller, P.E., Sr. Project Manager, Transportation Engineering Division, Growth Management Department ATTACHMENT(S) 1. Exhibit A 16-6675 Bonness Tab_Sheet (PDF) 2. Interlocal Agreement Lake Trafford at North 19th -signed stamped (PDF) 3. IWSD agreement cost confirmation by IWSD (PDF) Packet Pg.920 16.A.43 12/13/2016 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.43 Item Summary: Recommendation to approve an Interlocal Agreement with the Immokalee Water and Sewer District (the "District") for Utility work associated with the intersection improvement project located at Lake Trafford Road and North 19th Street (County Project No. 60192) and authorize the necessary budget amendments. Meeting Date: 12/13/2016 Prepared by: Title: Project Manager, Senior—Transportation Engineering Name: Andrew Miller 11/04/2016 1:03 PM Submitted by: Title: Division Director-Transportation Eng—Transportation Engineering Name: Jay Ahmad 11/04/2016 1:03 PM Approved By: Review: Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 11/04/2016 5:00 PM Procurement Services Ted Coyman Additional Reviewer Completed 11/04/2016 5:46 PM Growth Management Department Jeanne Marcella Level 1 Division Reviewer Completed 11/07/2016 3:14 PM Procurement Services Sandra Herrera Additional Reviewer Completed 11/08/2016 2:55 PM Transportation Engineering Jay Ahmad Additional Reviewer Completed 11/15/2016 2:25 PM Capital Project Planning,Impact Fees,and Program Management Rookmin Nauth Additional Reviewer Completed Procurement Services Allison Kearns Additional Reviewer Completed 11/15/2016 3:10 PM Transportation Engineering Anthony Stolts Additional Reviewer Completed 11/15/2016 3:33 PM Growth Management Department Jeanne Marcella Level 2 Division Administrator Completed 11/16/2016 1:49 PM Growth Management Department Gene Shue Additional Reviewer Completed 11/17/2016 9:42 AM County Attorneys Office Scott Teach Level 2 Attorney Review Completed 11/17/2016 10:34 AM County Attorneys Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 11/17/2016 10:40 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/17/2016 11:15 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 12/01/2016 8:46 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/04/2016 11:50 AM Board of County Commissioners MaryJo Brock Meeting Pending 12/13/2016 9:00 AM Packet Pg. 921 Project Manager:Andrew Miller Bid Tabulation No.16.6675 Solicitetions I6.A.43.a Procurement Strelogiet Evelyn Colon Lake Trafford Road @ N 1001 Street Intersection Project Down Submitted'.5 Boone.,Inc. LINE 5 PAY ITEM DESCRIPTION UNIT QUANTITY BID UNIT PRICE TOTAL COST "am..., i 1 0101 1 MOBILIZATION LS 1 129,001.87 529.001.67 2 0101 1 1 PROVIDE/MAINTAIN SIGNED AND SEAL'AS BUILT'PLAN LS 1 $587223 55.67233 30101 1 2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $14.320.40 $14,320.48 4 0101 2 PROVIDE/MAINTAIN PROJECT SCHEDULE LS 1 12.49881 $2.408.81 601021 MAINTENANCE OF TRAFFIC DA 120 5583.67 $71,240.40 8 0102 3 COMMERCIAL MATERIAL FOR DRIVEWAY MAINTENANCE CY 76 186.20 18.471.76 7 102 78 ADVANCE WARNING ARROW PANELS DA 120 17,52 1802.40 810209 VARIABLE MESSAGE SIGN DA 120 $16.04 $185480 4.4 0 0104 10 3 SEDIMENT BARRIER LF 4040 11.51 58.100.40 V 10 0104 18 INLET PROTECTION SYSTEM EA 21 589.63 51.486.43 0. 1101071 LITTER REMOVAL AND DISPOSAL LS 1 $1,611.46 51.01146 J••r 12 0110 1 1 CLEARING 8 GRUBBING LS 1 173.724.26 173.724.28 0 13 0110 3 REMOVAL OF EXISTING STRUCTURE LS 1 $22,638.10 122.638.10 Q 14 0110 4 REMOVAL OF EXISTING CONCRETE PAVEMENT SY 214 53257 5888888 15 0110 7 A RELOCATION AND/OR FURNISH NEW MAILBOXES EA 20 0128.22 12.664.40 L 16 0120 1 REGULAR EXCAVATION CY 700 152,64 536.778.00 0 17 0120 6 EMBANKMENT CY 820 130.04 $25.370.0 CLEAN AND RESHAPE DITCH.SPREAD.DITCH WIDTH UP TO 18 0120 10 11 16' LF 1.100 06.68 17,238.00 ��0M1 19 0286 715 OPTIONAL BASE.BASE GROUP 16 SE 3,054 $52.14 1165192.76 V A 20 0327 70 1 MILLING EXIST ASPH PAVT,1'AVG DEPTH SY 5,062 $183 011,60686 21 0334 1 12 SUPERPAVE ASPHALTIC CONC,TRAFFIC B TN 1,305 $166.88 $218,847.66 22 0960 2 1 CEMENT CONC PANT REINFORCED.B' SY 214 $33.72 $721608 L 23 0426 1701 INLETS.GUTTER.TYPE 5.010 EA 8 12.886.03 522.944.24 0 24 0426 261 JUNCTION BOXES,J 7,01O EA 2 14,830.89 59,661 38 .HM 260430941 DESALTING PPE.O 24' LF 1,048 18.42 55832.68 CD PIPE CULVERT OPTIONAL MATERIAL.ROUND,IS',GUTTER 26 430173115 DRAIN LF 267 10426 015.580.75 27 430176210 PIPE CULVERT 12'X 18'ERCP LF 818 $68.76 542.872.16 0 25 430175224 PIPE CULVERT 14'X23 ERCP LF 348 $60.98 $28,181.04 0 29 430982126 MITERED END SECTION.OPTIONAL ROUND,18'CD EA 1 $1,488.36 11.48896 3005222 CONC SIDEWALK AND DRIVEWAYS.6 THICK SY 1.292 533,33 543,062.38 CC 31 0627 2 DETECTABLE WARNINGS SF 100 125.05 $4,750.50 .� 32 0630 3 4 RIPRAP(RUBBLE).DITCH LINING TN 1 $659.23 $66923 0 33 05701 2 PERFORMANCE TURF,SOD SY 2.000 12.62 15.040.00 34830211 CONDUR UNDERGROUNDLF 610 $12.80 $7,862.00 36830212 CONDUIT UNDERGROUND(DIRECTIONAL) LF 400 630.75 116.90000 E 38 532 71 CABLE(SIGNAL) PI 1 $1.51208 5/.512.00 3F 893-ii2* J1M•ee,^••Bc✓BE�y„�(�",•y,n.i.,.,S,..) FE 0 1500 �. 9&$03,-tr• i "yrr..,rL..°,,.,E,.yy n,e..&J Y "S' L1 FA 9 00.00 0 3D$03A-42 8^Lotoo*o o3o.u'C"..o.goL{I EA 0 50.00 EA 0 $0.00 44 gi9Rit r'gC^^"6'^^NC' FA 0 $0.00 .4.+ 42 634 4 162 SPAN WIRE ASSEMBLY PI 1 176201 $752.01 43 636 211 PULL BOXES EA 14 548344 55788.16 446391112 ELECTRICAL POWER SERVICE AS 1 51,306.60 11,386.60 46 63921 ELECTRICAL SERVICE WIRE LF 250 13,49 1872,50 48641 218 PRE STRESSED CONE POLES EA 2 $16.861.72 $33.303.44 0 47 6481 12 ALUMINUM PED POLE EA 2 1762.01 11,604 02 0 48 6601 14 TRAFFIC SIGNAL AS 4 1993.73 1327492 L 40 6501 15 TRAFFIC SIGNAL AS 2 $1,101.16 $220222 60660117 TRAFFIC SIGNAL AS 1 $1,83284 $326688 51853112 PED SIGNAL AS 4 11,181.73 14,726.92 52 660 1 109 LOOP INDUCTIVE EA 8 1118.17 $046.36 53 680 2 106 LOOP ASSEMBLY AS 8 $085.87 07,734.88 Ct 54680311 VEHICLE DETECTION CABINET EQUIPMENT EA 1 13.437.77 $3,437.77 V 55680312 VEHICLE DETECTION VIDEO(ABOVE GROUND) EA 2 $7.520.13 $16,040.28 0 66 863 1 110 SIGNAL PRIORITY 8 PREEMPTION SYSTEM EA 1 111,60248 $11,802.48 ` 57 6661 II PED SECTOR OR CONTROLLER CABINET MOUNTED EA 1 1254.12 $81018 0 ....,.`, 58685112 PED DETECTOR EA 4 $204.12 $818.48 .4.' 59 670 6 110 TRAFFIC CONTROLLER ASSEMBLY AS 1 521.056.36 521.056.36 C 0983W-15 306,-.4020T00."^"iomFo,5 EA 8 11 $000 61 682 1 13 ITS CCTV CAMERA DOME PTZ EA 1 55806.87 $5808.67 •• 8266411 MANAGED FELD ETHERNET SWITCH EA 1 12.47000 12.47080 CO 83884611 WIRELESS COMMUNICATION DEVICE ETHERNET ACCESS EA 1 5644693 56.44583 N WIRELESS COMMUNICATION DEVICE ETHERNET 84884612 SUBSCRIBER UNIT EA 1 $1,811.46 $121106 N 65 086106 SYSTEM AUXILARIES(UPS) EA 1 115.664,84 115,80.0/ 66 0700 1 11 SINGLE POST SIGN.FSI GROUND MOUNT,UP TO 12 SF AS 18 $380.07 $7.01906 �r 67 0700 1 60 SINGLE POST SIGN.REMOVE AS 6 165.53 1327.85 W BB 7003201 SIGN PANEL OVERHEAD MOUNT SPAN WIRE EA 2 5376.00 $762.00 0 60 700622 INTERNALLY ILLUMINATED SIGNS EA 4 14.179.0 $16,716.18 C) 70 07063 RETRO REFLECTIVE PAVEMENT MARKERS EA 345 $322 51.110.90 TRAFFIC STRIPE TWO REACTIVE COMPONENTS.STANDARD, „^ 71 0710 11201 YELLOW,SOLID.6' GM E67 $2.148.81 11.224,71 VI PAINTED PAVEMENT MARKINGS.STANDARD.WHITE.SOLIO, 72 0710 11101 B GM 083 52.148.81 11,783.36 SE 73 0711 11123 THERMOPLASTIC.STANDARD.WHITE.SOLID.12 LF 629 $2.e9 11.80201 (() 74 0711 11126 THERMOPLASTIC.STANDARD.WHITE,SOLID,24' LF 120 $5.37 564445 1.