Loading...
Agenda 03/09/2021 Item #16A 7 (Interlocal Agreement w/City of Naples)16.A.7 03/09/2021 EXECUTIVE SUMMARY Recommendation to approve an amendment to the Interlocal Agreement with the City of Naples for Phase II of a joint stormwater, water, and sanitary sewer project between Goodlette-Frank Road and US-41. (Project No. 60142) OBJECTIVE: To obtain Board approval of an amendment to the Interlocal Agreement with the City of Naples ("City") for the design and construction of a joint stormwater, water, and sanitary sewer project located between Goodlette-Frank Road and US-41. CONSIDERATIONS: The area bounded by US-41 to the west, Pine Ridge Road to the north, Goodlette-Frank Road to the east and Golden Gate Parkway to the south (hereinafter referred to as the West G-F Road area), has a long and varied history of periodic street and yard flooding, with limited amounts of structure flooding. This area is within the City's sewer and water service area, and some streets are currently unsewered with owners utilizing septic systems. On April 12, 2016, the Board approved an Executive Summary (Agenda Item 16.A.15) directing the County Manager to prepare an Interlocal Agreement with the City for Phase I of the joint stormwater and sanitary sewer project. Attached is a copy of the "Master Sewer Plan for the City's Unsewered Service Areas" ("MSP") prepared for the City by Johnson Engineering, Inc. in 2006, and the appropriate accompanying maps for the area of the project. Phase I of the project is currently under construction and is expected to be completed in early 2021. This item is specific to Phase II of the joint stormwater, water, and sanitary sewer, which incorporates Areas 1, 2, 3, and 6 of the 2006 "Master Sewer Plan for the City's Unsewered Service Areas" prepared for the City by Johnson Engineering, Inc. At its meeting on December 4, 2019, the City Council approved entering into a Interlocal Agreement with Collier County for Phase 11 of a joint stormwater, water, and sanitary sewer project between Goodlette-Frank Road and US-41 (the "Phase II Project"). Thereafter, on February 11, 2020, the Board also approved the Interlocal Agreement with the City for the Phase 11 Project, and directed the County Manager to prepare and issue a Request for Proposals for the engineering design and post design services for that joint project (Agenda Item 16.A.2) This item seeks to amend and replace the Phase II Project Interlocal Agreement (the City approved the attached revised Interlocal Agreement on February 3, 2021) to incorporate the following changes: Article 1: Section 1.3 D indicates the City will prepare an Invitation to Bid as the procurement process to award a construction contract. It is recommended by City and County staff to revise the Interlocal Agreement's procurement language to clarify that contractors will be pre -qualified through an evaluation committee process. Article 2: Section 2.1 E within the current Interlocal Agreement describes the method of reimbursement to the City from the County for the portion of the design and permitting cost of the County's stormwater system within Areas 1, 2, 3 and 6. The current language states that the County will reimburse the City within thirty (30) days of the Notice to Proceed being issued to the construction contractor. City and County staff have agreed to revise the reimbursement language so that the County will be required to reimburse the City at 60 percent, 90 percent, and 100 percent design intervals. This will provide a consistent and timely reimbursement to the City. The attached revised Interlocal Agreement will replace the current Interlocal Agreement in its entirety. Packet Pg. 304 16.A.7 03/09/2021 The following is a general location map and a more detailed map of the unsewered areas 1 through 6, as identified in the 2006 Master Sewer Plan: ..... .. ...... } General location of unsewered areas 'f Packet Pg. 305 Unsewered Areas I through h' � 1 / �k • lii �iP 16.A.7 03/09/2021 FISCAL IMPACT: There will be minor recording fees, estimated at approximately $100, for the approval of the Interlocal Agreement. It is important for the Board to understand the potential fiscal impacts of costs for undertaking the design, permitting and construction of the proposed project. Based upon information in the MSP, the City would utilize their authority to place an assessment, similar to Phase I