Loading...
Agenda 06/09/2009 Item #16A 1 Agenda Item No. 16A 1 June 9, 2009 Page 1 of 12 EXECUTIVE SUMMARY Recommendation to grant final approval of the roadway (private) and drainage improvements for the final plat of Runaway Bay at Fiddler's Creek with the roadway and drainage improvements being privately maintained, OBJECTIVE: To grant final approval of the infrastructure improvements associated with that subdivision known as Runaway Bay at Fiddler's Creek, CONSIDERATIONS: 1. On September 10, 2007, Engineering and Environmental Services Department granted preliminary acceptance of the roadway and drainage improvements in Runaway Bay at Fiddler's Creek. 2. The roadway and drainage improvements will be maintained by the project's Community Development District. 3. The required improvements have been constructed in accordance with the Land Development Code. The Engineering and Environmental 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 the project's developer and the Fiddler's Creek Community Development District. GROWTH MANAGEMENT IMPACT: There is no growth management impact. LEGAL CONSIDERATIONS: The County Attorney's Office has reviewed and approved the Resolution for legal sufficiency. This item is ready for Board consideration and approval. This matter is quasi-judicial and requires ex parte disclosures. A majority vote of the Board is necessary for Board action. STW ~' Agenda Item No. 16A 1 June 9, 2009 Page 2 of 12 RECOMMENDATION: That the Board of County Commissioners grant final acceptance of the roadway and drainage improvements in Runaway Bay at Fiddler's Creek 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 Engineer, Engineering and Environmental Services Department ,,,.-... Item Number: Item Summary: Meeting Date: Page 1 of2 Agenda Item No. 16A 1 June 9, 2009 Page 3 of 12 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 16A1 Recommendation to grant final approval of the roadway (private) and drainage improvements for the final plat of Runaway Bay at Fiddlers Creek with the roadway and drainage improvements being privately maintained. 6/9/2009 9:00:00 AM Prepared By John Houldsworth Community Development & Environmental Services Senior Engineer Date Engineering Services 5/2612009 9:08:49 AM Approved By Judy Puig Community Development & Environmental Services Operations Analyst Community Development & Environmental Services Admin. Date Approved By 5/26/20093:27 PM William D. Lorenz, Jr., P.E. Community Development & Environmental Services Environmental Services Director Date Approved By Environmental Services 5/26/2009 4:20 PM Steven Williams Attorney's Office Assistant County Attorney Date Approved By Attorney's Office 5/27/200911:19 AM Jeff Klatzkow County Attorney County Attorney Date County Attorney Office 5/27/200911 :36 AM Approved By Joseph K. Schmitt Community Development & Environmental Services Community Development & Environmental Services Adminstrator Date Community Development & Environmental Services Admin. 5/27/20098:31 PM Approved By OMB Coordinator County Manager's Office OMB Coordinator Date Office of Management & Budget 5/28/20099:35 AM Approved By Mark Isackson County Manager's Office Budget Analyst Date Office of Management & Budget 6/1/20098:36 AM Approved By file://C:\A2:endaTest\ExDort\l 3 I-June%209.%202009\ 1 n.%20CONSFNT%?OAGRNDA \ 1 hA h/i/?009 Page 20f2 Agenda Item No. 16A 1 June 9, 2009 Page 4 of 12 Winona W. Stone Assistant to the County Manger Date Board of County Commissioners County Manager's Office 6/3/2009 3:36 PM file://C:\A2:endaTest\ExDort\ 131-June%209.