Loading...
Agenda 01/24/2017 Item #16C101/24/2017 EXECUTIVE SUMMARY Recommendation to award Request For Quotation 14-6213-86, “Trail Blvd Water Main Relocation,” to Kyle Construction, Inc., in the amount of $172,174.00, under Project No. 70045, “FDOT Utility Projects,” for water main relocations along portions of Trail Boulevard, as required by the Florida Department of Transportation (FDOT) to construct drainage improvements; to authorize a corresponding utility work agreement with the FDOT; and to authorize a budget amendment in the amount of $100,000. OBJECTIVE: To facilitate the FDOT’s construction of a sidewalk and drainage improvements along Trail Boulevard, and to provide a means for the FDOT to reimburse the Collier County Water-Sewer District (CCWSD) for necessary water main relocation costs. CONSIDERATIONS: The proposed scope of work under Project No. 70045, “FDOT Utility Projects,” is consistent with the Capital Improvement Program (CIP) contained in the 2014 Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water Master Plan/CIP Plan approved by the Board of County Commissioners (Board) on November 10, 2015, as Agenda Item 9C, as Appendix III of the 2015 AUIR/CIE. At its September 27, 2016, meeting the Board approved Resolution No. 2016-196, authorizing a transportation post project maintenance agreement with the FDOT for the maintenance of improvements between Trail Boulevard and the east side of U.S. 41, from north of Pine Ridge Road to south of Pelican Bay Boulevard North, upon completion of the FDOT improvements under Financial Project No. 435040-1-52-01. Drainage improvements proposed as part of that project necessitate relocating existing six- and eight-inch CCWSD water mains in two locations along the east side of Trail Boulevard, and vertical deflection of existing six-inch CCWSD water mains crossing proposed drainage improvements at two locations on the west side of Trail Boulevard. Because the FDOT’s proposed drainage improvements will be constructed within the county owned right-of- way, the Public Utilities Department requested reimbursement from the FDOT of all eligible construction costs. The Board must enter into a utility work agreement (Attachment 5) with the FDOT under Financial Project No. 435040-1-56-11 to obtain reimbursement. Reimbursable costs ($215,035) include construction engineering services, labor, materials, supplies, and miscellaneous expenses (mobilization/demobilization, maintenance of traffic, survey and record drawings, and construction inspection). Non-reimbursable costs ($22,500) include pre-construction video (Quote Item No. 4 for $2,500), which is a standard requirement of county projects. Likewise, the allowance for unforeseen conditions (Quote Item No. 17 for $20,000) is not considered reimbursable at this time. Should a portion of the allowance be required to complete the project, a change order to the utility work agreement would be required to receive reimbursement. Construction engineering services have been procured separately with Johnson Engineering, Inc., (Purchase Order No. 4500169582). Water main materials will be procured separately to expedite the project and to avoid paying sales tax. Construction inspection will be performed by Public Utilities Department staff and reimbursed at burdened rates provided by the Human Resources Division. Request for Quotation 14-6213-86, “Trail Blvd Water Main Relocation,” was distributed on December 1, 2016 to the six vendors under the Fixed-Term Underground Utilities Contract 14-6213. Five contractors submitted quotations (summarized below) by the December 16, 2016 deadline. 