Loading...
Agenda 03/22/2011 Item #16A1 3/22/2011 Item 16.A.1. EXECUTIVE SUMMARY Recommendation to grant final approval of the roadway (private) and drainage improvements for the final plat of Majorca at Fiddler's Creek with the roadway and drainage improvements being privately maintained and authorizing the release ofthe maintenance security. OBJECTIVE: To grant final approval of the infrastructure improvements associated with that subdivision known as Majorca at Fiddler's Creek. CONSIDERATIONS: L On March 14, 2002, the Land Development Services Department granted preliminary acceptance of the roadway and drainage improvements in Majorca at Fiddler's Creek. 2. The roadway and drainage improvements will be maintained by the project's homeowners association. 3. The required improvements have becn constructed in accordance with the Land Development 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. S. This PUD has been found to be in substantial compliance. FISCAL IMPACT: The roadway and drainage improvements will be maintained by the project's homeowners association. The existing security in the amount of $20,206. I 8 will be released upon Board approval. The original security in the amount of $222,268.20 has been reduced to the current amount of $20.206. 18 based on the previous work performed and completed. LEGAL CONSIDERATIONS: The County Attorney's Office has rcviewed and approved the Resolution for legal sufficiency. This item requires a majority vote. This item is ready for Board consideration and approval. STW GROWTH MANAGEMENT IMPACT: - There is no growth management impact Packet Page -802- 3/22/2011 Item 16.A.1. RECOMMENDATION: Grant final acceptance of the roadway and drainage improvements in Majorca at Fiddler's Creek and release the maintenance security. I, 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, Grov.1h Management Division, Planning and Regulation Attachments:]) Location Map, 2) Bond Basis, 3) Resolution ,~'" Packet Page -803- 3/22/2011 Item 16.A.1. COLLIER COUNTY Board of County Commissioners Item Number: 16.A.L Item Summary: Recommendation to grant final approval ofthe roadway (private) and drainage improvements for the final plat of Majorca at Fiddler's Creek with the roadway and drainage improvements being privately maintained and authorizing the release of the maintenance security. Meeting Date: 3/22/2011 Prepared By Name: HouldsworthJohn Title: Site Plans Reviewer, Senior, Engineering & Environm 2/1 7/2011 8:59:46 AM Approved By Name: LorenzWilliam Title: Director - CDES Engineering Services, Comprehensive Date: 2/17/2011 9:26: 17 AM Name: BeardLaurie Title: Planner, Transportation Planning Date: 2/17/2011 I: 16:46 PM Name: PuigJudy Title: Operations Analyst, CDES Date: 2/1 7/2011 2:46:03 PM Name: McKennalack Title: Manager - Engineering Revie\v Services, Engineering & Environmental Services Date: 2/17/20114:23:52 PM Name: WilliamsSteven Title: Assistant County Attorney,County Attorney Date: 2/1 8/2011 10:08:42 AM Name: FederNorm Title: Administrator - Growth Management Div,Transportati Packet Page -804- 3/22/2011 Item 16.A.1. Date: 2/22/201\ ] 1 :36:02 AM Name: MarcellaJeanne Title: Executive Secretary, Transportation Planning Date: 2/23/2011 10:]4:49 AM Name: IsacksonMark Title: Director-Corp Financial and Mgmt Svs,CMO Date: 3/]/2011 8:58:53 AM Name: KlatzkowJeff Title: County Attorney, Date: 3/7/2011 9:46:37 AM Name: SheffieldMiehael Title: Manager-Business Operations, CMO Date, 3/1 0/20\1 9:39:58 AM Packet Page -805- , , " , . ~~1; '" He ~~w He \ 3/22fl.Ql1Jtem 16.A.1. LJ')'Otlll Jl:)tll:) 3)<1I1COONl o ~ u - ; I\! 