of the project, on each Packet Pg. 307 03/09/2021 16.A.7 served property or unit owner within the project area for the sanitary sewer portion of the project. Funding for the stormwater portion of the project would be included in the annual Stormwater Bond Fund 327 budget. During the design portion of the project, and prior to any construction, a detailed construction cost estimate will be developed and presented to the Board and City. Staff is of the opinion that the development of this joint project to address stormwater, water, and sewer service issues will increase the potential for grant funding to help offset the costs. Staff intends to pursue available grant funding for the project and consider requesting legislative appropriations. These are future issues that will be brought to the Board as the project design is nearing completion and the County Manager requests direction to release the project for construction bids or approve grant funding. GROWTH MANAGEMENT IMPACT: The authorization of an Interlocal Agreement to develop a comprehensive solution to a multi -faceted problem is in accordance with the intent of the Growth Management Plan Intergovernmental Coordination Element. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the attached amended Interlocal Agreement with the City of Naples for Phase II of the joint stormwater and sanitary sewer project located between Goodlette-Frank Road and US-41 and authorize the Chair to sign the agreement. Prepared By: Gino Santabarbara, Principal Planner, Stormwater Management Section, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1. Amendment Interlocal Agreement 020921 (PDF) 2. Agenda Memo- City of Naples 2.3.21 (PDF) 3. Master Sewer Plan for the City's Unsewered Service Areas2006 (PDF) 4. Original Executed Interlocal Agreement w_City of Naples (PDF) Packet Pg. 308 16.A.7 03/09/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.7 Doe ID: 15012 Item Summary: Recommendation to approve an amendment to the Interlocal Agreement with the City of Naples for Phase II of a joint stormwater, water, and sanitary sewer project between Goodlette- Frank Road and US-41. [Project Number 60142] Meeting Date: 03/09/2021 Prepared by: Title: Senior Grants and Housing Coordinator — Capital Project Planning, Impact Fees, and Program Management Name: Gino Santabarbara 02/ 10/2021 2:16 PM Submitted by: Title: Division Director - IF, CPP & PM — Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 02/ 10/2021 2:16 PM Approved By: Review: Growth Management Department Jeanne Marcella Level 1 Reviewer Capital Project Planning, Impact Fees, and Program Management Amy Patterson Growth Management Operations Support Christopher Johnson Growth Management Department Lisa Taylor Additional Reviewer Growth Management Department Thaddeus Cohen Department Head Review County Attorney's Office Scott Teach Additional Reviewer Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Grants Therese Stanley Additional Reviewer Office of Management and Budget Susan Usher Additional Reviewer County Manager's Office Dan Rodriguez Level 4 County Manager Review Board of County Commissioners MaryJo Brock Meeting Pending Completed 02/10/2021 2:42 PM Additional Reviewer Completed Additional Reviewer Completed Completed 02/12/2021 10:29 AM Completed 02/16/2021 1:50 PM Completed 02/19/2021 3:52 PM Completed 02/19/2021 4:51 PM Completed 02/24/2021 9:39 AM Completed 02/26/2021 12:46 PM Completed 02/27/2021 3:40 PM Completed 02/28/2021 5:02 PM 03/09/2021 9:00 AM Packet Pg. 309 16.A.7.a INTJtLOCAL AGREEMENT PROJECT: West Goodlette-Prank Road Area Joint Storrnwater and Sanitary Sewer Improvements THIS INTERLOCAL AGREEMENT is made, entered into and effective as of the last date approved and signed by and between the City of Naples, Florida, a Florida municipal corporation (the "CITY") and Collier County a political subdivision of the State of Florida, (the "COUNTY") and (collectively, the "Parties"). WITNESSETH WHEREAS, the CITY has identified a need to undertake the design and construction of a sanitary sewer collection system to eliminate failing septic tanks on various streets located south of Pine Ridge Road between Goodlette-Frank Road and US-41, and WHEREAS, the CITY in 2006 developed a "Master Sewer Plan for the City's Unsewered Service Areas", hereinafter referred to as "MSP", and WHEREAS, the COUNTY hasidentified the need to make