- 76071111170 THERMOPLASTIC.STANDARD.WHITE.ARROW EA 21 15371 $1,127.51 76 0711 11224 THERMOPLASTIC.STANDARD,YELLOW.SOLID.18" LF 482 0.03 01,04248 W THERMOPLASTIC.STADARDOPEN GRADED ASPHALT CO 77 0711 16131 SURFACES.WHITE,SKIPS' GM 002 11,07420 521.49 0 78 CC950 RDW ROADWAY ALLOWANCE Freed 1 05,00000 $45,000.00 C 78 CC 960 SIGNALIZATION ALLOWANCE Feed 1 526.000.00 $25.000.00 0 BO CC 950 SPM SIGNING AND PAVEMENT MARKING ALLOWANCE Fixed 1 $3,000.00 53.000.00 0 B1'CC 989998 PRO,EC 1 INFORMATION SIGN EA 2 51249.30 $2,498.60 82 ROADWAY&SIGNAL SUBTOTAL TOTAL '..51,185,68427 Ltd WATER LINE ti Line S PAY ITEM DESCRIPTIONUNIT QUANTITYBID UNIT PRICE TOTAL COST 83 1 2'PVC SCHEDULE 40 WM OPEN CUT LF $ 143,75 5 718,75 CO 84 2 4'PVC A W WA COOS SDR 18 WM OPEN CUT LF $ 137.40 $ 647.00 85 3 6'PVC A W WA O500 SDR 18 WM OPEN CUT LF 1 S 07.30 9 1,480.15 86 4 10'PVC A W WA O900 SDR 18 WM OPEN CUT LF 0 0 $ 55.34 5 0,233.20 Q` 87 5 10'DI WM OPEN CUT LF 220 $ 06.0 5 21.326.80 88 6 REMOVE&DISPOSE EXISTING 2'WM LF 1 152.30 $ 811.80 .. 80 7 REMOVE&DISPOSE EXISTING 4'WM LF 5 $ 256.08 $ 1,280.30 S 90 8 REMOVE&DISPOSE EXISTING 0'WM LF 5 5 123.88 1 1,857.00 91 9 REMOVE 8 DISPOSE EXISTING 10'AC WM LF 1200 $ 31.09 $ 37,308.00 02 10 REMOVE EXISTING VALVE EA 1 715.50 $ 2,14608 X 03 11 REMOVE EXISTING HYDRANT ASSEMBLY EA $ 1,276.30 $ 2.55260 Ell 04 12 FIRE HYDRANT ASSEMBLY EA $ 4.688.31 $ 14.064.03 05 13 CONNECTION TO EXISTING 2'WM EA S 1,058.08 $ 1,058,98 96 14 CONNECTION TO EXISTING 4'WM EA $ 1,50408 S 1,554.60 C 07 15 CONNECTION TO EXISTING 6'WM EA 5 1.708.08 $ 5.304.24 0 08 16 CONNECTION TO EXISTING 10'WM EA 5 1.002.07 $ 3.984.14 C 00 17 2'GATE VALVE EA $ 814,56 $ 814.50 C 100 18 4'GATE VALVE EA $ 1,006.17 5 1.006.17 101 10 0'GATE VALVE EA $ 1,154.50 $ 3.463,50 5.) 102 20 10'GATE VALVE EA $ 2,529.39 $ 17.705.73 f4 103 21 RECONNECT WATER SERVICE EA 1 $ 940.13 $ 9,491.30 1..1 -0 10 22 WATER LINE ALLOWANCE FIXED 1 $ 10,295.06 $ 16,285.05 105 WATER LINE SUBTOTAL 'S 198,316.34 106) : PROJECT TOTAL TOTAL 51,385.000.01 moi„ Exhibit A 1011 Packet Pg. 922 16.A.43.b P."4) INTERLOCAL AGREEMENTco att COUNTY PROJECT: Lake Trafford Road at North 19th Street Intersection Project; County Project#60192.1 a) a) THIS INTERLOCAL AGREEMENT, made and entered into this day of o , 2016, by and between the Collier County Board of County Commissioners, Collier County, Florida, a political subdivision of the State of Florida, (the "COUNTY") and Immokalee Water and Sewer District, an independent special district located in Collier County,Florida(the"DISTRICT"). a) WITNESSETH WHEREAS, the COUNTY is planning to reconstruct the existing intersection of Lake Trafford Road at North 19th Street, designated by the COUNTY as Project No. 60192.1, said a improvements hereinafter called the "Intersection Project;" and WHEREAS, the DISTRICT owns certain water and sanitary utility systems within, adjacent to, and in the vicinity of the roadway easement, said utility work and improvements co hereinafter called the"Utility;" and 3 a) WHEREAS,the DISTRICT requested the COUNTY to incorporate into the Intersection project the relocation of a portion of the existing 10" potable watermain and appurtenances that is currently located within the right of way of Lake Trafford Road and is in conflict with the -0 COUNTY'S proposed reconstruction of the Intersection; and WHEREAS, the DISTRICT and the COUNTY are entering into this Agreement for Design, Construction and Engineering Services to be performed by the COUNTY pertaining to 5 the planned Intersection and Utility construction work;and WHEREAS, the COUNTY and the DISTRICT 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 Intersection and Utility improvements by the COUNTY and to accommodate the DISTRICT watermain; and WHEREAS, the DISTRICT 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, `t providing or otherwise undertaking Utility construction and contract administration services for DISTRICT jointly and concurrently with COUNTY'S construction of its Intersection Project, and DISTRICT agrees to reimburse COUNTY for the final and actual costs resulting from the project's BID (ITB), Actual Cost Statement, for the total bid items for the portion of work as identified in the attached Exhibit"A." ' 1 Page 1 of 9 Packet Pg.923 16.A.43.b 3 —•' I a NOW, THEREFORE, in consideration of the above premises, and the mutual covenants, terms, and provisions contained herein, the COUNTY and DISTRICT agree as follows: SECTION I: COUNTY'S RESPONSIBILITY Y 0 E 1.0 The COUNTY shall provide and perform comprehensive Utility-related construction and construction administration services to the DISTRICT for the watermain relocation, rendered jointly and concurrently with COUNTY's design and construction of the Intersection Project. 