Loading...
Agenda 04/14/2009 Item #16B13 Agenda Item No. 16813 April 14, 2009 Page 1 of 27 EXECUTIVE SUMMARY Recommendation to approve Amendment to February 24, 2009, Memorandum of Agreement (MOA) between Florida Department of Environmental Protection (FDEP), through its Office of Coastal and Aquatic Managed Areas (CAMA), and Collier County; and to approve an initial work order for $299,012.00 on a project to not exceed $500,000.00 in available grant funds to be reimbursed to the County by FDEP to make hydrologic restoration improvements on Shell Island Road. OBJECTIVE: To amend the Memorandum of Agreement approved by the Board of Collier County Commissioners at the February 24, 2009 meeting, and to approve a work order for hydrologic restoration improvements to Shell Island Road. CONSIDERA nONS: The Florida Department of Environmental Protection, through its Office of Coastal and Aquatic Managed Areas, has received a grant in the amount of approximately $500,000 for hydrologic improvements related to restoration on Shell Island Road. The project is located within Rookery Bay National Estuarine Research Reserve and is funded by US Fish and Wildlife funds. Rookery Bay has requested that Collier County assist them by project managing the Shell Island Road Restoration project and requesting quotes from contractors. This agreement would allow Collier County to serve as administrator of the project with close coordination with the Office of Coastal and Aquatic Managed Areas. The FDEP, through its Office of Coastal and Aquatic Managed Areas, has agreed to provide 100% of the funding for this project. The contractor will be paid by Collier County and Collier County will be reimbursed by FDEP. Under the original agreement, Collier County was approved to secure and evaluate formal quotations for construction of the project and provide construction project management. FDEP has received the required permits for the project. The requirements of the project are anticipated to include: Removal and construction of culverts allowing for surface water flow; backfilling the existing borrow ditch, rebuilding portions of the existing roadway; and paving the road immediately after there is a finished grade surface, Pursuant to the FDEP's grant agreement, the project must be completed by June 30, 2009. This amendment to the Memorandum of Agreement is necessary in order for the County to administer this project and provide funding and project management. Pursuant to the Fixed Term Underground Utility Contract (08-50 II), on behalf of FDEP, a request for quote was sent by the Collier County Purchasing Department staff to all five contractors listed on the contract on February 5, 2009. The quotes that were received all exceeded the budget amount, so quotes were re-solicited on February 20, 2009 requesting a best and final offer from each contractor. Quotes were due by 3:00 p.m. on February 23, 2009. The lowest, responsive contractor was Haskins, lnc, with a project quote of $299,012.00 Agenda Item No. 16B13 April 14, 2009 Page 2 of 27 Once approved, a work order in the amount $299,012,00 will be issued. Additional funds will be required to work within sensitive preserve lands which may include selective hand clearing of mangroves. FISCAL IMPACT: Funding is available in the Stonnwater Capital Improvement Fund, Fund 325, within the Lely Area Storm water Improvement Program (Project No. 51101). The source of funding is ad valorem taxes. Collier County will be reimbursed by FDEP for all funds expended in association with this project. GROWTH MANAGEMENT IMP ACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is not quasi-judicial and requires no ex parte disclosure, requires only a majority vote for approval, and is otherwise legally sufficient for Board action,-SR T RECOMMENDATION: That the Board of County Commissioners approves the Amendment to the Memorandum of Agreement, and authorizes the Chairman to sign the Amendment and attached work order. Prepared by: Attachments: Brandy Otero, Operations Analyst, Stormwater Department Amendment to MOA: MOA with strikethrough/underline; Work Order; and Quote Response Form Page] of 1 Agenda Item No. 16B t 3 April 14, 2009 Page 3 of 27 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16813 Recommendation to approve Amendment to February 24, 2009, Memorandum of Agreement between Florida Department of Environmental Protection (FDEP), through its Office of Coastal and Aquatic Managed Areas (CAMA), and Collier County; and to approve an initial work order for $299,012.00 on a project to not exceed $500.000.00 in available grant funds to be reimbursed to the County by FDEP to make hydrologic restoration improvements on Shell Island Road. Meeting Date: 4/14/200990000 AM Prepared By Brandy Otero Planning Tech Date Transportation Services Transportation Planning 4/7/20094:46:17 PM Approved By Norm E. Feder, Ale? Transportation Division Administrator Date Transportation Services Transportation Services Admin. 4/7/20094:47 PM Approved By Caroline Soto Administrative Assistant Date Transportation Services Transportation Engineering and Construction 4/7/2009 4:57 PM Approved By Therese Stanley Grants Coordinator Date Transportation Transportation Administration 4/7/2009 5:03 PM Approved By John Vliet Roads Maintenance Superintendant Date Transportation Services Road Maintenance 4/8/20096:09 AM A pproved By Scott R. Teach Assistant County Attorney Date County Attorney County Attorney Office 4/8/2009 11 :60 AM Approved By S usa n Usher Senior Management/Budget Analyst Date County Manager's Office Office of Management & Budget 4/8/20092:23 PM A pproved By Leo E. Ochs, Jr. Board of County Commissioners Deputy County Manager Date County Manager's Office 4/8/2009 4:26 PM Agenda Item No. 16B13 April 14, 2009 Page 4 of 27 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION OFFICE OF COASTAL AND AQUATIC MANAGED AREAS and COLLIER COUNTY, FLORIDA AMENDMENT TO MEMORANDUM OF AGREEMENT This AMENDMENT TO MEMORANDUM OF AGREEMENT (hereinafter referred to as the AMENDMENT) is entered into between the Florida Department of Environmental Protection (hereinafter referred to as DEP AR TMENT) by and through its Office of Coastal and Aquatic Managed Areas (hereinafter referred to as CAMA), and Collier County, a political subdivision of the State of Florida (hereinafter referred to as the COUNTY): R E C I TAL S: WHEREAS, the DEPARTMENT and the COUNTY entered into a Memorandum of Agreement on February 24, 2009, wherein the COUNTY agreed to administer a project on behalf of the DEPARTMENT involving the hydrological restoration, installation of culverts, backfill of ditches, and reconstruction of road improvements on Shell Island Road in Collier County, Florida; and WHEREAS, the DEPARTMENT and the COUNTY wish to amend that Memorandum of Agreement as allowed under numbered paragraph eight (8), which provides that the parties may modify its terms; and WHEREAS, the parties wish to amend the Memorandum of Agreement, in part, to provide that the