roadside improvements to the stormwater system along various streets within the boundaries of the CITY's MSP, and WHEREAS, the CITY owns certain potable water and wastewater utility systems (Utility) within, adjacent to, and in the vicinity of the road easements and/or rights -of -way of the streets identified as needing stormwater improvements, and WHEREAS, the CITY and COUNTY are both aware of septic system problems experienced by local residents during periods of intense or extended rainfall that resulted in temporary street and yard flooding within the MSP, and WHEREAS, the CITY and COUNTY have determined and mutually agree that it is economically advantageous and in the best interest of the public to enter into this Agreement to undertake a joint project (PROJECT) to construct roadside stormwater improvements and a sanitary sewer collection system, and WHEREAS, the CITY and COUNTY are both in agreement that the CITY will manage the Project's design, permitting and construction phases, subject to the COUNTY's participation as set forth herein, and WHEREAS, the CITY and COUNTY are both in agreement that the CITY will be responsible for funding the utility cost portions of the Project and the COUNTY will be responsible for funding the stormwater improvement cost portions of the Project. NOW, THEREFORE, in consideration ofthe above premises, and the mutual covenants, terms, and provisions contained herein, the CITY and COUNTY agree as follows: **Remainder of this page left blank intentionally" Packet Pg. 310 16.A.7.a Article 1• SECTION I: _CITY's RESPONSIBILITIES 1.0 The CITY will serve as project manager for the design, permitting -and construction phases of the PROJECT. The CITY's assigned staff, project manager shall be under the supervision of the CITY's contract manager as identified in Section 3.4 below. 1.1 The CITY shall maintain open communication with the COUNTY's assigned project manager and provide periodic progress reports and documentation about the PROJECT as requested by the COUNTY. 1.2 The CITY shall procure comprehensive Stormwater and roadway -related design, construction and construction administrative services for the COUNTY's Stormwater and roadway portions of the PROJECT, which work shall be jointly and concurrently performed with the CITY's design, construction and construction administrative services for its Utility portions ofthe PROJECT. 1.3 The following specific services, duties and responsibilities will be the obligation of the CITY regarding the design coordination, construction, and contract administration of the Stormwater and roadway work on behalf of the COUNTY, A. The CITY's and COUNTY's assigned project managers shall maintain open communication with each other and provide periodic progress reports and documentation about the PROJECT as requested by the CITY and COUNTY. Throughout the design, permitting and construction phases of the PROJECT, both project managers shall mutually schedule periodic progress meetings as deemed necessary. B. The CITY shall prepare and release a Request for Proposal (RFP) for design engineering services, in accordance with the CITY purchasing policies, that complies with the Consultant's Competitive Negotiation Act (CCNA) as required by Section 287.055, Florida Statutes. Preparation of the scope of work for the RFP will be a joint effort between CITY and COUNTY wherein the main focus of the CITY's contribution will address the Utility design issues, and the main focus ofthe COUNTY's contribution will address the Stormwater and roadway design issues. The RFP Selection Committee (described in Section 3.5 below) will rank the Consultant's proposals and hold interviews with -the top three (3) ranked firms. Upon successful contract scope and cost negotiation with an engineering consulting firm, the Naples City Council will vote whether to enter into design contract for the PROJECT. Before such vote, the COUNTY may determine whether it wishes to proceed further with the PROJECT. If not, the COUNTY shall notify the CITY in which case the COUNTY will be responsible only for its portion of cost to that point. C. During the design portion of the PROJECT, the CITY is responsible for providing requested information to the consultant and timely reviews of draft plan sets. The CITY's review will focus on the design ofthe Utility portions ofthe PROJECT, with only cursory review (primarily