11~:lS OJ iON / - ~ , . " , ." i~~ I ; ! ;:~ ! - ~if . Q =--:? ~ ~J s'" i! ~ z > :: ~Q ,!;;O Ou [g " , ~it- _ I"."'"' " I !ls Q" .;-J I':li I !.,I a.. <:t: ~ W I- (j) '" W W 0: o (/) il: w -' o o u: ~ <( o 0: o . <( :;; a.. <:t: ~ z o I- <:t: o o ---l I I I I I I I I I I I I I I I I I I I . 3/22/2011 Item 16.A.1. . PARCEL 8 BID SCHEDULE "A" CLEARING AND EARTHWORK The developer will have cleared, grubbed, filled and compacted the site prior to the site contractor taking control of the job site. The developer will prepare the site with the final rough finish grade equal to 5.0'% NGVD. The site contractor shall then be responsible for constructing the building pads, roads, berms, swales with imported clean sand material. A-I. Imported off-site clean sand fill including placement and compaction of fill to construct the building sites, roadways, berms, swales and other areas as depicted on the plans and/or designated by the Engineer in the field, including compaction testing in roadway areas, per cubic yard truck measure. UNIT QUANTITY UNIT PRICE TOTAL PRICE Cubic Yard 3,000 $6,00 $18,000 A-2. Construct silt fence and maintain in place until completion of construction per plan and details per lineal foot installed. UNIT QUANTITY UNIT PRICE TOTAL PRICE L.F. 1,560 $2.25 $3,510 Total Bid Schedule "A" S 21.510.00 F:\JOBlF1DCREEKIMWM\COST8.DOC FCI.PL T Packet Page -807- I " I~ I I I I I I I f-. I I I I I I I . I , 3/22/2011 Item 16.A.1. . . PARCEL 8 BID 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 coordinating with other contractors and utility companies, flushing, clean-up, seeding of all area 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. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE B-1 15"RCP L.F. 0 $19 0 B-2 18"RCP L.F. 0 $23 0 B-3 24" RCP L.F. 502 $30 $15,060 B-4 30" RCP L.F. 290 $34 $9,860 B-5 V,Q, Catch Basin EA 4 $1,000 $4,000 B-6 Junction Box EA 1 $1,100 $1,100 FDOT Type "E" . B-7 Junction Box EA 4 $1,000 $4,000 FDOT Type "C" B-8 Construct rear lot line L.S. I $10,000 $10,000 swales and yard drains B-9 30" Flared End EA I $1,000 $1,000 Total Bid Schedule "B" $ 45.020.00 F:IJOBIFIDCREEKIMWM\COST8,OOC FCS,PL T Packet Page -808- I I I I I I I I I I I I I I I I I I I . 3/22/2011 Item 16.A.1. . PARCEL 8 BID SCHEDULE "C" SANITARY SEWAGE COLLECTION SYSTEM Includes furnishing and handling of all required materials, 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, 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 and Collier County with a complete working sewage collection system as shown on the drawings and specified in these contract documents, ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE C-I 8" Gravity Sewer LF. 650 $16 $10,400 0'-6' Cut C-2 8" Gravity Sewer LF, 500 $19 $9,500 6' - 8' Cut C-3 8" Gravity Sewer EA. 383 $24 $9,192 8' - 10' Cut C-4 Manhole 0' - 6' Cut EA. 4 $1,350 $5,400 C-5 Manhole 6' -8' Cut EA, 2 $1,590 $3,180 C-6 Manhole 8' - 10' Cut EA, 2 $1,840 $3,680 C-7 Connect to Existing I LS, 1 $500 $500 Manhole C-8 6" Double Sewer EA, 8 $385 $3,080 Services C-9 6" Single Sewer EA. 2 $370 $740 Services Total Bid Schedule "e" s 45.672.00 F:\JOBIFIOCREEKIMWM\COST8,DOC FC8,PL T Packet Page -809- I 1-, I I I I I I I ~ I I I I I I I . I " . 3/22/2011 Item 16.A.1. . PARCEL 8 BID SCHEDULE "0" 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 and Collier County with a complete working water distribution system as shown on the drawings and specified in these contract documents. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE D-I 8" C-900 CLI50 L.F. 975 $12 $11,700 PVC Water Main D-2 8" C-900 CL200 L.F. 200 $13 $2,600 PVC Water Main D-3 8" Inline Gate Valve EA, 2 $730 $1,460 D-4 BSV (permanent) EA. 1 $700 $700 D-5 Connect to Existing L.S. 1 $1,800 $1,800 8" Water Main including jumper assembly and temporary meter D-6 Water Services EA. 11 $550 $6,050 D-7 Fire Hydrant Assembly EA. 2 $1,690 $3,380 D-8 Bends & Fittings EA. 20 $125 $250 D-9 Deflections EA. 2 $600 $1,200 Total Bid Schedule "D" $ 29.140.00 F:VOBIFIOCREEKIMWM\COSTl,OOC FCI,PL T Packet Page -810- I I I I I I I I I I I I I I I I I I I " . 