1.1 The following specific services, duties, and responsibilities will be the obligation of the a) COUNTY regarding design coordination, construction and contract administration of the Utility work on behalf of the DISTRICT. Ta 0 A. COUNTY shall include the watermain design provided by the DISTRICT in the Intersection Project 60192.1 so as to replace a portion of the DISTRICT's existing co potable watermain (various sizes) and appurtenances currently located underground within the right of way of Lake Trafford Road and replace it with approximately 1225 linear feet of watermain (various sizes) and will be relocated out from under the pavement of the new roadway alignment within the existing E Lake Trafford Road right of way. The necessary and applicable Utility plans and N --. specifications shall be provided by the DISTRICT. m B. At the time of contract bid, those bid items identified for which the DISTRICT is 'N responsible shall be subject to DISTRICT's review and approval by the DISTRICT's representative. COUNTY shall include the Utility work in the Intersection Project's construction bid to arrive at an actual price to construct the DISTRICT's 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 DISTRICT notice of the preconstruction conference at least five (5) working days prior to the conference. The DISTRICT's representative may attend this conference at the DISTRICT's discretion. A copy of the minutes of said conference shall be submitted to the DISTRICT's contract agent/representative as identified hereinafter. D. COUNTY shall coordinate the Utility and Intersection Project 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 Intersection Project improvements. m A w Q Page 2 of 9 Packet Pg. 924 1 6.A.43.b L.d E. COUNTY shall conduct regular construction progress meetings and invite the d DISTRICT. co ces d F. Periodic on-site inspections and construction reviews will be conducted by theii COUNTY or its designee and the DISTRICT to assess the contractor's o compliance with the construction plans and contract documents. R 0 G. The Utility work shall be coordinated with the DISTRICT's utility representative E E with respect to keeping the DISTRICT advised of technical, cost, and schedule impacts upon the Utility work. .3 H. COUNTY shall confer with public officials of the DISTRICT as deemed E necessary by the COUNTY in order to coordinate work stages between the Utility d improvements and the Intersection Project improvements from a public interest a viewpoint. c I. Periodic Utility field measurements and quantity calculations shall be made by the c COUNTY of Utility work accomplished on an as needed basis for processing of monthly progress payments to the COUNTY's contractor. The Utility-related M field measurements, quantity calculations and other performance data will be verified with the DISTRICT's contract agent/representative if so requested by 0 DISTRICT in writing prior to the COUNTY's issuance of monthly progress E payments to the contractor. N -a J. The COUNTY shall administer design changes, clarifications, supplements and a) other contract amendments that may be necessary during the design and .to _ construction of the Utility improvements. These contract directives to the y 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 DISTRICT's contract agent/representative. ° z rt The above notwithstanding, upon notification to DISTRICT, the DISTRICT -a herein authorizes the COUNTY to prepare, execute, and implement minor change orders for contract amendments necessitated by actual field conditions at theit- ro 