dealing with conflicts) provided for the stormwater and roadway portions of the PROJECT. The CITY will rely upon the COUNTY to provide the CITY with timely detailed reviews and comments for the stormwater and roadway portions of the PROJECT. U. The CITY will be responsible for preparing the procurement process to pre -qualify contractors (with input from the COUNTY), for conducting the public bid and award of the construction 2 Packet Pg. 311 16.A.7.a contract, culminating with the COUNTY and CITY entering into a three -party agreement with the selected contractor. The contractor selected shall be pre -qualified and based upon the overall lowest (for both stormwater and utility work in the aggregate), responsive and responsible bid received. Before such vote to approve the award of the three -party agreement to the contractor, the COUNTY may determine whether it wishes to proceed with the PROJECT. If not, the COUNTY shall notify the CITY, in which case the COUNTY will be responsible for its portion of shared expenses to that point. E. Funding for the construction of the Utility and shared expense portions of the designed and permitted PROJECT will be provided by the CITY. The CITY is responsible for paying the contractor selected for the PROJECT for that portion of the work pertaining to its Utility Improvements. F. The CITY shalt obtain all necessary land rights (road rights -of -way and utility easements) needed to successfully construct the utility portions of the PROJECT. These land rights shall be obtained prior to issuance of a Notice to Proceed letter to the construction contractor's). G. The CITY shall conduct a formal preconstruction conference prior to commencing with the PROJECT. The CITY will provide the notice of the preconstruction conference at least five (5) working days prior to the conference. The COUNTY's assigned project manager will attend this conference, and other COUNTY representatives may attend at the COUNTY's discretion. A copy of the minutes of said conference shall be submitted to the COUNTY's project manager. H. The stormwater and road work shall be coordinated with the COUNTY"s project manager with respect to keeping the COUNTY advised of technical, cost, and schedule impacts upon the stormwater and roadway improvements. I, The CITY shall confer with the COUNTY's project manager as deemed necessary by the COUNTY in order to coordinate work stages between the Utility, stormwater, and roadway improvements from a public interest view point. J. The CITY shall administer design changes, clarifications, supplements and other contract amendments that may be necessary during the design and construction of the stormwater and roadway improvements. These contract directives to the consultant and contractor may be in the form of plans, memoranda, reports, change orders, and supplemental agreements and shall be subject to written approval by the COUNTY's project manager and/or contract authority, which approval shall not be unreasonably withheld, The above notwithstanding, upon notification to COUNTY, the COUNTY herein authorizes the CITY to prepare, execute, and implement minor change orders (defined as not exceeding 5% of the contract amount) for "field directives" necessitated by actual field conditions related to the shared expenses related to roadway improvements so as not to delay the contractor's performance as so as to meet the intent of the approved design for the stormwater and roadway improvements. Said change orders shall be issued either using existing contract unit prices or negotiated unit prices for work adjustments within the physical Iimit of the stormwater and roadway work as shown in the;construction plans. In no event shall the value of the total change orders exceed the stormwater and roadway allowance to be included in the BID approved by both the CITY and COUNTY. Additional or extra work which exceeds the above change order authority by CITY shall be submitted for prior review, approval and execution by the COUNTY, Packet Pg. 312 16.A.7.a K. CITY shall submit a final Certificate of Completion letter to the COUNTY along with an appropriate number of plans detailing the stormwater and roadway improvements as constructed by the Parties' contractor ("As -built record drawings"). A one-year warranty for work completed by the contractor shall be included in the Parties' construction agreement. The