COUNTY will manage the project and advance the construction costs of the project subject to repayment by the DEPARTMENT and that the DEPARTMENT will immediately construct and pave Shell Island Road following the completion of finished grading of the road's surface; Page I of3 Agenda Item No. 16813 April 14, 2009 Page 5 of 27 WHEREAS, both parties desire to modifY, fully clarifY, and resolve various Issues concerning their respective rights, expectations and duties under the Memorandum of Agreement; and WHEREAS, after reasoned consideration by the COUNTY and the DEPARTMENT, the parties agree that this Amendment is in the public interest. WI TNESS ETH: NOW, THEREFORE, in consideration of Ten Dollars ($10.00) and other good and valuable consideration exchanged amongst the parties, and in consideration of the covenants contained above and herein, and the fact that all of the above recitals are true and correct and shall be fully incorporated herein and form part of the basis for this Amendment, the parties agree as follows: ]. The Memorandum of Agreement is hereby amended as indicated on the attached Amended Memorandum of Agreement, including Attachments "A" and "8" thereto. The amendments made to the February 24, 2009, Memorandum of Agreement are indicated by underscoring new additions and deleting portions using stril,etllreugh, 2. There are no other amendments to this Agreement except those as set forth on the attached Memorandum of Agreement. This Amendment shall only be amended or cancelled by mutual written consent of the parties hereto or by their successors in interest. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials. The Agreement shall become effective upon the date in which it has been signed by both parties as indicated below. Page 2 of3 Agenda Item No. 16813 April 14, 2009 Page 6 of 27 Department of Environmental Protection Office of Coastal and Aquatic Managed Areas COLLIER COUNTY, a political subdivision of the State of Florida By: By: Lee Edmiston, Director Or Designee Donna Fiala County Commission Chairman Dated: Dated: ATTEST: Attest: Dwight E. Brock, Clerk By: By: ,Deputy Clerk APPROVED AS TO FORM: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: DEP Attorney By: Office of County Attorney Page 3 of3 Agenda Item No. 16B13 April 14. 2009 Page 7 of 27 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION OFFICE OF COASTAL AND AQUA TIC MANAGED AREAS and COLLIER COUNTY, FLORIDA MEMORANDUM OF AGREEMENT NUMBER - DEP Contract No. RM086 This MEMORANDUM OF AGREEMENT (hereinafter referred to as the AGREEMENT) is entered into between the Florida Department of Environmental Protection, whose address is 3900 Commonwealth Boulevard. Tallahassee. Florida 32399-3000 ( (hereinafter referred to as DEP AR TMENT) by and through its Office of Coastal and Aquatic Managed Areas (hereinafter referred to as CAMA), and Collier County, a political subdivision of the State of Florida (hereinafter referred to as the COUNTY), to conduct the Shell Island Road reconstruction, WHEREAS, CAMA manages those portions of Rookery Bay National Estuarine Research Reserve (hereinafter referred to as the RBNERR) described in Lease No. 3682 from the Board of Trustees of the Intemallmprovement Trust Fund of the State of Florida; WHEREAS, the DEPARTMENT and the COUNTY have agreed to combine efforts to conduct hydrological restoration, place culverts, backfill ditches, and conduct road reconstruction for Shell Island Road (hereinafter referred to as the PROJECT); WHEREAS, the COUNTY has the experience, resources, and expertise to administer the PROJECT and the COUNTY has agreed to assume administration of the PROJECT, which includes rormal (jlletatiol1 alley/il1g the DEPf.RTMEJ>IT to riggybacl; Cel1traet if Og 5011 ":\I1HHUI CeAtraet fer UAsergroHRa Utility CeHtraetor Services" ill aeeorElaflce 'Nitll SectioR 35 cf saia eOHtraet, which pro',ises fer a competitive process and utiliz&i!Jg the service of the lowest responsive contractor, (hereiAafter referres te as CONTR:\CTOR) for construction services of the PROJECT; WHEREAS, CAMA has secured design plans and technical specifications from Barkley Consulting Engineers, Inc. (hereinafter referred to as CONSULTANT) for the PROJECT and the COUNTY aHa the CONTR,'\CTOR will construct the PROJECT in accordance with the CONSUL T,'\NT'S PROJECT plans and the specifications referenced on attached Attachment "A" (Scope of Services). All attachments and exhibits named herein and attached hereto are incorporated bv reference, WHEREAS, C^.ll,l^. the DEPARTMENT and the COUNTY may agree to undertake future improvement of Shell Island Road within and related to the scope of the original Project, this agreement may be amended to incorporate design, engineering, and construction specifications and to provide for administration of the PROJECT; Agenda Item No. 16813 April 14, 2009 Page 8 of 27 WHEREAS, easements from the COUNTY, the Conservancy of Southwest Florida, the National Audubon Society, Inc., and Raymond E, Carroll, Trustee of the Bear Hammock Land Trust have been issued to the Board of Trustees of the Internal Improvement Trust Fund of the State of Florida, c/o the DEPARTMENT, and authorize the DEPARTMENT and the DEPARTMENT'S heirs, successors and assigns to use certain lands to accomplish the PROJECT; WHEREAS, the COUNTY agrees to advance the funds necessarv to complete the proiect in an amount not to exceed $412.1 12,00. subiect to the DEP AR TMENTS timelv reimbursement to COUNTY as specified herein; WHEREAS, this AGREEMENT delegates administration of the PROJECT to the COUNTY and provides for procedures by which invoicing and payment will be made to the CONTP~^.CTOR COUNTY by the DEPARTMENT, tlu'sHgk C\1\1/\; WHEREAS. the DEPARTMENT agrees to adhere to all federal and State grant reporting requirements in connection with the Proiect and bears full financial responsibilitv to COUNTY upon completion of the proiect and submission of time Iv substantiated invoices: WHEREAS, the DEPARTMENT agrees to immediatelv construct and install pavement upon the establishment of a finished grade surface on Shell Island Road so as not to allow the finished grade to deteriorate or require regrading. NOW THEREFORE, in consideration of the mutual covenants contained herein the DEPARTMENT and the COUNTY agree as follows: I. a. The PROJECT consists of demolition of the existing cross-drain structures; all cutting, filling and compacting of fills and grading required to bring the entire project area to grades specified in the technical specifications; the removal and replacement of reinforced concrete culverts allowing for surface water flow; and such further work as is outlined in the design plans and specifications, including but not limited to backfilling the existing borrow ditch, rebuilding the existing roadway with embankment material and compacted limerock, and constructing a temporary silt fence for the length of the project as per plans and the specificatieR3 stated iJ1 Scope of Services affixed hereto attacked as