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 CZ orders shall be issued by the COUNTY in compliance with current County 5 Purchasing Ordinance procedures, using either existing contract unit prices or E o 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 Q change orders exceed the utility allowance in the BID which is $199,316.34 To Dollars as shown in the Actual Cost Statement attached as Exhibit "A." r. o Additional or extra work which exceeds the above change order authority by c COUNTY shall be submitted for prior review, approval and execution by the DISTRICT. d E U f4 r Q -;-7-,,,, Page 3 of 9 .: Packet Pg.925 16.A.43.b' a otf K. Upon completion of all Utility work, including all work authorized under change a) orders and supplemental agreements, the COUNTY shall conduct a final cc inspection of the Utility work with the DISTRICT's contract agent/representative a) and/or its record engineer prior to COUNTY's issuing final payment to the °' contractor. c E L. COUNTY shall submit a final Certificate of Completion letter to the DISTRICT along with an appropriate number of plans detailing the Utility as constructed by the COUNTY's contractor ("as-built record drawings"); bacteriological test c 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 CEI d engineer(AIM Engineering & Surveying, 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 op harmless, indemnify and defend the DISTRICT and COUNTY and its M consultants, agents, officers and employees from any and all claims, losses, V penalties, demands, judgments, and costs of suit, including attorney's fees and a 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 a, the work done by the COUNTY's consultant or contractor pertaining to the design a, and construction of the Intersection and Utility or by any person, fine or 17) corporation to whom any portion of the Intersection and Utility work is subcontracted by the COUNTY's consultant or contractor. r' N. COUNTY shall obtain all necessary permits to do the work. z° O. COUNTY shall take ownership and properly dispose of all removed materials. -a 0 I- SECTION II: DISTRICT'S RESPONSIBILITY 2.0 The DISTRICT shall provide and perform project support duties as defined below to ensure that COUNTY is able to furnish construction and contract administration servicesCD to the mutual satisfaction of the DISTRICT 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 DISTRICT. a) A. The DISTRICT shall provide the Utility design documents, inspect the work as necessary, and review and approve the as-built record drawings which will .p! Page 4 of 9 Packet Pg. 926 16.A.43.b represent and depict the Utility as constructed by the COUNTY's contractor. The DISTRICT's approval with respect to any of these matters shall not be oes unreasonably withheld. °7 ca B. The DISTRICT herein agrees to assign a contract agent/representative to the Utility project for the entire design and construction period and notify the Y COUNTY in writing so that the COUNTY may effectively coordinate its services with the DISTRICT. The DISTRICT's contract agent/representative shall also act as the DISTRICT'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 DISTRICT 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 DISTRICT shall appoint/designate the project coordinator in writing to the COUNTY prior to 0 COUNTY's commencement of design coordination, construction, and contract administration services herein. The DISTRICT's contract agent/representative and/or the DISTRICT's project coordinator shall attend periodic construction co 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. co \ N SECTION III: MUTUAL COVENANTS 3.0 The DISTRICT shall not be responsible for, nor shall the DISTRICT dictate upon the COUNTY, construction means, methods, techniques, skills,sequences or procedures of construction relating to Intersection Project 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 z