3/22/2011 Item 16.A.1. . PARCEL 8 BID SCHEDULE "E" ROADWAY CONSTRUCTION Roadway construction complete per Collier County specifications including compacted fiU, stabilized sub grade, stabilized shoulder, limerock base, tack coat, asphaltic concrete, required testing by an independent laboratory, roadside grading for fuU width of right-of-way and easements, finish grading, seeding, mulch and I foot strip of Floritam sod at edge of vaUey gutter, ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE E-I I Yz Asphalt S.Y. 2,870 $3.50 $10,045 (23/4" Type S-3 Lifts) E-2 8" Limerock Base S,Y, 2,870 $5 $14,380 E-3 12" Stabilized Subgrade S.Y. 3,325 $2 $6,650 E-4 24" Valley Gutter L.F, 7,060 $4,50 $9,270 E-5 Type "E" Mod. Curb L.F, 50 $7 $350 E-6 Type "A" Curb L.F, 0 $7 0 E-7 l' Sod L.P, 2,1U0 $0.25 $525 E-8 Seed & Mulch AC I $1,800 $1,800 E-9 24" Stop Bar L.P, I $50 $50 E-IO Signage, all signs and Lump $1,000 $1,000 sign posts as shown on Sum the plans E-ll Reflective Pavement Lump $150 $150 Markers Sum E-12 Street Lights, complete EA, 6 $1,500 $9,000 (See Pelican Electric Plans) E-13 Connect to Existing 1.S, I $2,500 $2,500 E-14 Conduit 1.S, I $5,000 $5,000 Total Bid Schedule "E" $ 60,720.00 F:UOBIFIDCREEK\MWMICOST8.00c FC8.PL T Packet Page -811- I I- I I I I I I I p-- I I I I I I I /- , I '~ . . 3/22/2011 Item 16.A.1. BID SCHEDULE SUMMARY SCHEDULE "A" Clearing and Earthwork $ 21.510 SCHEDULE "8" Drainage Improvements $ 45.020 SCHEDULE "C" Sanitary Sewage Collection System $ 45.672 SCHEDULE "D" Water Distribution System $ 29.140 SCHEDULE "E" Roadway Construction $ 60.720 TOTAL BID $ 202.062 )<..-"~ 1. ~ " ~~2., r: c.. ~. r. C> ~ F:VOBIFIDCREEK\MWM\COSTI.DOC FC8,PLT Packet Page -812- 3/22/2011 Item 16.A.1. RESOLUTION NO. 11-_ A RESOLUTION OF THE BOARD OF COlJNTY COMM.lSSlONERS OF COLLIER COUNTY, FLORIDA AuTHORIZING FINAL ACCEPTANCE OF CERTAIN ROADWAY AND DRAINAGE IMPROVEMENTS IN MAJORCA AT FIDDLER'S CREEK, ACCORDING TO THE PLAT THEREOF RECORDED IN PLAT BOOK 36, PAGES 82 THROUGH 83; 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 951 LAND HOLDIl'IGS, LTD., IT'S SUCCESSORS AND ASSIGNS W1IEREAS, the Board of County Commissioners of Collier County, Florida, on November 28, 2000 approved the plat of Majorca at Fiddler's Creek for recording; and WHEREAS, the Developer has constructed and maintained the roadway and drainage improvements in accordance with the approved plans and specifications as required by the Land Development Code (Collier County Ordinance No. 04-41, as lll11ellded); 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 COLLlER COUNTY, FLORIDA, that final acceplance is hereby ",'tanted for those roadway and drainage improvements in Majorca at Fiddler's Creek, pursuant to the plat thereof recorded in Plat Book 36. pages 82 through 83, and the Clerk is hereby authorized to release the maintenance security, Packet Page -813- I 3/22/2011 Item 16.A.1. BE IT FURTIffiR RESOLVED AND ORDERED that the roadway and drainage improvements withill. Majorca at Fiddler's Creek will be maintained privatclyin the future and will not be me responsibility of Collier Collo'!)>. This Resolution adopted after. moti\,m, second and majority vote favoring same, this day of , 2011. DAJE: ATTEST: DWIGHT E. BROCK, CLERK BOARD OF COUNTY COMMISSIONERS COLLIER COlJ"NTY, FLORIDA , Deputy Clerk By: FRED COYLE, CHAIRMAN Approved as to form and legal sufficiency: 4r', w'iJ ' Steven T, Willianls Assistant Collier County Attorney Packet Page -814-