final Certification of Completion shall be submitted by the engineer of record to the FDEP and other local and state agencies that govern the Utility improvements. L. All contracts entered into by the Parties' for the design and/or construction of the PROJECT shall require the party contracting with the Parties' to hold harmless, indemnify and defend the CITY and COUNTY and its consultants, agents, officers and employees from any and all claims, losses, penalties; fees, or any expense, damage, or liability incurred by any of them, whether for personal injury, property damage, direct or consequential damages, or economic loss arising directly or indirectly on account of or in connection with the work done by the Parties' consultant or contractor pertaining to the design and construction of the Utility, stormwater and/or roadway or by any person, firm or corporation to whom any portion of the Utility, stormwater or roadway work is subcontracted by the Parties' consultant or contractor. M. Monthly utility field measurements and quantity calculations shall be made by the engineer of record of utility work accomplished for processing of monthly progress payments to the Parties' contractor. The CITY's project manager, shall verify and approve these measurements and calculations in writing prior to the CITY's issuance of monthly progress payments to the contractor. N. The CITY shall open a Purchase Order to the selected construction contractor so that it can make payment for the utility work and shared expense work performed and provided under the terms of the Parties' construction agreement with.the contractor, including the CITY's portion of shared expenses. Article 2: SECTION II: COUNTY's RESPONSIBILITI 2.0 The COUNTY and CITY staff shall cooperate and agree on the complete contents of the final procurement document prior to issuance and will thereafter enter into a three -party agreement with the contractor resulting from the procurement process, as provided herein. The COUNTY shall provide and perform project support duties as defined below to ensure that the'design, construction and contract administration services meet the mutual satisfaction of the COUNTY and CITY, and other governing agencies that have jurisdictional control over the stormwater and roadway improvements. 2.1 The specific project support dirties and responsibilities enumerated below shall be the obligation of the COUNTY. A. The COUNTY's Capital Project, Impact Fees and Program Management Division Director will serve as the COUNTY's assigned contract authority and point of contact for the CITY's contract manager as identified in Section 3.4 below. The CITY's Utility Department Director shall designate in writing an assigned CITY project manager to work with the COUNTY's assigned project manager in typical day to day coordination of PROJECT design, permitting and construction. The CITY's Utility Department Director shall assign in writing a Utility project coordinator (if that person is someone different from the assigned project manager) for Packet Pg. 313 16.A.7.a the purpose of coordinating, resolving, and communicating construction issues at the field level with COUNTY's project manager. The CITY.'s project manager and/or project coordinator shall attend periodic construction progress meetings with the COUNTY and their contractor(s), subcontractors and utility companies with direct or indirect interest in the provisions of the Interlocai Agreement, H. The Parties' assigned project managers shall maintain open communication with each other and provide periodic progress reports and documentation about the PROJECT to one another upon request. Throughout the design, permitting and construction phases of the PROJECT, both project managers shall mutually schedule periodic progress meetings as deemed necessary. The Parties shall provide each other written notice of all regularly scheduled progress meetings at least five (5) working days prior to the meeting, C. The COUNTY shall provide CITY with the specific stormwater and roadway related detailed information needed for inclusion in preparation of the scope of services for the Request for Proposals (RFP) for the PROJECT design phase consultant selection process as identified in Section 3.5 below. D. The COUNTY shall obtain all necessary land rights (rights -of --way, utility easements, temporary construction 