Agreement and in Exhibit"A." ra 3.1 The DISTRICT shall not be responsible to the COUNTY should the COUNTY fail to comply with OSHA Safety and Health Standards (29 C.F.R. 1926) as authorized by the U.S. Department of Labor, Occupational Safety, and Health Administration, said Y 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 DISTRICT or through a duly authorized representative assigned to the Intersection Project and Utility project by him,shall act as the COUNTY's contract manager under 73 this Interlocal Agreement. As the COUNTY's contract manager under this Interlocal o Agreement, the Transportation Engineering Department Director shall also have the c authority with prior written approval of the DISTRICT to extend the limits and/or scope r Page5of9 Packet Pg. 927 16.A.43.b of Utility construction work; subject to the COUNTY's Purchasing Ordinance and N oa approval as required by the Collier County Board of Commissioners. 3.3 The COUNTY shall provide the DISTRICT with four (4) sets of the approved construction plans and contract documents for the Intersection Project 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 Intersection Project. The DISTRICT shall pay the COUNTY the Actual Cost Statement within thirty (30)days of the completion of the entire project. 0 SECTION IV: AGREEMENT TERMS Et! 4.0 This Interlocal 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 o mutually performed by the DISTRICT 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 Intersection Project 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 DISTRICT and following payment by the DISTRICT to the COUNTY. E ti cr 4.1 The Intersection shall be maintained by the COUNTY or its assigns with respect to a roadway and drainage improvements and by the DISTRICT, with respect to utilities within the COUNTY's 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 DISTRICT. 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. 0 SECTION V: INSURANCE a) 5.0 The DISTRICT and the COUNTY shall maintain insurance in the minimum amounts and types as required by Florida State Statutes. CD 5.1 The DISTRICT 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. ti 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. d R Page 6 of 9 Packet Pg.928 I6.A.43.b SECTIONVI: MISCELLANEOUS 6.0 This Interlocal Agreement shall be governed by and construed under the laws of the State cti 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 o attorney's fees.Venue is in Collier County,Florida. E 6.1 It is understood that this Interlocal Agreement must be executed by both parties prior to the DISTRICT 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 co and the DISTRICT 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. c rTh 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 a 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. m ct J w.. (U I d � >31 T O � I .+mow Q I Page 7 of 9 Packet Pg. 929 16.A.43.b • a) AS TO THE COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS a DWIGHT E. BROCK, CLERK COLLIER COUNTY, FLORIDA E By: By: , Deputy Clerk Donna Fiala. Chairman m ° Approved as to form and legality: 1: Scott R. Teach Deputy County Attorney as N- H.. 6. L a) a) is U O ti Page 8 of 9 9 1 1 Packet Pg. 930 16.A43.b a) m AS TO THE IMMOKALEE WATER AND SEWER DISTRICT: ea `a) a) ATTEST: IMMOKALEE WATER AND SEWER DISTRICT O E By: ?• : -� B / Eva J. Deyo. Ixecutive Director E d F2 L a) Approved as to form a and legal sufficiency: 0 /Kenneth K. Thompson, Esq co District Attorney CD 0. E _ ca N 'a a) C N Q) L L O Z to L O V- 9- ca L F- a) cG J C a) E a) m L a) e U 0 a) C C a) U fa r.