Loading...
Agenda 01/11/2011 Item #16A 2 Agenda Item No. 16A2 January 11, 2011 Page 1 of 16 EXECUTIVE SUMMARY Recommendation to grant final approval of the roadway (private) and drainage improvements for the final plat of Hammock Bay with the roadway and drainage improvements being privately maintained and authorizing the release of the maintenance security. OBJECTIVE: To grant final approval of the infrastructure improvements associated with that subdivision known as Hammock Bay. CONSIDERATIONS: 1. On April 1, 2003, the Land Development Services Department granted preliminary acceptance of the roadway and drainage improvements in Hammock Bay. 2. The roadway and drainage improvements will be maintained by WCI Communities, Inc., their successors and/or assigns and the Marco Shores Drainage Association, Inc. respectively. 3. The required improvements have been constructed in accordance with the Land Deveiopment Code. The Land Development Services Department has inspected the improvements and is recommending final acceptance of the improvements. 4. A resolution for final acceptance has been prepared and approved by the County Attorney's Office. A copy of the document is attached. 5. This PUD has been found to be in substantial compliance. FISCAL IMPACT: The roadway and drainage improvements will be maintained by WCI Communities, Inc., their successors and/or assigns and the Marco Shores Drainage Association, Inc. respectively. The existing security in the amount of $87,039.46 will be released upon Board approval. The original security in the amount of $1,062,129.80 has been reduced to the current amount of $87,039.46 based on the previous work performed and completed. GROWTH MANAGEMENT IMPACT: There is no growth management impact. Agenda Item No. 16A2 January 11, 2011 Page 2 of 16 LEGAL CONSIDERATIONS: The County Attorney's Office has reviewed and approved the Resolution for legal sufficiency. This item requires a majority vote. This item is ready for Board consideration and approval. STW RECOMMENDATION: Grant final acceptance of the roadway and drainage improvements in Hammock Bay and release the maintenance security. 1. Authorize the Chairman to execute the attached resolution authorizing final acceptance. 2. Authorize the release of the maintenance security. PREPARED BY: John Houldsworth, Senior Site Plans Reviewer, Land Development Services/Engineering Review, Growth Management Division, Planning and Regulation ^~~__L-..---.__"'_.o'i\ 1___"':__ kJl__ ", n__...J n__:_ 'l\ M___I..L:_._ r\LLO\"IIIIIC:lll;:). I} L..U\"dllUII IVldjJ, ~} DUIIU Dct::>I::>, .)) I"'i.t::::>UIULlUII Agenda Item No. 16A2 January 11, 2011 Page 3 of 16 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Meeting Date: 16A2 Recommendation to grant final approval of the roadway (private) and drainage improvements for the final plat of Hammock Bay with the roadway and drainage improvements being privately maintained and authorizing the release of the maintenance security. 1/11/2011 9:00:00 AM Item Number: Item Summary: Prepared By John Houldsworth Site Plans Reviewer, Senior Date Community Development & Environmental Services Engineering & Environmental Services 12/9/20102:35:49 PM Approved By Lauren Beard Planner Date Transportation Transportation Planning 12/10/2010 2:24 PM Approved By Norm E. Feder, AICP Administrator - Transportation Date Transportation Division Transportation Administration 12/14/20106:45 AM Approved By Judy Puig Operations Analyst Community Development & Community Development & Environmental Services Environmental Services Date 12/14/20109:26 AM Approved By WilHam D. Lorenz, Jr., P.i::. Director - CDES Engineering Services Date Community Development & Environmental Services Engineering & Environmental Services 12/14/2010 11 :25 AM Approved By Steven Williams Assistant County Attorney