EJlkiBit Attachment "A." b. The PROJECT is located within Rookery Bay National Estuarine Research Reserve in Collier County and is funded by U.S. Fish and Wildlife Service grant funds, The COUNTY has agreed to serve as administrator of the PROJECT and will solicit competitive formal quotations pursuant to COUNTY Purchasing Policy, evaluate such formal quotations in consultation with CAMA's Project Manager, provide onsite project management, and to assume the role of contract manager. c. The DEPARTMENT, through CAMA, agrees to provide 100% funding, not to exceed ~500,000 $412.1 12.00. for the PROJECT and shall provide payment for approved invoices submitted directly from the CO~lTR,'\CTOR COUNTY to the DEPARTMENT. +fie Agenda Item No. 16613 April 14, 2009 Page 9 of 27 DEPf.RTMENT shall remit pa)'meRt eireetly te the COI>!TR/\CTOR iH ace8Fa!HIee with the Leeal GovemmeRt Prempt PaymeRt f.et, Floriea Statutes ~ 218.70. The COUNTY agrees to work in conjunction with CAMA for evaluation of formal quotations, contract drafting, inspection of work to approve pay requests, and final approval and contract closure procedures. The COUNTY HHaerstaHas tAat the eRtirety of the eOHstruetieR aeti':ity must be eemJllete by March 31, 200<;> l'lurGuaHt te CAM,'\'s gr-aHt agreemeRt. Tile life oftRe PROJECT uRaer tllis ,^.GIli:EMI5}JT may be e)(teHaea llflOR e)(eeHtioH of any subseEjHeRt amenaments to tllis ,^.GREEMENT. Tile parties e)(l'lressly agree that the previsions of this ,^.GREEMEl'!T shall survive ana be eHfereeable beyeRd the e)[piFation date ofthis ,'\GREEMENT, 2. The COUNTY shall perform the following services for the PROJECT: The COUNTY shall provide advance funding for the PROJECT in an amount not to exceed $412.112.00. subiect to reimbursement from the DEPARTMENT of all allowable amounts the COUNTY expends upon submission of invoices substantiating the reasonable costs COUNTY incurred on PROJECT as required in Paragraph 9. The COUNTY shall be responsible for the performance of all services necessary to secure and evaluate formal quotations for construction of the PROJECT and to provide construction project management for the PROJECT pursuant to OEP ARTMENT Permits, as well as all other responsibilities delegated to COUNTY on Attachment "A,". 3. The DEPARTMENT shall provide the funds to accomplish the services set forth herein iR ParagFaj'lR I. Tllis ,'\GREEMI5NT may Be afHeRaed to iHeol'floFate flilure cOl'l:;tnletion serviees within the seope of tile PROJECT's plans and speeiHeatiol'ls, if deteFfHinee l'lecessarj' by tile l'larties, throHgh a sel'larate writtel'l il'lstnlmel'lt. The DEPARTMENT shall adhere to and assumes all risks involved with federal and State law. grant reporting, and compliance requirements in connection with the PROJECT and bears full financial responsibilitv to reimburse COUNTY upon its submission of time Iv invoices for allowable expenses. regardless of whether the DEPARTMENT actuallv receives funding from a grant related to this PROJECT; The DEPARTMENT shall immediatelv construct and install pavement upon the establishment of a finished grade surface on Shell Island Road so as not to allow the finished grade to deteriorate or require regrading. 4. The COUNTY shall fully administer the services set forth herein il'l PaFagFRjlRs 1 aHd 2, above, aRe tllose speeifieatiol'ls stated iH 15)[hibit "f.," attaelled. CORstructiel'l serviees !HId aHY adaitioHal desigR !HId peffRittiHg sllall Be flollly aamil'listered by the COUNTY aHe shall fo llow all eeffipetiti':e f-effilal EjuelatioH proeeeuFes !HIe slate, foderalllRe loeal laws. CAMA shall review the formal quotations with the COUNTY prior to the issuance of a contract. The contract shall be drafted with collaboration from CAMA and the DEPARTMENT's Office of General Counsel to include all state and federally mandated clauses and forms, if applicable, 5. This ,^.GREEMENT sRall beeeme eff-eetj':e Ol'l the date of e)[eelilieR by beth parties aHd shall teffRil'late on March 31, 2009, unless e)[tel'lcled for good eause UJl8n agreeffieRt by the Agenda Item No. 16B 13 April 14, 2009 Page 10 of 27 COUNTY aRa the DEPf~Q,TMEl'lT. The Parties HHaerstaRa!lflS agree that the Projeet shall Ret eommeRee uRtil all ]3eFA'lits are eetaiRea; netwithsl!lflaing the abare':iatea eompletiBn aate. 5. All PROJECT design changes, notices, and other future activities shall be directed to the Project Managers for written concurrence, appropriate action, or disposition as identified below: CAMA's Proiect Manager: The COUNTY's Proiect Manager: Randy McCormick FDEP/Rookery Bay NERR Assistant Manager 300 Tower Road Naples, FL 34114 (239) 417-6310 Gerald Kurtz Road Maintenance Dept., Stormwater Principal Project Manager 2885 S. Horseshoe Drive Naples, FL 34104 (239) 252-8192 Any formal notice arising under this AGREEEMENT to either party shall be made in writing to the Project Managers at the addresses above. Any approvals required for construction, contracting, invoicing, or payment shall be from the above-cited Project Managers and shall not be accepted from any other individual unless designated as designee. Any change in either the COUNTY or CAMA's Project Manager shall be noticed to the other party at the address listed above within ten (10) days of such change. 6. The DEPARTMENT and COUNTY shall have joint responsibility for testing, monitoring, and post-construction activities required under permits and called for in the technical specifications. Both parties agree to be fully responsible for their own acts of negligence, or their respective agents' acts of negligence when acting within the scope of their employment, and agree to be liable for any damages resulting from said negligence to the extent permitted by Section 768,28, Florida Statutes. Nothing herein is intended to serve as a waiver of sovereign immunity by either the COUNTY or the DEPARTMENT. Nothing herein shall be construed as consent by the COUNTY or the DEPARTMENT to be sued by third parties in any manner arising out of this AGREEMENT. The DEPARTMENT further expressly covenants and agrees to refrain from bringing suit or proceedings at law, in equity, or administratively and, to the extent allowable by law, to indemnify and hold the COUNTY hannless, on account of any and all such claims, demands, actions or causes of action related to any acts of negligence or violations oflaw committed by the DEPARTMENT's contractor while working on the Project. 8. THis ,\GREEMENT may be teFA'linalea by either ]3arty upen thirty (30) aays ""Titten Retiee if eonaitioRs arise, sHeH as lad; of available fURaing, whieh aietales tHat it is in the publie illterest to termiRate, THis doeumeRt embodies the whole agreement between the parties. THere are no promises, terms, eenditioRs or allegatieRs etHer tHan these eentained Herein ana tHis aoeumeRt shall supersede all pre' ious communi eat ions, representations and/or agreement, whether '.