16.C.1 Packet Pg. 648 01/24/2017 VENDOR QUOTATION Kyle Construction, Inc. $172,174.00 Quality Enterprises USA, Inc. $287,527.50 Mitchell & Stark Construction Company, Inc. $343,660.00 Douglas N. Higgins, Inc. $423,510.00 Haskins, Inc. $546,665.00 Staff and local engineering consultant Johnson Engineering, Inc. determined the lowest quote is fair and reasonable and recommend awarding the work order to Kyle Construction, Inc. The quote is approximately 53 percent below the project consultant’s $325,895.00 opinion of probable cost. The Procurement Services Division concluded that the quote was competitive and representative of market conditions. The quote summary, chart, engineer’s letter of recommendation and work order are Attachments 1, 2, 3 and 4 respectively. The quote specifications informed the respondents there may be unforeseen site conditions associated with the project. The quote amount incorporates an allowance of $20,000 for owner-directed additional work including, but not limited to, modifications or repair resulting from un-located utilities or water service connections. The price for any additional work will be negotiated prior to commencement in accordance with the county’s Procurement Ordinance and the terms of the agreement. FISCAL IMPACT: A budget amendment is required from Project No. 70126, Fund (412), in the amount of $100,000. The source of funding is the Water User Fee Fund (412). This is a relocation project; therefore, operating costs are not expected to change. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex-Officio the Governing Board of the Collier County Water-Sewer District, awards Request for Quotation 14-6213-86, “Trail Blvd Water Main Relocation,” to Kyle Construction, Inc., in the amount of $172,174.00, under Project No. 70045, “FDOT Utility Projects”; authorizes a corresponding utility work agreement with the FDOT; authorizes the necessary budget amendment to transfer funds in the amount of $100,000 from Project No. 70126 to Project No. 70045; and authorizes the Chair to sign and execute the work order and the agreement after final review by the County Attorney’s Office. Prepared By: Eric Fey, Senior Project Manager, Engineering & Project Management Division, Public Utilities Department ATTACHMENT(S) 1. Attachment 1 RFQ 14-6213-86 Quote Tabulation (PDF) 2. Attachment 2 RFQ 14-6213-86 Bid Results Chart (PDF) 3. Attachment 3 RFQ 14-6213-86 Low Bidder Recommendation (PDF) 4. Attachment 4 RFQ 14-6213-86 Work Order (PDF) 5. Attachment 5 435040-1-56-11 Utility Work Agreement (PDF) 16.C.1 Packet Pg. 649 01/24/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.1 Item Summary: Recommendation to award Request For Quotation 14-6213-86, “Trail Blvd Water Main Relocation,” to Kyle Construction, Inc., in the amount of $172,174.00, under Project No. 70045, “FDOT Utility Projects,” for water main relocations along portions of Trail Boulevard, as required by the Florida Department of Transportation (FDOT) to construct drainage improvements; to authorize a corresponding utility work agreement with the FDOT; and to authorize a budget amendment in the amount of $100,000. Meeting Date: 01/24/2017 Prepared by: Title: Site Plans Reviewer – Public Utilities Planning and Project Management Name: Eric Fey 12/30/2016 6:37 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 12/30/2016 6:37 PM Approved By: Review: Public Utilities Planning and Project Management Oscar Martinez Additional Reviewer Completed 01/03/2017 8:40 AM Public Utilities Department Margie Hapke Additional Reviewer Completed 01/03/2017 9:19 AM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 01/04/2017 10:14 AM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 01/04/2017 4:31 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 01/05/2017 10:44 AM Water Pamela Libby Additional Reviewer Completed 01/05/2017 11:25 AM Water Steve Messner Additional Reviewer Completed 01/05/2017 11:29 AM Public Utilities Department Heather Bustos Level 1 Division Reviewer Completed 01/09/2017 12:59 PM Procurement Services Swainson Hall Additional Reviewer