Date County Attorney County Attorney 12/14/20102:52 PM Approved By Nick Casalanguida Director - Transportation Planning Date Transportation Division Transportation Planning 12/15/20102:22 PM Approved By Jeff Klatzkow County Attorney Date 12/21/20101:49 PM Approved By Therese Stanley Manager - Operations Support - Trans Date Office of Management & Budget Agenda Item No. 16A2 January 11, 2011 Page 4 of 16 Office of Management & Budget 1/4/2011 9:08 AM Approved By Mark Isackson Office of Management & Budget Management/Budget Analyst, Senior Date Office of Management & Budget 1/4/2011 9:21 AM N...-(O <(...-...- (00,,- ...-NO :1.{) Q) OJ L.. .CO Q)~a... ==C COCO i:l ...., C Q) OJ <( ~n 5"._ ~~~~ ~!;~ z WQ ~!;( <nO o ...J ~ ~~ ~~ ~ ::' ~ 8 ::.~ .~ ~ Ii ~ .., ~ ~ ~ o " , 0" ~~~ ~G"'" 0" I~~ N ~ ~ c( ~U " .., > ! ~ "" 5 s I~; ffi~ 0 :!' ~~ ~ ~ !~ < ,., (~96 '~-s) O~V^31n08 ~31l10:J '!' ~ ~ nq':)S O.i .iON / >- <( CD :.:: () o :?E :?E <( I -.- ~ o .., ;;; 0.. <( ~ z o ~ <( <-) o ....J r< Agenda Item No. 16A2 January 11, 2011 Page 6 of 16 ENGINEER'S PROBABLE CONSTRUCTION COSTS FOR SUBDMSION IMPROVEMEl'."'TS ...... AT...... HAMMOCK BAY (revised April, 2003) '-'-'._';..- Prepared by: Q. Grady Minor & Associates, P.A. Civil Engineers - Land Surveyors - Planners 3800 Via Del Rey Bonita Springs, Florida 34134 (941) 947-1144 (941) 947-0375 (F) APRIL, 2003 4t{.fU MICHAEL J. DELATE, P.E. 3800 VIA DEL REV BONITA SPRINGS, FLORIDA 34134- FLORIDA REGISTRATION NUMBER 49442 Agenda Item No. 16A2 January 11, 2011 Page 7 of 16 SCHEDULE "A" CLEARING AND EARTHWORK A-I. Clearing, grubbing and preparation of berm areas, roadway rights-of-way, and easements areas as designated by the Engineer in the field including chipping and grinding of all materials on the Owner's property and then disposal of all residue off the Owner's property, all as specified, per acre complete. UNIT Acre 5.5 UNIT PRICE $1,000.00 TOTAL PRICE com leted A-2 Construct silt fence prior to the start of construction and maintain in place until completion of construction per plan and details per lineal foot installed. UNIT L.F. QUANTITY 5,400 UNIT PRICE $1.50 Total Schedule "A" C!' n nn .p V.\1\1 \ \QGM-FS2\DA T A \JOB\MARCOSHORE\MJD\SUBDIV\OPNCSTPAFA.doc Agenda Item No. 16A2 January 11, 2011 Page 8 of 16 SCHEDULE"B" DRAINAGE IMPROVEMENTS Furnishing and handling of all required materials, dewatering, bedding material (if necessary), rock removal and disposal off-site (if necessary), installation, backfilling, compaction, compaction testing in roadway areas, final grading, coordinating with other contractors and utility companies, flushing, clean-up, seeding of all areas disturbed by construction, repair of any damage caused by construction and other items necessary to complete the system and provide the owner with a complete working drainage system as shown on the drawings and specified on these contract documents. Pipe measurement is to outside of structures. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE B-1 15" RCP L.F. 475 $22.00 completed B-2 18" RCP L.F. 1,200 $25.00 comoleted B-3 24" RCP L.F. 1,323 $30.00 completed B-4 30" RCP L.F. 1,006 $38.00 completed B-4 Curb Inlet EA. 4 $1,500.00 comoleted B-5 Vallev gutter inlets EA. 14 $1,250.00 comoleted B-6 Ditch Bottom inlets EA. 16 $1,250.00 comoleted Total Schedule "B" $ 0.00 \ \QGM-FS2\DAT A \JOB\MARCOSHORE\MJD\SUBDIV\OPNCSTP AFA.doc Agenda Item No. 16A2 January 11, 2011 Page 9 of 16 SCHEDULE 'C' SANITARY SEW AGE COLLECTION SYSTEM Includes furnishing and handling of all required materials, connection to other pipelines, all excavation (including rock and over-excavation if necessary), de-watering, bedding material (if necessary), pipeline installation, back filling (imported fill if necessary), compaction, compaction testing in roadway areas, televised tape, infiltration and