'easements, etc.) required for the construction, operation and maintenance of the stormwater facilities portion of the PROJECT. The land rights shall be obtained, recorded, and made available to the CITY prior to the COUNTY's issuance of a jointly signed Notice to Proceed letter to the construction contractor(s). E. Funding for the design and permitting of the stormwater and shared expense portions of the PROJECT shall be provided by the COUNTY to the CITY. Reimbursement of COUNTY - incurred costs for the design and permitting of stormwater and shared expense portions of the PROJECT will be made by the COUNTY to the CITY at the 60 percent, 90 percent and I00 percent design levels. If for some reason the PROJECT is terminated and does not proceed through completion of design, or permitting, or does not enter into construction, the COUNTY will provide the reimbursement to the CITY within ninety (90) days of the date of termination. F. At the time of construction contract bid preparation, those stormwater and shared expense items identified for which the COUNTY is financially responsible shall be subject to the COUNTY's review and approval by the COUNTY's assigned project manager. The CITY will include the stormwater and shared expense work in the PROJECT bid to receive the bid price for the COUNTY's construction stormwater and roadway work. Prior to the CITY's issuance of the jointly signed Notice to Proceed letter to the construction contractor, the COUNTY shall provide a Purchase Order to the successful contractor for the COUNTY's portion of the construction of the stormwater and shared expense improvements. Funding for additional approved cost increases for stormwater and shared expense construction work (e.g. quantity changes, change orders, etc.) will be provided by the COUNTY. G. The COUNTY shall review the design documents, approve the stormwater and roadway design, inspect the work as necessary, and review and approve the "As -built record drawings," which will represent and depict the stormwater and roadway as constructed by the Parties' contractor. H. During the design portion of the PROJECT, the COUNTY is responsible for providing requested information to the consultant and timely reviews of draft plan sets. The COUNTY's review will focus on the design of the stormwater and roadway portions of the PROJECT, with Packet Pg. 314 16.A.7.a only cursory review (primarily dealing with conflicts) provided for the utility portions of the PROJECT. The COUNTY will provide the CITY with timely detailed reviews and comments for the stormwater and roadway portions of the PROJECT, so that the CITY can submit the COUNTY's comments to the design consultant. I. Monthly stormwater and roadway field measurements and quantity calculations shall be made by the engineer of record of stormwater and roadway work accomplished for processing of monthly progress payments to the Parties' contractor. The COUNTY's project: manager shall verify and approve these measurements and calculations in writing prior to the COUNTY's issuance of monthly progress payments to the contractor, J. The COUNTY shall open a Purchase Order to the selected construction contractor so that it can make payment for the stormwater and shared expense work performed and provided under the terms of the Parties' construction agreement with the contractor. Article 3: SECTION IH: MUTUAL COVENANTS 3.0 The location of the PROJECT is within Area 1, Area 2, Area 3 and Area 6 of the "City of Naples Master Sewer Plan for the City's Unsewered Service Areas" prepared by Johnson Engineering in September 2006. The specific streets under consideration for the PROJECT may include some or all of the streets as shown in the attached Exhibit A Area Map. 3.1 The Parties' shall not be responsible for construction means, methods, techniques, skills, sequences or procedures of construction relating to the PROJECT's improvements. The above responsibilities during construction shall remain with the Parties' contractor and/or the contractor's subcontractors subject to the conditions and responsibilities set forth in this Interlocal Agreement and the construction contract. 3.2 The COUNTY shall be responsible for providing review services and guidance to ensure that design and construction of the stormwater and roadway components ofthe PROJECT comply with or exceed the COUNTY's stormwater and roadway design and construction minimum standards. 