\Titten or verbal, between the parties hereto. This ,\GREEMEl'JT may be medified Agenda Item No. 16B13 April 14, 2009 Page 11 of 27 BRI) iR 'A'I'itiAg e)[eellteEl BY all parties. This !.CREEMEJ>lT ghall Be BiREliAg HP8R the parties, their gH88eSSElfS, assigns aHEllegal represeAtatives. 7. Prier tEl its effeetiveRess, tIhis AGREEMENT and subsequent amendments thereto must be filed and recorded with the Clerk of the Circuit Court of Collier County. 8, This Contract shall begin upon execution bv both parties and remain for a period of six (6) months. inclusive. In accordance with Section 287.058(2). Florida Statutes. the COUNTY shall not be eligible for reimbursement for services rendered prior to the execution date of this Contract. This Contract mav be renewed for an additional term not to exceed the original Contract period or three (3) years. whichever is longer. Renewal of this Contract shall be in writing and subiect to the same terms and conditions of this Contract. All renewals are contingent upon satisfactorv performance bv the COUNTY and the availabilitv of funds. 9, a. As consideration for the services rendered bv the COUNTY under the terms of this Contract. the DEPARTMENT shall pav the COUNTY on a cost reimbursement basis UP to a maximum of$412.112,OO. b. The COUNTY shall submit invoices on a monthlv basis. in coni unction with progress reports as required herein. All bills for amounts due under this Contract shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. A final invoice must be submitted no later than thirtv (30) davs after the completion date of the Contract in order to assure the availabilitv of funding. c. The State Chief Financial Officer requires detailed supporting documentation of all costs under a cost reimbursement agreement. In accordance with the Contract Pavment Requirements. (attached hereto and made a part hereof as Attachment B). the COUNTY shall complv with the minimum requirements set forth therein. Invoices shall be accompanied by supporting documentation and other requirements as follows: 1. Salaries/Wages - The COUNTY shall not be reimbursed for direct salaries or multipliers (i.e.. fringe benefits. overhead. and/or general and administrative rates) for COUNTY's emplovees. ii. Contractual (Subcontractors) - Reimbursement requests for pavments to subcontractors must be substantiated bv copies of invoices with backup documentation identical to that required from the COUNTY. Subcontracts which involve pavments for direct salaries shall clearlv identilY the personnel involved. salarv rate per hour. and hours/time spent on the proiect. All multipliers used (i.e, fringe benefits. overhead. and/or general and administrative rates) shall be supported bv audit. If the DEPARTMENT determines that multipliers charged bv any subcontractor exceeded the rates supported bv audit. the COUNTY shall be required to reimburse such funds to the DEPARTMENT within thirty (30) davs of written notification, Interest on the excessive charges shall be calculated based on the prevailing rate used bv the State Board of Administration. Invoices for reimbursement of fixed price subcontracts approved by the DEPARTMENT shall be documented bv copies of the paid invoices. Agenda Item No. 16B 13 April 14, 2009 Page 12 of 27 111. Travel - Reimbursement for travel expenses and per diem are not authorized under the terms of this Contract. iv. Equipment - (Capital outlav over $1.000 in value) - The purchase of non- expendable equipment or personal property costing $1.000 or more is not authorized under the terms of this Contract. 10. Pursuant to Section 215.422. Florida Statutes, the DEPARTMENT's Contract Manager shall have five (5) working davs. unless otherwise specified herein, to inspect and approve the services for pavment: the DEPARTMENT must submit a request for pavment to the Florida Department of Financial Services within twentv (20) davs; and the Department of Financial Services is given ten (10) days to issue a warrant. Davs are calculated from the latter date the invoice is received or services received, inspected. and approved, Invoice pavment requirements do not start until a proper and correct invoice has been received, Invoices which have to be returned to a contractor for correction( s) will result in a delav in the pavment. A Vendor Ombudsman has been established within the Florida Department of Financial Services who mav be contacted if a contractor is experiencing problems in obtaining timelv pavment( s) from a State of Florida agencv. The Vendor Ombudsman mav be contacted at 850-410-9724 or 1-800-848-3792. 11. In accordance with Section 215.422, Florida Statutes. the DEPARTMENT shall pav the COUNTY. interest at a rate as established bv Section 55,03(1). Florida Statutes on the unpaid balance. if a warrant in pavment of an invoice is not issued within fortv (40) davs after receipt of a correct invoice and receipt inspection, and approval of the goods and services. Interest pavments of less than $1 will not be enforced unless a contractor requests pavment. The interest rate established pursuant to Section 55.03(1). Florida Statutes mav be obtained bv calling the Department of Financial Services, Vendor Ombudsman at the telephone number provided above or the DEPARTMENT's Procurement Section at 850-245-2361. 12. The DEP AR TMENT mav terminate this Contract at anv time in the event of the failure of the COUNTY to fulfill anv of its obligations under this Contract. Prior to termination, the DEP AR TMENT shall provide ten (10) calendar davs written notice of its intent to terminate and shall provide the COUNTY an opportunitv to consult with the DEPARTMENT regarding the reason(s) for termination. In the event that the Contract is terminated under this provision, the COUNTY shall be paid for work satisfactorilv completed and irrevocable commitments made. The parties hereto mav terminate this Contract for convenience as evidenced bv formal amendment which c1earlv describes the basis for the termination. In the event that the Contract is terminated for convenience. the COUNTY shall be paid for work satisfactorilv completed and irrevocable commitments made. Notice shall be sufficient if delivered personallv or bv certified mail to the address set forth in paragraph II. 13, Anv and all notices shall be delivered to the parties at the following addresses: Agenda Item No. 16813 April 14, 2009 Page 13 of27 COUNTY DEPARTMENT Collier Countv Board of County Commissioners Road Maintenance Stormwater Attn: Gerald Kurtz 2885 S. Horseshoe Drive Naples, Florida 34104 Rookerv Bav National Estuarine Research Reserve Department Attn: Randv McCormick 300 Tower Road Naples, Florida 341 13 14, The DEPARTMENT's Contract Manager is Randy McCormick, phone 239-417-6310. The COUNTY's Contract Manager is Gerald Kurtz, phone 239-252-8192. All matters shall be directed to the appropriate Contract Manager for action or disposition. 15. This Contract may be unilaterallv canceled bv the DEPARTMENT for refusal bv the COUNTY to allow public access to all documents, papers. letters. or other material made or received bv the COUNTY in coni unction with this Contract unless the records are exempt from Section 24(a) of Article I of the State Constitution and Section 119.07(1), Florida Statutes. 