exfiltration testing, flushing, grouting, clean-up including resodding areas previously sodded, seeding all areas disturbed by construction, providing complete as-built drawings and other items necessary to complete the system and provide Owner, DEP, Florida Water Services and Collier County with a complete working sewage collection system as shown on the drawings and specified in these contract documents. ITEIV DESCRIPTION UNIT QUANTITY tJNIT PRICE TOTAL PRICE C-1 8" Gravity Sewer L.F. 486 $17.50 completed 0' _6' Cut C-2 8" Gravity Sewer L.F. 427 $23.00 completed 6'-8' Cut C-3 8" Gravity Sewer L.F. 445 $25.00 completed 8'-10' Cut C-4 8" Gravity Sewer L.F. 840 $30.00 completed 10'-12' Cut C-5 Manhole 0'-6' Cut EA. 1 $1,600.00 completed roc. :r-v1anhole 6'-8' Cut L'A A $1,900.00 cOllipleted v-v Dr\.. "t C-7 Manhole 8'-10' Cut EA. 3 $2,250.00 completed C-8 Manhole 10'-12' Cut EA. 6 $2,750.00 completed C-9 Sanitary sewer EA. I $50,000.00 completed Pump station Complete per pump station detail sheet and Florida Water requirements C-9 6" PVC force main L.F. 550 $13.00 completed C-IO 6" PVC lateral w/ cleanout L.F. 140 $10.00 completed Total Schedule 'C' $ 0.00 \ \QGM-FS2\DA T A \JOB\MARCOSHORE\MJD\SUBDIV\OPNCSTPAFA.doc Agenda Item No. 16A2 January 11, 2011 Page 10 of 16 SCHDULE 'D' WATER DISTRIBUTION SYSTEM Includes furnishing and handling of all required materials, joint restraint, thrust blocks, connection to other pipelines, all excavation (including rock and over-excavation if necessary), dewatering, bedding material (if necessary), pipeline installation, back filling (imported fill if necessary), compaction, compaction testing in roadway areas, pressure testing, disinfecting pipelines, flushing, clean-up including resodding areas previously sodded, seeding all areas disturbed by construction, providing complete as-built drawings and other items necessary to complete the system and provide the Owner, DEP, Florida Water Services and Collier County with a complete working water distribution system as shown on the drawings and specified in these contract documents. ITEM DESCRIPTION UN] QUANTITY UNIT PRICE TOTAL PRICE D-1 12" PVC water main L.F. 3,335 $17.00 completed D-2 12" Gate valve EA. 13 $1,000.00 completed D-3 Fire hydrant assemblies EA. 8 $2,000.00 completed D-4 Blow-off Assembly EA. 6 $800.00 completed D-5 1" Water Service L.S. 1 $750.00 completed Total Schedule 'D' $ 0.00 \ \QGM-FS2\DA T A IJOB\MARCOSHORE\MJD\SUBDIV\OPNCSTPAF A.doc Agenda Item No. 16A2 January 11, 2011 Page 11 of 16 SCHEDULE 'E' ROADWAY CONSTRUCTION Roadway construction complete per the plans and Collier County specifications including stabilized subgrade, stabilized shoulder, limerock base, tack coat, asphaltic concrete, required testing by an independent laboratory, roadside fill and grading for full width of right-of-way and easements, finish grading, seeding and mulch. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE E-1 3/4"Asphalt Type S-3 S.Y. 9,430 $2.25 $21,217.50 (final lift ) E-2 6" Limerock Base S.Y. 12,855 $5.50 completed E-3 12" Stabilized Subgrade S.Y. 30,380 $2.50 completed E-4 Brick pavers S.F. 30,689 $2.50 completed E-5 2' Concrete valley L.F. 5,032 $4.50 completed gutter and IE' modified curb and gutter including H/e curb cuts E-6 Flat curb L.F. 1,495 $2.50 completed E-7 Type IF' Curb L.F. 708 $10.00 completed T""' n Type lA' Curb T T'" 3,705 thn ^" completed c-o L.r. ~15.UV E-9 5' wide concrete sidewalk L.F. 5,360 $10.00 completed E-lO Stop sign w/stTeet sign EA. 2 $150.00 completed on top including 24" wide stop bar E-11 Speed limit sign EA. 4 $400.00 completed E-12 Regulatory signs L.S. 1 $400.00 completed E-13 2" PVC conduit (w/cap EA. 20 $350.00 completed and locator typical) (70 LF) E-14 2" PVC conduit (50 LF) EA. 60 $250.00 completed E-15 4" PVC conduit (70 LF) EA. 20 $450.00 completed E-16 4" PVC conduit (50 LF) EA. 60 $300.00 completed E-17 Bahia Sod S.F. 8,600 $0.20 completed E-18 Final grading L.S. 1 $7,500.00 completed *Note: Asphalt, limerock and sub grade include guardhouse parking and lift station driveway areas Total Schedule 'E' $ 21!217.50 \ IQGM-FS2IDA T A IJOBIMARCOSHOREIMJDlSUBDIVIOPNCSTPAFA.doc Agenda Item No. 16A2 January 11, 2011 Page 12 of 16 SCHEDULE 'F' STREET LIGHTING Provide street lighting at one fixture per 200 linear feet of roadway. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE F-1 Street Lighting EA. 22 $1,500.00 completed Total Schedule 'F' $ 0.00 \ \QGM-FS2\DA T A 'JOB\MARCOSHORE\MJD\SUBDIV\OPNCSTPAFA.doc Agenda Item No. 16A2 January 11, 2011 Page 13 of 16 SCHEDULE 'G' PLAT MONUMENTATION Provide setting of the interior corners (tracts) for the plat. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE G-I Corner Monuments EA. 250 $25.00 completed Total Schedule 'G' $ 0.00 \ \QGM-FS2\DA T A \JOB\MARCOSHORE\MJD\SUBDIV\OPNCSTP AF A.doc . # Agenda Item No. 16A2 January 11, 2011 Page 14 of 16 BID SCHEDULE SUMMARY SCHEDULE 'A' SCHEDULE 'B' SCHEDULE 'C' SCHEDULE 'D' SCHEDULE 'E' SCHEDULE 'F' SCHEDULE 'G' TOTAL $ 21,217.50 \ \QGM-FS2\DA T A \JOB\MARCOSHORE\M1D\SUBDIV\OPNCSTPAFA.doc Agenda Item No. 16A2 January 11, 2011 Page 15 of 16 RESOLUTION NO. 11-_ A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA AUTHORIZING FINAL ACCEPTANCE OF CERTAIN ROADWAY AND DRAINAGE IMPROVEMENTS IN HAMMOCK BAY, ACCORDING TO THE PLAT THEREOF RECORDED IN PLAT BOOK 39, PAGES 14 THROUGH 19; RELEASE OF THE MAINTENANCE SECURITY; AND ACCEPTANCE OF THE MAINTENANCE RESPONSIBILITY FOR THE ROADWAY AND DRAINAGE IMPROVEMENTS THAT ARE NOT REQUIRED TO BE MAINTAINED BY THE WCI COMMUNITIES, INC., THEIR SUCCESSORS AND/OR ASSIGNS, AND THE MARCO SHORES DRAINAGE ASSOCIATION, INC. WHEREAS, the Board of County Commissioners of Collier County, Florida, on July 30,2002, approved the plat of Hammock Bay for recording; and WHEREAS, the Developer has constructed and maintained the roadway and drainage improvements in accordance with the approved plans and specifications as ....",,;....,.1 h" th.. T and n.."..l,.,nn-...nt r,.,rl.. rr,.,l1;.... r,.,,,nt,, (I...rl;n<ln".. l\T,., ()LLLl.l <IS .I. """'i.""''''''' ""\.I. VJ e...&...I....... LJ .I. .&,J"""'y\oo'...vt'.I.....I.""'J...... "-''-''-&-'''' ''-''-''''...A''''.&. ........"...J'"...J....."J '-"..1.\001...1.....1..................'-' ....,"". v. ...., _ amended); and WHEREAS, the Developer is requesting final acceptance of the roadway and drainage improvements and release of his maintenance security; and WHEREAS, the Land Development Services Department has inspected the roadway and drainage improvements, and is recommending acceptance of said facilities. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that final acceptance is hereby granted for those roadway and drainage improvements in Hammock Bay, pursuant to the plat thereof recorded in Plat Book 39, pages 14 through 19, and the Clerk is hereby authorized to release the maintenance security. Agenda Item No. 16A2 January 11, 2011 Page 16 of 16 BE IT FURTHER RESOLVED AND ORDERED that the County accept the future maintenance and other attendant costs for those roadway and drainage improvements that are not required to be maintained by WCI Communities, Inc., their successors and/or assigns and the Marco Shores Drainage Association, Inc., and Collier County will have no maintenance responsibility with respect to the roadway and drainage improvements. This Resolution adopted after motion, second and majority vote favoring same, this day of , 2011. DATE: ATTEST: D~GHTE.BROCK,CLERK BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: , Deputy Clerk , CHAIRMAN Approved as to form and legal sufficiency: 1~7.wL Steven T. Williams Assistant Collier County Attorney