+ Page9of9 Packet Pg. 931 16.A.43.c MillerAndrew From: Eva Deyo [EvaDeyo@iw-sd.com] Sent: Friday, November 04, 2016 2:18 PM To: MillerAndrew Cc: 'Ferrante, Gary'; PutaansuuGary Subject: RE: Lake Trafford/N 19th Intx- Interlocal Agreement a) Andrew, The District agrees to the amount of$199,316.64 . Our Board has already approved the agreement. a) ca Thank you! m Eva J. Deyo E Executive Director Immokalee Water&Sewer District 1020 Sanitation Road d Immokalee, FL 34142 112 (239) 658-3630 Q (239) 658-3634 -Fax 0 email: evadeyo0),iw-sd.com website: www.iw-sd.com N M N From: MillerAndrew [mailto:AndrewMiller@colliergov.net] Sent: Friday, November 04, 2016 1:51 PM To: Eva Deyo Cc: Ferrante, Gary; PutaansuuGary Subject: RE: Lake Trafford / N 19th Inti - Interlocal Agreement o 'fa Hello Eva, 0 Attached is final version of the Interlocal with the actual$199,316.64 amount received in the low bid. Attached are the .� agreement and the bid tab (Exhibit A). Please reply with a confirmation that the$199,316.34 amount is agreeable to IWSD and the agreement will be executed by the BCC December 13, 2016. a) Thank you, Andy Miller, P.E. a� Senior Project Manager o (239)-252-5791 cn c(239)300-5862 m Collier County ai Growth Management Department Transportation Engineering Division 2885 South Horseshoe Drive w Naples, Florida 34104 Q,.� AndrewMiller@colliergov.net Packet Pg.932 16.A.43.c From: Eva Deyo [mailto:EvaDevoOiw-sd.com] Sent: Thursday, July 07, 2016 9:10 AM —To: MillerAndrew c: 'Ferrante, Gary' Subject: RE: Lake Trafford / N 19th Inti - Interlocal Agreement Andrew, N I am sending the originals by FedEx today. They should be in the County Attorney's office by tomorrow. o as Please let me know if I can assist you with anything else. 06 Sincerely, m m Eva J. Deyo Executive Director E E lmmokalee Water&Sewer District 1020 Sanitation Road Immokalee,FL 34142 E a, (239) 658-3630 a� (239) 658-3634 -Fax U email: evadeyo@iw-sd.com 1-73 ".".•vebsite: www.iw-sd.com co N M From: MillerAndrew [mailto:AndrewMiller(a,colliergov.net] cn Sent: Thursday, July 07, 2016 8:05 AM To: Ferrante, Gary Cc: evadeyo(uiw-sd.com o Subject: FW: Lake Trafford/N 19th Intx- Interlocal Agreement c Gary, Please see below. Our County Attorney's Office says we need the original document for recording. 0 Thank you, Andy Miller, P.E. Senior Project Manager (239)-252-5791cn c (239) 300-5862 cn Collier County Growth Management Department Transportation Engineering Division X885 South Horseshoe Drive laples, Florida 34104 AndrewMiller@colliergov.net 2 Packet Pg. 933 16.A.43.c From: TeachScott Sent: Thursday, July 07, 2016 8:03 AM To: MillerAndrew Cc: KlatzkowJeff Subject: RE: Lake Trafford/N 19th Intx- Interlocal Agreement Yes,Andy we need the original and this Interlocal Agreement should be recorded with the Clerk's Office once ;, fully executed. ots Scott R. Teach Deputy County Attorney Collier County, Florida Tel: (239) 252-8400 Fax: (239) 252-6300 c E Office of the County Attorney, 3299 East Tamiami Trail, Suite 800, Naples, FL 34112 Under Florida Law, e-mail addresses are public records. If you do not want your e-mailaddress released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by E telephone or in writing. a From: MillerAndrew Sent: Thursday, July 07, 2016 7:58 AM To: TeachScott Subject: FW: Lake Trafford/N 19th Intx- Interlocal Agreement csi Scott, N Do we need the original document or will this suffice? We'Il be bidding the project soon. Thank you, Andy Miller, P.E. Senior Project Manager (239)-252-5791 c (239) 300-5862 1) Collier County Growth Management Department Transportation Engineering Division a 2885 South Horseshoe Drive Naples, Florida 34104cn AndrewMiller(a,colliergov.net From: Ferrante, Gary [mailto:gferrante(a,greelev-hansen.com] a) Sent: Tuesday, June 28, 2016 8:35 AM To: MillerAndrew Cc: Eva Deyo (evadevo(aiiw-sd.com);Norma Garcia(normagarcia@iw-sd.com); Ken Thompson Q^ Subject: RE: Lake Trafford/N 19th Intx- Interlocal Agreement 3 Packet Pg. 934 16.A.43.c Andy, lease see the attached scanned copy. E,GREEL.EYAND HANsErd ." 