16, The COUNTY shall maintain books, records and documents directlv pertinent to performance under this Contract in accordance with generally accepted accounting principles consistentlv applied. The DEPARTMENT. the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Contract and for five vears following Contract completion, In the event any work is subcontracted. the COUNTY shall similarlv require each subcontractor to maintain and allow access to such records for audit purposes. 17. The COUNTY warrants that it has not emploved or retained anv companv or person, other than a bona fide emplovee working solely for the COUNTY to solicit or secure this Contract and that it has not paid or agreed to pav anv person, companv. corporation. individual. or firm, other than a bona fide emplovee working solelv for the COUNTY anv fee, commission, percentage. gift or other consideration contingent upon or resulting from the award or making of this Contract. 18, The COUNTY covenants that it present Iv has no interest and shall not acquire any interest which would conflict in anv manner or degree with the performance of services required. 19, This Contract has been delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible. each provision of this Contract shall be interpreted in such manner as to be effective and valid under applicable law. but if anv provision of this Contract shall be prohibited or invalid under applicable law. such provision shall be ineffective to the extent of such prohibition or invaliditv, without invalidating the remainder of such provision or the remaining provisions of this Contract. Any action hereon brought bv COUNTY against the DEPARTMENT hereon or in connection herewith shall be brought in Agenda Item No. 16813 April 14, 2009 Page 14 of 27 Leon Countv. Florida, Anv action brought bv the DEPARTMENT against the COUNTY hereon or in connection herewith shall be brought in Collier County. Florida. 20. No delay or failure to exercise anv right. power or remedv accruing to either partv uPon breach or default bv either partv under this Contract. shall impair anv such right. power or remedv of either party: nor shall such delav or failure be construed as a waiver of anv such breach or default. or anv similar breach or default thereafter. 21. The COUNTY recognizes that the State of Florida. bv virtue of its sovereigntv. is not required to pav anv taxes on the services or goods purchased under the terms of this Contract. 22, This Contract is neither intended nor shall it be construed to grant anv rights. privileges or interest in anv third party without the mutual written agreement of the parties hereto. 23. a. No person. on the grounds of race. creed. color. national origin. age. sex. or disabilitv. shall be excluded from participation in: be denied the proceeds or benefits of: or be otherwise subiected to discrimination in performance of this Contract. b, An entitv or affiliate who has been placed on the discriminatorv vendor list mav not submit a bid on a contract to provide goods or services to a public entitv. mav not submit a bid on a contract with a public entitv for the construction or repair of a public building or public work. mav not submit bids on leases of real propertv to a public entitv. mav not award or perform work as a contractor. supplier. subcontractor. or consultant under contract with anv public entitv. and mav not transact business with anv public entitv, The Florida Department of Management Services is responsible for maintaining the discriminatorv vendor list and intends to post the list on its website, Ouestions regarding the discriminatorv vendor list mav be directed to the Florida Department of Management Services. Office of Supplier Diversitv at 850-487-0915. 24, This Contract is an exclusive contract for services and mav not be assigned in whole or in part without the written approval of the DEPARTMENT, 25. a. The COUNTY shall not subcontract. assign. or transfer anv work under this Contract without the prior written consent of the DEPARTMENT's Contract Manager. The COUNTY agrees to be responsible for the fulfillment of all work elements included in any subcontract consented to bv the DEPARTMENT and agrees to be responsible for the payment of all monies due under anv subcontract. It is understood and agreed bv the COUNTY that the DEP ARTMENT shall not be liable to anv subcontractor for anv expenses or liabilities incurred under the subcontract and that the COUNTY shall be solelv liable to the subcontractor for all expenses and liabilities incurred under the subcontract. b. The Department of Environmental Protection supports diversitv in its procurement program and requests that all subcontracting opportunities afforded bv this Contract embrace diversitv enthusiasticallv. The award of subcontracts should reflect the full diversitv of the citizens of the State of Florida. A list of Minoritv Owned firms that could be offered subcontracting opportunities mav be obtained bv contacting the Office of Supplier Diversitv at 850-487-0915, Agenda Item No. 16813 April 14, 2009 Page 15 of 27 26. To the extent required bv law. the COUNTY will be self-insured against. or will secure and maintain during the life of this Contract. Workers' Compensation Insurance for all of his emplovees connected with the work of this proiect and. in case anv work is subcontracted. the COUNTY shall require the subcontractor similarlv to provide Workers' Compensation Insurance for all of the latter's emplovees unless such emplovees are covered bv the protection afforded bv the COUNTY, Such self-insurance prol;ram or insurance coverage shall complv fullv with the Florida Workers' Compensation law. In case anv class of emplovees engaged in hazardous work under this Contract is not protected under Workers' Compensation statutes. the COUNTY shall provide. and cause each subcontractor to provide. adequate insurance satisfactory to the DEPARTMENT. for the protection of his employees not otherwise protected. 27. The COUNTY warrants and represents that it is self-funded for liability Insurance. appropriate and allowable under Florida law. and that such self-insurance offers protection applicable to the COUNTY's officers. emplovees. servants and agents while acting within the scope of their emplovment with the COUNTY, 28. The purchase of non-expendable personal property or equipment costing $1.000 or more is not authorized under the terms of this Contract. 29, The DEPARTMENT mav at anv time. bv written order designated to be a change order. make any change in the work within the general scope of this Contract (e,g.. specifications. time. method or manner of performance. requirements. etc.). All change orders are subiect to the mutual agreement of both parties as evidenced in writing. Anv change order which causes an increase or decrease in the COUNTY's cost or time shall require formal amendment to this Contract. 30. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entitv crime mav not perform work as a grantee. contractor. supplier. subcontractor. or consultant under a contract with anv public entitv. and mav not transact business with anv public entitv in excess of the threshold amount provided in Section 287.017. F.S.. for Category Two. for a period 0[36 months from the date of being placed on the convicted vendor list. 31. All tracings. plans. specifications. maps. computer files and or reports prepared or obtained under this Contract. as well as data collected. together with summaries and charts derived therefrom. shall be considered works made for hire and shall become the property of the DEPARTMENT upon completion or termination of this Contract. without restriction or limitation on their use and shall be made available. upon request. to the DEPARTMENT at anv time during the performance of such services and/or upon completion or termination of this Contract. The COUNTY shall provide the DEPARTMENT with all appropriate source code for use. Upon delivery to the DEPARTMENT of said documents(s). the DEPARTMENT shall become the custodian thereof in accordance with Chapter 119. Florida Statutes. 32. The COUNTY shall complv with all applicable federal. State and local rules and regulations in providing services to the DEPARTMENT under this Contract. The COUNTY acknowledges that this requirement includes compliance with all applicable federal. state and Agenda Item No. 16B 13 April 14, 2009 Page 16 of 27 local health and safetv rules and regulations, The COUNTY further agrees to include this provision in all subcontracts issued as a result of this Contract. The DEPARTMENT shall adhere and assumes all risks involved with federal and State law. grant reporting. and compliance requirements in connection with the PROJECT; including but not limited to federal compliance requirements pertaining to expediting the procurement process to advance the completion of the PROJECT. 33, The State of Florida. through the Department of Management Services. has instituted MvFloridaMarketPlace. a statewide e-procurement svstem, Pursuant to rule 60A-] .032(] ). Florida Administrative Code. this Contract shall be exempt from the one percent (] %) transaction fee, 34, This Contract represents the entire agreement of the parties. Anv alterations. variations. changes. modifications or waivers of provisions of this Contract shall onlv be valid when thev have been reduced to writing. dulv signed bv each of the parties hereto. and attached to the original of this Contract. unless otherwise provided herein. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Agenda Item No. 16B13 April 14, 2009 Page 17 of 27 IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their duly authorized officers, and their officials seals hereto affixed, this 14th day of April, 2009. Department of Environmental Protection Office of Coastal and Aquatic Managed Areas COLLIER COUNTY, a political subdivision of the State of Florida By: By: Lee Edmiston, Director Or Designee Donna Fiala County Commission Chairman ATTEST: WITNESS: By: By: APPROVED AS TO FORM: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: By: DEP Attorney Office of County Attorney List of attachments/exhibits included as part of this Contract: SpecifY Tvpe Letter/ Number DescriPtion (include number of pages) Attachment Attachment A B Scope of Services (3 Pages) Contract Pavment Requirements (J Page) Agenda Item No. 16B13 April 14. 2009 Page 18 of 27 ATTACHMENT A SCOPE OF SERVICES Rookerv Bay National Estuarine Research Reserve (Department) and Collier Countv (Contractor) have agreed to combine efforts to conduct hvdrological restoration, place culverts. backfill ditches. and conduct road reconstruction for Shell Island Road (hereinafter referred to as the Proiect), The Proiect consists of demolition of the existing cross-drain structures; all cutting, filling and compacting offills and grading required to bring the entire proiect area to grades specified in the technical specifications; the removal and replacement of reinforced concrete culverts allowing for surface water flow; and such further work as is outlined in the design plans and specifications, including but not limited to backfilling the existing borrow ditch. rebuilding the existing roadwav with embankment material and compacted lime rock. and constructing a temporarv silt fence for the length of the proiect as per plans. The Proiect is located within Rookerv Bav National Estuarine Research Reserve in Collier Countvand is funded bv U,S, Fish and Wildlife Service grants. Description of Proiect Work This proiect consists of: · Removing and replacing culverts in nine locations as per plans; . Backfilling the existing borrow ditch with clean fill or equivalent per plans: · Rebuilding 100' of each side of cross drain with 6" of limerock base; . Compact and regrade existing roadway base: and . Constructing a silt fence the length of the proiect as needed. The Contractor has agreed to subcontract the actual construction work to be completed under the Proiect and to perform all proiect management and administration of the Proiect. Replacing materials shown on the construction plan with an eouivalent one bv the subcontractor will require prior authorization in writing from the Collier Countv Contract Manager. In addition. a supervisorv personnel bv the subcontractor change shall require prior authorization from the Collier Count v Contract Manager. As-Built drawings are to be provided bv the subcontractor. All survey information depicted on the As-Built drawings shall be collected under the direct supervision of the PSM in accordance with Florida Statute Chapters 177 and 472 and Chapter 61 G-17 of the Florida Administrative Code. As-Built drawings must be prepared, signed and sealed bv a PSM, The Contractor's Contract Manager will review the record drawings provided bv the PSM for completeness. The PSM is responsible for the replacement of anv & all survey control or boundarv corners damaged or destroved during construction. Agenda Item No. 16813 April 14, 2009 Page 19 of 27 It shall be the subcontractor's responsibilitv to notify the Collier Countv Contract Manaller. in writinll. of anv construction problems or additional construction needs. The Collier Countv Contractor Manaller shall keep the Department Contract Manaller UP to date on all aspects of the Proiect. Should additional costs be involved which are not covered within the Contract Specifications. a Unit Cost shall be allreed upon. a Chanlle Order to the Work Order completed bv the Contractor and their subcontractor prior to performinll additional services. Anv such chanlles which result in an increase in Proiect cost must be addressed throullh an amendment to this Contract prior to commencement of such work. The Contractor and their subcontractor shall communicate rrequentlv and maintain a workinll schedule after the Notice To Proceed has been issued. The written schedule is required to be