%202009\ 1 h.%20rONSFNT%?OAGFNOA \ 1 i1A, i1/i/?009 - ~ Agenda Item No. 16A 1 June 9, 2009 Page 5 of 12 PARCEL 31 BID SCHEDULE ItB" DR.\INAGE 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 sho\\'Il on the drawings and specified on these contract documents. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE B-1 15" RCP L.F. 196 $19 $3,724 B-2 18" RCP L.F. t ,987 $23 $45.701 B-3 24" Rep L.F. 280 $34 $9.520 B-4 36" RCP L.F. 491 $40 $19,640 B-5 V.G. Catch Basin EA. 14 $1.000 I $14.000 B-6 Catch Basin EA. 2 $1,000 $2,000 FOOT Type "C" B-7 Junction Box EA, 3 $1 , 1 00 $3300 FDOT Type "C" B-8 Junction Box EA. 3 $1,200 I $3.600 FDOT Tvpe "0" I B-9 Remove existing L.S, 1 $2,500 $2,500 mitered end section & connect to proposed drainage system. B-1O Construct rear lot line L.S, t S10,000 $10,000 swales and yard drains B-ll 18" Flared End EA. 6 $600 $3,600 B-12 24" Flared End EA. 2 $900 $1,800 B-13 I 36" Flared End EA. 1 $1,000 $1,000 ! Total Bid Schedule "Bt! $120,385 }:'J::.F\FlODLER'S CREEK\fC13I'LliPomol 31 Cost Est fob 06.DOC Page 20f6 Agenda Item No. 16A 1 June 9, 2009 Page 6 of 12 PARCEL 31 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 PRlCE TOTAL PRICE C-l 8" Gravity Sewer L.F. 2,123 $16 $33,968 0'-6' Cut C-2 8" Gravity Sewer L.F. 935 $19 $17,765 I 6' - 8' Cut C-3 8" Gravity Sewer EA. 404 $24 $9,696 8' - 10' Cut C-4 8" Gravity Sewer L.F. 450 $29 $ 13,050 10' - 12' Cut i C-5 18" Gravity Sewer L.F. 100 $34 $3,400 12'-14'Cut C-6 8" Gravity Sewer L.F. 45 $39 $1,755 14'-16'Cut C-7 Manhole 0' - 6' Cut EA. 8 $1,350 $10.800 I C-8 Manhole 6' -8' Cut EA. 6 $1.590 $9,540 I C-9 Manhole 8' - 10' Cut EA. 3 $1,840 $5.520 C-I0 I Manhole 10' - 12' I EA. I $2,090 $2,090 Cut C-ll Manhole 12' - 14' EA. I $2,340 $2,340 Cut i C-12 Pump Station L.S. I $50,000 $50,000 i C-13 4" Force Main L.F. 2,850 $9 $25,650 I C-14 Connect to existing L.S. I $3,000 $3,000 ! 4" frame C-15 4" M1 Bends EA. 5 $175 $875 C-16 Service Laterals EA. 29 $450 $13,050 Total Bid Schedule "c" $ 202,499 J'l>FFIDDLER'S CREEK\FClJPll\Parcd 31 Cost Est Fob 06 DOC Page 3 of6 ,......'- .. Agenda Item No. 16A 1 June 9, 2009 Page 7 of 12 PARCEL 31 BID SCHEDULE "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 and Collier County with a complete working water distribution system as shO'wn on the drawings and specified in these contract documents. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE D-l 8" C-900 CLI50 L.F. 4,498 $12 $53,976 PVC Water Main D-2 8" C-900 CL200 L.F. 69 $13 $897 PVC Water Main D-3 8" lnline Gate Valve EA. 6 $730 $4,380 D-4 BSV (Permanent) EA. I $700 $700 D-5 Connect to Existing L.S, 1 $4,500 $4,500 8" Water Main including jumper assembly and temporary meter D-6 Water Services EA. 27 $500 $13,500 D-7 Fire Hvdrant Assembly EA, 11 $1,690 $18,590 D-8 Bends & Fittings EA. 12 $125 $1,500 Total Bid Schedule "D" $ 98.043 J:\E-FIF!DDLER'S CREEK'lFCI3Pl1\Parcd 31 Cost Est F.b 06 DOC Page 4 of6 . . Agenda Item No. 16A 1 June 9, 2009 Page 8 of 12 PARCEL 31 BID SCHEDULE "E" ROADWAY CONSTRUCTION Roadway construction complete per Collier County specifications including compacted fill, stabilized subgrade, stabilized shoulder, limerock base, tack coat, asphaltic concrete, required testing by an independent laboratory, roadside grading for full width of right-of-way and easements, finish grading, seeding, mulch and I foot strip of Floritam sod at edge of valley gutter. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE E-l 1 ~ Asphalt S.Y. 12,494 $3.00 $37,482.00 (23/4" Type S-3 Lifts) E-2 6" Limerock Base S.Y. 12,494 $5.00 $62,4 70.00 E-3 12" Stabilized Subgrade S.Y. 16,762 $2.00 $33,524.00 E-4 24" V alley Gutter L.F. 9,173 $4.50 $4 1,278.50 E-5 Type "E" Mod. Curb L.F. 120 $7.00 $840.00 E-6 Type "A" Curb L.F. 145 $7.00 $1,015.00 E-7 I'Sod L.F. 9,438 $0.20 $1,888.00 E-8 Seed & Mulch AC 7 $1,790.00 $12,530.00 E-9 24" Stop Bar L.F. 2 $50.00 $100.00 E-IO Signage, all signs and Lump $3,500.00 $3,500.00 sign posts as shown on Sum the plans E-Il Reflective Pavement Lump $450.00 $450.00 Markers Sum E-12 Street Lights, complete EA. 20 $1,500.00 $30,000.00 (See Pelican Electric Plans) E-13 Connect to Existing L.S. I $5,500.00 $5,500.00 E-14 Conduit L.S, 1 $10,000.00 $10,000.00 E-15 Landscape L.S. 1 $ I 0.000.00 $ I 0,000.00 Total Bid Schedule "E" $ 250.578 ],\E.F\F1DDLER'S CREEK\FC 13PL T\P=\ 31 COSt Est Fob 06 DOC Page 5 of6 Agenda Item No. 16A1 June 9, 2009 Page 9 of 12 PARCEL 31 BID SCHEDULE "AU 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 6.0':t: 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 offill 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 0 $6.00 $0 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 TOT AL PRICE L.F. 9,423 $2.25 $21,202 Total Bid Schedule "AU $ 21,202"00 : [.i' FlDDLER'S CRfF.K\FCDPLT\P."",IJI eml ESl Fob 06.DOC Page I 0[6 . Agenda Item No. 16A 1 June 9. 2009 Page 1 0 of 12 BID SCHEDULE SUMMARY SCHEDULE "A" Clearing and Earthwork $ 21.202 SCHEDULE "Brt Drainage Improvements $120,385 SCHEDULE "C" Sanitary Sewage Collection System $ 202.499 SCHEDULE liD" Water Distribution System $ 98.043 SCHEDULE "E" Roadway Construction $ 250.578 TOTAL BID $692,707.00 Bond Amount: $692,707 x 110% = $761,978.00 J:\E-F\FrODLER'S CREEK\FCl3PL1\Parcel 31 COS! Est Feb 06.00C Page 6 of6 Agenda Item No. 16A 1 June 9, 2009 Page 11 of 12 RESOLUTION NO, 09- A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA AUTHORIZING FINAL ACCEPTANCE OF CERTAIN ROADWAY AND DRAINAGE IMPROVEMENTS IN RUNAWAY BAY AY FIDDLER'S CREEK, ACCORDING TO THE PLAT THEREOF RECORDED IN PLAT BOOK 45, PAGES 25 THROUGH 27; 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 GB 31, LTD., AND THE FIDDLER'S CREEK COMMUNITY DEVELOPMENT DISTRICT WHEREAS, the Board of County Commissioners of Collier County, Florida, on February 20, 2002, approved the plat of Runaway Bay 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 amended); and WHEREAS, the Developer is requesting final acceptance of the roadway and drainage improvements and release of his maintenance security; and WHEREAS, the Engineering and Environmental Services Section of the Community Development and Environmental Services Division 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 Runaway Bay at Fiddler's Creek, pursuant to the plat thereof recorded in Plat Book 45, pages 25 through 27, and the Clerk is hereby authorized to release the maintenance security. Agenda Item No. 16A 1 June 9, 2009 Page 12 of 12 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 GB 31, Ltd., and the Fiddler's Creek Community Development District. This Resolution adopted after motion, second and majority vote favoring same, this day of ,2009. DATE: ATTEST: DWIGHT E. BROCK, CLERK BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: , Deputy Clerk DONNA FIALA, CHAIRMAN Approved as to form and legal sufficiency: r~ ~( ( . /~v 7. L....; LL-_ Steven T. Williams Assistant Collier County Attorney