0 Gary C. Ferrante, P.E. a) Associate 5252 Summerlin Commons Way Suite 104 05 Fort Myers, FL 33907 ca P: 239.226.9660 Ext. 4415 greelev-hansen..com O am You Tube From: MillerAndrew [mailto:AndrewMiller@colliergov.net] CD Sent: Friday, June 24, 2016 3:25 PM E To: Ferrante, Gary<gferrante(agreelev-hansen.com> Subject: FW: Lake Trafford/N 19th Intx- Interlocal Agreement Actually, I probably need the one with original signatures. d hank you, �; Andy Miller, P.E. Senior Project Manager (239)-252-5791 c (239) 300-5862 a Collier County o Growth Management Department Transportation Engineering Division 2885 South Horseshoe Drive o Naples, Florida 34104 y AndrewMiller@colliergov.net o U r+ C d From: MillerAndrew Sent: Friday, June 24, 2016 3:12 PM To: 'Ferrante, Gary' Subject: RE: Lake Trafford/N 19th Intx- Interlocal Agreement Gary, I know it's been awhile but we're finally getting this thing out to bid. Do you have a copy of the signed ti Interlocal? 'hank you, Andy Miller, P.E. 4 Packet Pg. 935 1 6.A.43.c Senior Project Manager (239)-252-5791 c (239) 300-5862 Collier County Growth Management Department Transportation Engineering Division , 2885 South Horseshoe Drive Naples, Florida 34104 AndrewMiller a,colliergov.net U) oo From: Ferrante, Gary [mailto:gferrante@greelev-hansen.com] Sent: Thursday, March 17, 2016 1:04 PM To: MillerAndrew Subject: RE: Lake Trafford/N 19th Intx - Interlocal Agreement o Andy, E FYI -At yesterday's Board Meeting, IWSD approved the inter-local agreement. E a) GREELEY AND HANSEN a, Gary C. Ferrante, P.E. o Associate a� 5252 Summerlin Commons Way _Suite 104 N Fort Myers, FL 33907 P: 239.226.9660 Ext. 4415 0 greelev-hansen.com Yon Tube 0 From: MillerAndrew [mailto:AndrewMillerAcolliergov.net] o Sent: Tuesday, March 08, 2016 12:42 PM To: Ferrante, Gary<gferrante(a,greeley-hansen.com> o Cc: TeachScott<ScottTeach(a,colliergov.net> Subject: RE: Lake Trafford/N 19th Intx- Interlocal Agreement Gary, ° I believe Exhibit A will be finalized after we receive bids, which may be several weeks out. Your cost estimate for the water line will serve as a place-holder until then. The agreement will be presented to the Board, along with Exhibit A, at the same time we present the construction contract to the Board. Our attorney, Scott Teach can be reached at 239-252-8400. f4 Thank you, af""" Andy Miller, P.E. Senior Project Manager 5 Packet Pg. 936 1 6.A.43.c (239)-252-5791 c (239) 300-5862 oilier County Growth Management Department Transportation Engineering Division 2885 South Horseshoe Drive Naples, Florida 34104 AndrewMiller(acolliergov.net 05 From: Ferrante, Gary [mailto:gferrante@,greelev-hansen.com] Sent: Tuesday, March 08, 2016 10:51 AM To: MillerAndrew Cc: evadeyo(a,iw-sd.com; Ken Thompson Subject: RE: Lake Trafford/N 19th Intx- Interlocal Agreement 0 E Andy, I talked to Ken Thompson this morning, and we need to get a copy of Exhibit A to review. Also, Ken would like to discuss some minor details with the County's attorney who prepared this. Please provide the contact information. Thanks! 0 .�... GREELEY AN c HA ; EN °' _ M Gary C. Ferrante, P.E. o Associate 5252 Summerlin Commons Way Suite 104 Fort Myers, FL 33907 0 P: 239.226.9660 Ext. 4415 ureelev-hansen.com 0 0 LI El Ei You Tube; N m From: MillerAndrew [mailto:AndrewMiller(a@olliergov.net] Sent: Wednesday, February 24, 2016 7:04 AM ti To: Ferrante, Gary<aferrante@reeley-hansen.com> a Cc: evadevo@iw-sd.com Subject: Lake Trafford/N 19th Intx- Interlocal Agreement Hello Gary, ct"can you please present this draft agreement to the District. We'll hopefully be going out to bid soon, so I'd like a _o get it ready to present to the Board concurrent with our construction contract. Call with any questions. 6 Packet Pg. 937 I 6.A.43.c Thank you, Andy Miller, P.E. Senior Project Manager (239)-252-5791 c (239) 300-5862 Collier County Growth Management Department Transportation Engineering Division 2885 South Horseshoe Drive Naples, Florida 34104 05 AndrewMiller@colliergov.net a) 0 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. • a) 7es 0 ::163 — — a cs. CV en cn 0 Tr') 0 en 7 Packet Pg. 938