kept current with the prollress of the work. Should the schedule be chanlled. it shall be immediatelv up-dated. Durinll the term of the Contract. the Contractor shall be required to attend weekly prollress meetinlls with their subcontractor. unless otherwise specified bv the Contractor's Contract Manaller. The subcontractor shall record notes and type minutes of the prolll"ess meetinll and also attend other special meetinlls that the Contractor requires. The subcontractor shall provide all materials. labor. equipment. mobilization/demobilization. anv other necessarv effort. element and/or component(s) needed to complete the work in its entiretv per plans and at the Bid Price submitted, On a twentv-four (24) hour basis. the subcontractor mav be required to travel to the site immediatelv to meet with the Contractor. law enforcement or emerllencv personnel to resolve an emerllencv. The subcontractor shall respond to a telephone. beeper. or radio call within one (1) hour. There shall be no additional charlle for these responses. The disposal of all debris and construction litter must be at a proper landfill or disposal site. All disposal fees. tippinll or charlles are to be included in the Bid Price submitted. Maintenance of Traffic is solelv the responsibilitv of the subcontractor and is to be placed prior to construction. Should the subcontractor not place and/or properlv maintained the Maintenance of Traffic (M.O.T.) the subcontractor's Proiect Manager will require the Proiect work to cease until the proper M.O.T. has been placed and/or maintained. The subcontractor shall complv with the requirements of Collier Countv's Maintenance of Traffic (M.O.T,) Policv copies of which are available throullh the Risk Manallement or Purchasing Department. The subcontractor shall obtain and review the Collier Countv M,O.T. Policv Requirements and shall complv with these durinll construction. This Proiect will require a Performance and/or Pavment Bond bv the subcontractor and it shall be submitted prior to commencement. Agenda Item No. 16B13 April 14. 2009 Page 20 of 27 Utilitv locates shall be conducted prior to commencement of work. Soft digging, pot holing and/or anv commonlv approved method at the subcontractor's discretion mav be used to locate existing utilities. Permitting The subcontractor shall fill out. sign. and date a Notice of Intent to Use Generic Permit for Stormwater Discharge from Large and Small Construction Activities, (F.D.E,P. Form 62 - 621.300(4)(b)), Submit the signed copv of the N.O.1. to the County. The Contractor shall will submit the completed form to the Florida Department of Environmental Protection along with the required permit fee and a copv of the form to Collier County Engineering Services Department. Dailv Logs The subcontractor shall complete and submit to the Contractor on a weeklv basis a Dailv Log documenting the subcontractor's activities at the Proiect site such as: I, Soil or weather conditions which adverselv affect the work; 2. Dailv job site hours of operation; 3. Number of subcontractor's and subcontractor's personnel present and working at the project site; 4, Equipment on the proiect site; 5. Work description being preformed; 6. Materials received: 7. List of visitors; and, 8. Anv problems that might impact either the cost or qualitv of the work or the time of performance, The Contractor will be responsible for the services to be performed bv their subcontractor as well as to serve as the Proiect Administrator. The following Proiect Administration services shall be performed bv the Contractor: . The Contractor shall be responsible for providing construction proiect management for the Proiect pursuant to the Department Permits, · The Contractor shall fullv administer the services set forth above as well as anv additional anticipated services, design and permitting, . This is a time sensitive proiect and the Contractor shall ensure that the Project IS completed on bv June 30, 2009. · The Contractor shall submit invoices to the Depal1ment upon completion of each task, All invoices are to be paid on satisfactorv completion of those tasks, Agenda Item No. 16613 April 14, 2009 Page 21 of 27 ATTACHMENT B Contract Pavment Requirements Florida Department of Financial Services. Reference Guide for State Expenditures (January 2005) Cost Reimbursement Contracts Invoices for cost reimbursement contracts must be supported bv an itemized listing of expenditures by categorv (salary. travel. expenses. etc.) Supporting documentation must be provided for each amount for which reimbursement is being claimed indicating that the item has been paid. Check numbers may be provided in lieu of copies of actual checks, Each piece of documentation should clearlv reflect the dates of service. Onlv expenditures for categories in the approved contract budget should be reimbursed. Listed below are examples of tv pes of documentation representing the minimum requirements: (I) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges. fringe benefits. other deductions and net pav. If an individual for whom reimbursement is being claimed is paid bv the hour. a document reflecting the hours worked times the rate of pav will be acceptable. (2) Fringe Benefits: Fringe Benefits should be sUPl'orted bv invoices showing the amount paid on behalf of the emplovee (e.g.. insurance premiums paid). If the contract specificallv states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits. then the calculation for the fringe benefits amount must be shown. Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe benefits. (3) Travel: Reimbursement for travel must be in accordance with Section 112.061. Florida Statutes. which includes submission of the claim on the approved State travel voucher or electronic means. (4) Other direct costs:Reimbursement will be. made based on paid invoices/receipts. If nonexpendable propertv is purchased using State funds. the contract should include a provision for the transfer of the property to the State when services are terminated, Documentation must be provided to show compliance with Department of Management Services Rule 60A-l.017. Florida Administrative Code. regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273,02. Florida Statutes. for subsequent transfer to the State, Agenda Item No. 16B13 April 14, 2009 Page 22 of 27 (5) In-house charges: Charges which mav be of an internal nature (e.g.. postage. copies. etc.) mav be reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable, (6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate. then the calculation should be shown. The Florida Department of Financial Services. Reference Guide to State Expenditures (Januarv. 2005) can be found at the following web address: htlP:I /www.fldfs.com/aad irlreference%5 F guide/. 04-COA-01030!306 Agenda Item No. 16813 April 14, 2009 Page 23 of 27 WORK ORDER/PURCHASE ORDER # Agreement for "Fixed Term Underground Utility Contracting Services" Dated: Mareh ] 1. 