3.3 Neither, Party shall be responsible to the other should their contractor fail to comply with the Occupational Safety and Health Administration (OSHA) Safety and Health Standards (29 C.F.R. 1926) as authorized by the U.S. Department of Labor, OSHA; said responsibilities to be that of the Parties' contractor(s) and/or their contractor's subcontractor. 3.4 The CITY's Utilities Department Director, either directly with the COUNTY's Capital Project, Impact Fees and Program Management Division Director or through a duly authorized project manager assigned to the PROJECT, shall act as the CITY's contract manager under this Interlocal Agreement, 3.5 The CITY and COUNTY agree that this is a joint project that will follow the Request for Proposal (RFP) process for selecting the design consultant, and the public bidding process for selecting the construction contractor(s). As such, the City Manager shall approve the members of the RFP selection committee. The CITY will provide two (2) staff members with utility design/construction experience and one (1) staff member with stormwater and/or roadway design/construction experience to serve on an RFP selection committee and a bid review committee. The COUNTY will provide two (2) staff members with stormwater and/or roadway design/construction experience and one (1) Packet Pg. 315 16.A.7.a staff member with utility design/construction experience to serve on an RFP selection committee and a bid review committee. 3.6 During the construction phase ofthe PROJECT, construction engineering inspection services will be provided by CITY staff, COUNTY staff; consultant firm, and/or any combination thereof. Periodic on -site inspections and construction reviews will be conducted by the CITY (or its designee) and the COUNTY (or its designee) to assess the contractor's compliance with the construction plans and contract documents. 3.7 Upon completion of any portion of the PROJECT, either the Utility or stormwater portions, including work authorized under change orders and supplemental agreements, the CITY and COUNTY shall conduct a joint final inspection of the work with the CITY's and COUNTY's project managers and/or inspectors and/or engineer of record prior to the Parties' issuing final payment to the contractor. 3.8 Payments to contracted firms for completed and accepted work, including design, permitting, and construction will follow the procedures identified In the Parties' relevant contract documents. The PROJECT expenses, which shall be shared equally by the Parties (the "shared expenses"), specifically include: 1. CITY: That portion of the expenses required for the funding for the design, permitting and construction of the Utility portions of the PROJECT; 2. COUNTY: That portion required of the expenses required for the funding for the design, permitting and construction of the stormwater portions of the PROJECT; and 3. Those portions identified as shared expenses (e.g. roadway, mobilization, maintenance of traffic, landscaping, etc.) on the 1 TB Bid Schedule to be agreed upon by the Parties or as later added to this Agreement through a written amendment by the Parties. 3.9 The CITY is responsible for the development and implementation of a public relations program for the PROJECT to address needed public support for the PROJECT. The CITY will schedule any public meetings, workshops, information distribution, etc, deemed viable and necessary to inform the affected public about the planned water and sewer facilities and the expectations they can have regarding fiscal, physical, and timing impacts related to the Utility portion of the PROJECT. The COUNTY will participate in the public meetings and provide the CITY with information related to the stormwater and roadway regarding fiscal, physical, and timing impacts related to the PROJECT. Tl;e CITY will provide the COUNTY written notice of all public relations public meetings, workshops and information distribution efforts at least five (5) working days prior to the meetings, workshops or information distribution. rticle 4• SECTION FY.AGi(t EMI LNT TERMS 4.0 This Interlocal Agreement shall remain in full force and effect from the date last approved and signed by the below Parties and shall terminate upon the completion of all services and responsibilities in performed by the CITY and by the COUNTY to the written satisfaction of each