Completed 01/09/2017 2:08 PM Procurement Services Brenda Brilhart Additional Reviewer Completed 01/09/2017 2:20 PM Procurement Services Ted Coyman Additional Reviewer Completed 01/10/2017 8:30 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 01/11/2017 1:43 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/11/2017 4:08 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 01/12/2017 4:37 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 01/17/2017 3:23 PM 16.C.1 Packet Pg. 650 01/24/2017 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 01/17/2017 4:02 PM Board of County Commissioners MaryJo Brock Meeting Pending 01/24/2017 9:00 AM 16.C.1 Packet Pg. 651 ITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICE1 Mobilization/Demobilization1 LS 5,500.00$ 5,500.00$ 35,650.00$ 35,650.00$ 25,000.00$ 25,000.00$ 20,000.00$ 20,000.00$ 40,000.00$ 40,000.00$ -$ 2 Maintenance of Traffic1 LS 3,500.00$ 3,500.00$ 3,100.00$ 3,100.00$ 10,000.00$ 10,000.00$ 28,000.00$ 28,000.00$ 12,500.00$ 12,500.00$ -$ 3 Survey & Record Drawings1 LS 3,500.00$ 3,500.00$ 6,325.00$ 6,325.00$ 8,000.00$ 8,000.00$ 10,000.00$ 10,000.00$ 3,600.00$ 3,600.00$ -$ 4 Pre-Construction Video1 LS 2,500.00$ 2,500.00$ 1,725.00$ 1,725.00$ 2,000.00$ 2,000.00$ 4,000.00$ 4,000.00$ 2,900.00$ 2,900.00$ -$ 15,000.00$ 46,800.00$ 45,000.00$ 62,000.00$ 59,000.00$ No QuoteITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICE5 Conflict Avoidance (Labor Only)a. 2-inch Conflict Avoidance1 EA 1,000.00$ 1,000.00$ 1,380.00$ 1,380.00$ 2,300.00$ 2,300.00$ 2,000.00$ 2,000.00$ 8,600.00$ 8,600.00$ -$ b. 6-inch Conflict Avoidance1 EA 1,000.00$ 1,000.00$ 1,725.00$ 1,725.00$ 4,300.00$ 4,300.00$ 4,000.00$ 4,000.00$ 12,200.00$ 12,200.00$ -$ c. 6-inch Conflict Avoidance (Phase 2)1 EA 3,500.00$ 3,500.00$ 1,725.00$ 1,725.00$ 4,300.00$ 4,300.00$ 4,000.00$ 4,000.00$ 12,200.00$ 12,200.00$ -$ d. 6-inch Conflict Avoidance (Phase 3)1 EA 3,500.00$ 3,500.00$ 1,725.00$ 1,725.00$ 9,800.00$ 9,800.00$ 4,000.00$ 4,000.00$ 12,200.00$ 12,200.00$ -$ e. 8-inch Conflict Avoidance1 EA 1,000.00$ 1,000.00$ 1,725.00$ 1,725.00$ 11,800.00$ 11,800.00$ 5,000.00$ 5,000.00$ 12,200.00$ 12,200.00$ -$ 6 Install PVC C900 Water Main (Labor Only)25.00$ a. 6-inch PVC Water Main (Class 150, DR 18) 1,360 LF 24.00$ 32,640.00$ 33.30$ 45,288.00$ 25.00$ 34,000.00$ 55.00$ 74,800.00$ 52.75$ 71,740.00$ -$ b. 6-inch PVC Water Main (Class 200, DR 14) 150 LF 22.00$ 3,300.00$ 34.25$ 5,137.50$ 25.00$ 3,750.00$ 60.00$ 9,000.00$ 82.00$ 12,300.00$ -$ c. 8-inch PVC Water Main (Class 150, DR 18) 580 LF 22.00$ 12,760.00$ 32.60$ 18,908.00$ 25.00$ 14,500.00$ 60.00$ 34,800.00$ 58.25$ 33,785.00$ -$ 7 Connect to Existing Water Main (Labor Only)a. Connect to Existing 6-inch Water Main 3 EA 1,200.00$ 3,600.00$ 1,380.00$ 4,140.00$ 5,000.00$ 15,000.00$ 4,000.00$ 12,000.00$ 5,800.00$ 17,400.00$ -$ b. Connect to Existing 8-inch Water Main 1 EA 1,200.00$ 1,200.00$ 1,725.00$ 1,725.00$ 5,000.00$ 5,000.00$ 6,000.00$ 6,000.00$ 5,800.00$ 5,800.00$ -$ c. Connect to Existing 6-inch Water Main (Phase 2) 2 EA 1,500.00$ 3,000.00$ 1,725.00$ 3,450.00$ 5,000.00$ 10,000.00$ 5,000.00$ 10,000.00$ 5,800.00$ 11,600.00$ -$ d. Connect to Existing 6-inch Water Main (Phase 3) 2 EA 1,200.00$ 2,400.00$ 1,725.00$ 3,450.00$ 5,000.00$ 10,000.00$ 5,000.00$ 10,000.00$ 5,800.00$ 11,600.00$ -$ 8 Install Air Release Valve (Labor Only)a. Install Air Release Valve3 EA 250.00$ 750.00$ 1,440.00$ 4,320.00$ 1,800.00$ 5,400.00$ 2,000.00$ 6,000.00$ 2,000.00$ 6,000.00$ -$ b. Install Air Release Valve (Phase 2)2 EA 250.00$ 500.00$ 1,426.00$ 2,852.00$ 1,800.00$ 3,600.00$ 2,500.00$ 5,000.00$ 2,000.00$ 4,000.00$ -$ c. Install Air Release Valve (Phase 3)1 EA 250.00$ 250.00$ 1,472.00$ 1,472.00$ 1,800.00$ 1,800.00$ 2,500.00$ 2,500.00$ 2,000.00$ 2,000.00$ -$ 9 Install Fire Hydrant Assembly (Labor Only)2 EA 3,000.00$ 6,000.00$ 1,811.25$ 3,622.50$ 3,000.00$ 6,000.00$ 2,500.00$ 