2008 (RFP/Bid 08-50] I) This Work Order is for professional underground utility contracting services for work known as: Project Name: Shell Island Road Restoration Project Project No: 5110] The \\'ork is specified in the proposal dated February 23, 2009 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, Work Order/Purchase Order # is assigned to: Haskins, Inc. This work will be completed in conjunction with the Florida Department of Environmental Protection (FDEP). FDEP will be reimbursing Collier County for any funds expended in accordance with this work order. Scone of Work: As detailed in the attached proposal and the following: * Task I Mobilization * Task II Selective Hand Clearing of Mangroves * Task ]11 Culvert Installation * Task IV Backfill Swale * Task V RoadVo,.'ay * Task VI Silt Fence Schedule of Work: Complete work within 76 days from receipt of the Notice to Proceed which is accompanying this Work Order. COITIDensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): []Negotiated Lump Sum ~Lump Sum Plus Reimbursable Costs (to be reimbursed by FDEP to Collier County based upon percent complete) 0 Time & Material (established hourly rate - Schedule A) DCas! Plus Fixed Fee, (define which method will be used for which tasks) as provided in the attached proposal. Task I Task I! Ta<k II! Task IV Task V Task VI $ $ $ $ $ $ 15.000.00 (Lump sum) 25.500.00 (Lump sum) 52,500.00 (Lump sum) 123,500.00 (Time & Materials) 52.512.00 (Lump sum) 30.000.00 (Lump sum) TOTAL FEE $ 299,Ot 2.00 Any change made subsequent to final department approval will be considered an additional service and charged according to Schedule "A" of the original Contract Agreement. PREPARED BY: Brandy Otero. Operations Analyst Date APPROVED BY: Gerald Kurtz, Principal Project Manager Date APPROVED BY: John Vliet. Director Date APPROVED BY: Norman Feder, Administrator Date ACCEPTED BY: Haskins. Inc. Agenda Item No. 16B 13 April 14, 2009 Page 24 of 27 (Company Name) Signature of Authorized Company Officer Date Joel Chambers. Manager Type Of Print Name and Title Attest Dwight E. Brock, Clerk Board of County Commissioners Collier County, Florida By: By: Donna Fiala, Chairman Approved as to form and legal sufficiency Scott R. Teach, Deputy County Attorney Agenda Item No. 16813 April 14, 2009 Page 25 of 27 QUOTE RESPONSE FORM FROM: f4S1c /A/.5 ~c.. Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: RFQ# 85011SWM/SISWIIBO- "Shell Island Stormwater Improvement Project" Dear Commissioners: The undersigned, as Quoter, hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done; and that he/she has examined the Specifications for the work and the documents hereto attached. The Quoter further declares that the only persons, company or parties interested in the Quotation to be entered into as principals are named herein; that this Quotation is made without connection with any other person, company or parties making a Quote; and it is in all respect fair and in good faith, without collusion or fraud. The Quoter further certifies that he/she has familiarized himselflherself with the Federal, State and Local laws pertaining to the type of work proposed. The Quoter agrees, if this Quote is accepted, to Contract with the OWNER in the form of a County issued numbered purchase order, to furnish work in full, in complete accordance with shown, noted, described and reasonably intended requirements of these Plans, Specifications, Contract Documents and all Addenda hereto for the Unit Prices on the following pages. The service to be furnished by us is hereby declared and guaranteed to be in conformance with the specifications of the County. The undersigned do agree that should this Quotation Response be accepted, to commence work with the issuance of the Notice to Proceed and to complete required work no later than March 31, 2009, unless otherwise agreed to by all parties. Agenda Item No. 16B 13 April 14, 2009 Page 26 of 27 IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 23 ~ay of Peeeu4a( , 20aEI in the County of CO...~ , in the State of R... . ~K: 11'<5 k. Firm's Complete Legal Name 10'156 EN'1€epels€ A.te. (Address) ~ I/A yg ff'tG.-S , k, (City, State, ZIP) Phone No: 941- / I3It. Fax No: '1t17- 3857 1 !' ! Check one of the following: D Sole Proprietorship 14 Corporation or PA, State of A- D Limited Partnership D General Partnership I ~ ////?/-//l6ie Title - , Haskins Inc. ShaUlsland Road Drainage Improvements !!!!!l__.._____ Oescl1atlon ~.:!__;MoblllzatIDn_..__.__~_~____________ _____._._ 'lockJdes MOT. Bone!. and SlJI"Vey8$-bulll dF1lWirlg$fcr M _._~_I~.~OflIy____.__._ '___"'_'__""~'___'__"'_"_'"'_"____'__"_ Agenda Item No. 16B 13 April 14, 2009 Page 27 of 27 i~....:_~_ i __~.. LS_ -1- ~ I _______-+.....__ L~ SUBTOTAL 1 .~__ Unit Pr1ce , '5,OClOOO~ !.o!!J 15,000.00 __2 __: SelectIve Hand Clea~~a ilb~~I_ _ _ .~~T~L 2 3. :c:~I~'nstlllJ,jlllon1_ ~__ _l~n J2~~I!~50~U.~_~ER_QE.__.___ _ ________1!.~_1~______!__ .~ocalit!"_ ~~_~~_~_>:_~~_~~~_______ ~_+5~ __, ~iO., 3~Remc:we e~ting 14 X23 ~q:, fOl\St~~_J~X ~3._~_RC~ _ 32+73B~. 33-00 _.~10fl__~~ ~~_~_~sti"-9_1.~ _~ 23,RQ:'._ _'}~1 ol:.33.V --_____________~~~~_~~_?~"~fl9~_ _,', _ ._____1~~ 70 'LOC!rtion 5 - Construe Double 14 X 23 ERCP , __;l~on !i-R~e~ng _'4 X23}~CP_ _,_ ___ _______ _.~~~.!l!fin9)~)(_2_~~qf>__ COl"ISb'UCI: Double 14 X 23 ERCP ;__'30-+52,31 __'~..!_~_-~_'m _130-+50, ,~~I()fl!. ~ ConslnJct14X 23 EReF', '_ ,_,~"OO : Lf>l:et~~,,~, ~~CIlIf!_~I_snllQ~~~2~_R<::~ , ~elTtO~ ,l!~}strng__'_~?< 2~ R_C~_ CO/lstrLlCl:.Doo.sbie .'~X Z3 ERGp'_ '42-+ 76.83 '~2 -+ B2.S3 '';2 +00 ;~~iOfl!:j;~Remo_1fe f:IxislJr'Ig~4X23RCP ; , ConstNct 12 X 18 ERCP 160 l' ?549 15~_1',59 SUBTOTAL 3 4 Backfill S~j. Cle81l rut. free 01 any-debris, trash or any msterial'taioer~ than sile inches in drameter: material cost including haul' .a~tIelivertosile.truckmeaBure See notes below, ,SUBTOTAL 4 _ _ ~_ ,Roadwav __:C~,_~~aryd~~~~~_ '8 ~ lil11efl;lCl( base _, Finish8nd ~ _~lC:i~ng li~rock. t>a:M! T i __~S_l!BTOTAL 5: 8 Silt FenQ ___ ~Y~TO!~ 6 _ .!Q!~_ ~IC (1 thr\l Bl, 19,000 _ 20,QQ()_, ~,~. -r'--- 15,000.00 r- I 8.500.00 . $ 25,500.00 r. - 25,500 00 1 $ 4.500.00 -:-$-. . 4.5(0))0 !: ::~ . 3,0 --~'!__. Ea. Ea. -- .- $ 4,50000.. $ 4.500.00 _ . Ea. $ 4.25000..$4.2500L $ 4,2!iO.00 _ ~. .4.2?O,OO Ea ,L7~~00Jl_Q: $ 7.500 00 - ~!!.._,- 8,000,00. S 8.000.00 , ..__..-l____ - ,., -,',"." -- -------~..,----------'T--- E8:___l_,,,,~90.:-QO . ,$",__" --4.~()Q:QQ-l. 1 p ___~a. T 9.000 qo~ $- - 9:00000 i Ea . $. 6,00000 . $._-:: 6,QOO OO~. $ 52,500.00 Cy._ $ -j~_. I 123.5QO.00 ! 6,50 $ S 123,500.00 $ - Sy $ SY,_ LF $ 100: $ 4,400.00 . 5.48. $ 2~,112.00, _ ._..__1._ 1.20 $ 24.0.00.00., . I . S 52,512.00 _'00 $ 30000.00' S 30,000.00 $ 299,012.00 NOles; - '1)imal O:ist~:eaCh 'loC.8iioo'i'nc'ludeicost oia,lculvert met&r1iils a;ldinit8itatlDn, cVii"-ei!-removai'Whero appliCable, 1:islope miteredenda.i .~ding,_~~em19,_~~"_.^, ,2) 1:2 slope mitered end per IndelNo,272. ?~FDOT, aU pipe ends __ _ ;3) CIJ~_ of pla~~ of fin1~ rtef!l4 tOl:M!l det8fTTlin~poo.$t 8'Wa~~ wi"_ ~_based on laD:or_8f1d equj~ ratM pI!T...!~~ing_~t!.l);~~,