5,000.00$ 2,500.00$ 5,000.00$ -$ 10 Install Gate Valve and Box (Labor Only)a. 6" Gate Valve and Box5 EA 400.00$ 2,000.00$ 1,426.00$ 7,130.00$ 700.00$ 3,500.00$ 1,000.00$ 5,000.00$ 1,050.00$ 5,250.00$ -$ b. 8" Gate Valve and Box1 EA 500.00$ 500.00$ 1,771.00$ 1,771.00$ 700.00$ 700.00$ 1,500.00$ 1,500.00$ 1,525.00$ 1,525.00$ -$ 11 Install Permanent Bacteriological Sample Point (Labor Only)a. Install Permanent Bacteriological Sample Point (Phase 2) 1 EA 250.00$ 250.00$ 1,426.00$ 1,426.00$ 1,250.00$ 1,250.00$ 2,000.00$ 2,000.00$ 2,050.00$ 2,050.00$ -$ b. Install Permanent Bacteriological Sample Point (Phase 3) 1 EA 250.00$ 250.00$ 1,426.00$ 1,426.00$ 1,250.00$ 1,250.00$ 2,500.00$ 2,500.00$ 2,050.00$ 2,050.00$ -$ 12 Reconnect Existing Water Service (Labor Only)10 EA 250.00$ 2,500.00$ 1,035.00$ 10,350.00$ 800.00$ 8,000.00$ 1,500.00$ 15,000.00$ 1,800.00$ 18,000.00$ -$ 81,900.00$ 124,748.00$ 156,250.00$ 220,100.00$ 267,500.00$ No QuoteITEM NO.DESCRIPTIONEST. QUANT.UNIT UNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICEUNIT PRICEEXTENDED PRICE13 General Restoration1 LS 10,000.00$ 10,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 25,000.00$ 25,000.00$ 48,000.00$ 48,000.00$ -$ 14 Roadway Restoration1 LS 15,000.00$ 15,000.00$ 19,000.00$ 19,000.00$ 25,000.00$ 25,000.00$ 20,000.00$ 20,000.00$ 65,000.00$ 65,000.00$ -$ 15 Remove and Replace Drivewaysa. Asphalt85 SY 25.00$ 2,125.00$ 58.00$ 4,930.00$ 80.00$ 6,800.00$ 70.00$ 5,950.00$ 23.00$ 1,955.00$ -$ b. Concrete362 SY 34.50$ 12,489.00$ 54.50$ 19,729.00$ 90.00$ 32,580.00$ 80.00$ 28,960.00$ 70.00$ 25,340.00$ -$ c. Brick Pavers78 SY 36.00$ 2,808.00$ 50.00$ 3,900.00$ 60.00$ 4,680.00$ 100.00$ 7,800.00$ 65.00$ 5,070.00$ -$ d. Gravel56 SY 12.00$ 672.00$ 33.00$ 1,848.00$ 25.00$ 1,400.00$ 50.00$ 2,800.00$ 25.00$ 1,400.00$ -$ 16 Remove Existing Water Maina. 6-inch Cast Iron Water Main1,530 LF 6.00$ 9,180.00$ 12.25$ 18,742.50$ 15.00$ 22,950.00$ 14.00$ 21,420.00$ 25.00$ 38,250.00$ -$ b. 6-inch Hydrant Lead30 LF 5.00$ 150.00$ 14.00$ 420.00$ 15.00$ 450.00$ 50.00$ 1,500.00$ 30.00$ 900.00$ -$ c. 8-inch PVC Water Main570 LF 5.00$ 2,850.00$ 13.00$ 7,410.00$ 15.00$ 8,550.00$ 14.00$ 7,980.00$ 25.00$ 14,250.00$ -$ 55,274.00$ 95,979.50$ 122,410.00$ 121,410.00$ 200,165.00$ -$ 17Allowance1 T&M 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ No Quote15,000.00$ 46,800.00$ 45,000.00$ 62,000.00$ 59,000.00$ No Quote81,900.00$ 124,748.00$ 156,250.00$ 220,100.00$ 267,500.00$ No Quote55,274.00$ 95,979.50$ 122,410.00$ 121,410.00$ 200,165.00$ No Quote20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ 20,000.00$ No Quote172,174.00$ 287,527.50$ 343,660.00$ 423,510.00$ 546,665.00$ No QuoteOpened By: Evelyn Colon, Procurement StrategistWitnessed By: Adam Northrup, Procurement StrategistKyle Construction, Inc. Quality Enterprises USA, Inc.Mitchell & Stark Construction Company, Inc.Douglas N. Higgins, Inc. Haskins, Inc.SECTION 3: RESTORATIONALLOWANCETOTAL:SECTION 3: RESTORATIONSECTION 3 SUBTOTAL:SUMMARYSECTION 1: GENERALSECTION 2: WATER SYSTEMSECTION 1 SUBTOTAL:SECTION 1: GENERALSECTION 2: WATER SYSTEMSECTION 2 SUBTOTAL:RFQ 14-6213-86 Trail Blvd Water Main RelocationFriday, December 16, 2016Southwest UtilityAttachment 1 16.C.1.a Packet Pg. 652 Attachment: Attachment 1 RFQ 14-6213-86 Quote Tabulation (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) $0$100,000$200,000$300,000$400,000$500,000$600,000Eng Est KyleConstructionQualityEnterprisesMitchell& StarkD. N.HigginsHaskinsBid Results for RFQ 13-6166-01(NCRWTP Closed Transition) KEY:Dashed Green-AVERAGE BIDDashed black-+/- 1 std devof avg bidDotted red-+/- 20% of engestimate forhorizontalconstructionAttachment 2 16.C.1.b Packet Pg. 653 Attachment: Attachment 2 RFQ 14-6213-86 Bid Results Chart (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 2122 Johnson Street ■Post Office Box 1550 ■Fort Myers, Florida 33902-1550 (239) 334-0046 ■ Fax (239) 334-3661 SINCE 1946 December 20, 2016 Via Email Only: EricFey@colliergov.net Mr. Eric Fey, P.E. Senior Project Manager Collier County Public Utilities Engineering & Project Management Division 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 RE: Collier County RFQ 14-6213-86 Trail Blvd Water Main Relocation Low Bidder: Kyle Construction, Inc. Dear Mr. Fey: The bid opening for the above-referenced project took place on Friday, December 16, 2016. Collier County provided the results of the bid opening to Johnson Engineering on the next business day, Monday, December 19, 2016. Johnson Engineering performed an evaluation of the results and our recommendation is contained herein. BIDDER BASE BID AMOUNT Kyle Construction, Inc. $172,174.00 Quality Enterprises USA, Inc. $287,527.50 Mitchell & Stark Construction Co., Inc. $343,660.00 Douglas N. Higgins, Inc. $423,510.00 Haskins, Inc. $546,665.00 Following the bid opening, Collier County prepared the enclosed Bid Tabulation Analysis, which includes an analysis for mathematical errors. No errors were discovered. For comparison purposes, Johnson Engineering provided Collier County with an Opinion of Probable Construction Cost in the amount of $325,895.00. The results show Kyle Construction, Inc. as the low bidder. Based upon our review, the low bidder, Kyle Construction, Inc., appears to be a reasonable and responsive bid. Subject to concurrence with the County’s Purchasing and Contracts Administration Division, we believe selection of Kyle Construction, Inc. by Collier County for the intended work Attachment 3 16.C.1.c Packet Pg. 654 Attachment: Attachment 3 RFQ 14-6213-86 Low Bidder Recommendation (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) Mr. Eric Fey, P.E. Re: Collier County RFQ 14-6213-86 Trail Blvd Water Main Relocation Low Bidder: Kyle Construction, Inc. December 20, 2016 Page 2 contained within the bid documents would be an appropriate choice. Should you have any questions, or require additional information, please let me know. Very truly yours, JOHNSON ENGINEERING, INC. Michael S. Dickey, P.E. Director of Utility Services MSD/ljb Enclosure 20149700-092 cc: TomChmelik@colliergov.net OscarMartinez@colliergov.net BenjaminBullert@colliergov.net PamelaLibby@colliergov.net SwainsonHall@colliergov.net Attachment 3 16.C.1.c Packet Pg. 655 Attachment: Attachment 3 RFQ 14-6213-86 Low Bidder Recommendation (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.d Packet Pg. 656 Attachment: Attachment 4 RFQ 14-6213-86 Work Order (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.d Packet Pg. 657 Attachment: Attachment 4 RFQ 14-6213-86 Work Order (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.d Packet Pg. 658 Attachment: Attachment 4 RFQ 14-6213-86 Work Order (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.d Packet Pg. 659 Attachment: Attachment 4 RFQ 14-6213-86 Work Order (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 660 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 661 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 662 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 663 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 664 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 665 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 666 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 667 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 668 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 669 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 670 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 671 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 672 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement) 16.C.1.e Packet Pg. 673 Attachment: Attachment 5 435040-1-56-11 Utility Work Agreement (2532 : Trail Blvd WM Relocations / FDOT Reimbursement Agreement)