to the other. It is understood that the actual termination date herein may occur on or about the date of final approval and acceptance of all Utility, Stormwater and Roadway improvements by the Parties and subject to construction contract warranty provisions. This date is contemplated to be subsequent to the actual date of final approval and acceptance of the stormwater and roadway improvements by the COUNTY and following any outstanding payment(s) owed by the COUNTY to the CITY. Packet Pg. 316 16.A.7.a IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed by their appropriate officials, as of the below indicated dates ATTEST:_ - ��"+� •r'rs'rx �'' �,`� 0±`i B. X y< Pa rio, ern" � t�i. Cler'k ' .;aoaao Approved as to Form and Legal Sufficiency: James Fox City Attorney ATTEST: Crystal K. Kinzel, Clerk of Courts and Comptroller, , Deputy Clerk Approved as to Form and Legality: Scott R. Teach Deputy County Attorney AS TO THE CITY OF NAPLES: CITY OF NAPLES, FLORIDA r Teresa Heitman, Mayor Dated: .2:( — 2=1 AS TO THE COUNTY: COLLIER COUNTY, FLORIDA Dated Penny Taylor, Chair �a Q Packet Pg. 317 EXHIBIT A-1 �. "��+� '��` .[ [�. 7N4 1� •. s .� a•+iAsS^'" r�}>'-''s.a � i nPy� i Je � r •ys•Y,�..! w.' �' 'ra�, � r .1- .+, .y ��� t. �. _i i j..:j Y 4.� i' t� �::lrj!. �'� i 'n I h�,a� � .s� �. ._..+ � �'J. Nti ty �+.{t ��",l._ a '+i r � • r• �..� �' ���.W�.Y. l O PIN� U 9 i 16.A.7.a Packet Pg. 318 16.A.7.a EXHIBIT A Z to - 01.4 Packet Pg. 319 16.A.7.a EXHWIT A-3 ...wed.. �ms�irr;, t r_""'l.r ♦ : y �: .-•.'r,... .�y. .1 a Jr k � L y�{. [Fi,41h14"gi•4� ti �.,.'..r r-rr-.1.K '•�J x^r.af �_' �-� ,�x ... ri _ .. w. 'ffi •-'t��+ ,. t s Z [ «s{.x M, Y-y' C"E-77 ''^8. - Y�•,.L4r�il�{S'...�tiM.%��14.1-��.h - "7 S!f I�'"�'""gC'S•J`"'""'"ti,..�, f.`rv"y �'r ! ', j li-• yr %lxi I'+'i-:T- ♦1 !1 .I �4�if � _ {��y�'. w ,. �.. fir, r r.7 "�rl.. i-'1. ..r-•!s r • .7 C'^.,. { .. � ti Y' '��i 410-11 •V�.-n� L.�� -.r. � �r ` ! ` ,�560: lr � .'rf� •' • �.. � N:-.i "F • r -!.. .,. .�,�, ,i y !' • 1 r .� .1.3'I �-. Fl �fi'f' " _ ••r,• . -i• - T e J''w'��� J n w i a� N' .*... w• . y�yN�.1 :✓ - ^.']' ��/ �r. {''Y,) �r.�,�.�,1�� ..F �. f ! € 1 p1' Rr-• Y.'.+'i•�� 1. `r sq•Y"��"af N 4 . �`�-y"i.«.�'.W _ .hrk�'r"'=�•'..�-� J G i .: f ''�(y�y�' fii[ T rt...G! �'-• �. _, r �� �1 j5 -� �:s ..r ^!_ ..." l�_ k `� H I Packet Pg. 320 EXRMITA4 12 eh ,, Packet Pg. 321 0,..__ 16.A.7.b ON THE Agenda G:`F�,, MEMORANDUM Utilities Department Equipment Services • Solid Waste • Water -Sewer 3: To: City Council From: Robert Middleton, Utilities Director Date: January 8, 2021 Regular Meeting Date: February 3, 2021 Legislative ® Quasi -Judicial ❑ SUBJECT: Resolution amending the Interlocal Agreement between the City of Naples and the Collier County Board of County Commissioners to design and construct a City -owned sanitary sewer system and a County -owned stormwater management system with Areas 1, 2, 3 and 6 as described in the 2006 Master Sewer Plan for the City's Unsewered Service Areas. SUMMARY: City Council to adopt a Resolution amending the Interlocal Agreement between the Collier County Board of County Commissioners and the City of Naples which establishes conditions and concessions that include design and construction of a City -owned sanitary sewer system and water distribution system improvements, and a County -owned stormwater management system located in Areas 1, 2, 3 and 6 as described in the 2006 Unsewered Master Sewer Plan for the City's Unsewered Service Areas, and authorizing the Mayor to execute the amendment to the Interlocal Agreement. BACKGROUND: On December 4, 2019, City Council adopted Resolution #2019-14422 approving an Interlocal Agreement with Collier County to proceed with Phase 2 of design and construction of the City owned sanitary sewer system and County owned stormwater system in Areas 1, 2, 3 and 6 as described in the 2006 Unsewered Master Sewer Plan. City and County staff have agreed to revisions to the interlocal agreement that requires approval by both the City Council and the Collier County Board of Commissioners. Article 1: Section 1.3 D indicates the City will prepare an Invitation to Bid (ITB) as the procurement process to award a construction contract. It is recommended by City and County staff to revise the interlocal agreement's procurement language to clarify that contractors will be pre -qualified through an evaluation committee process. Article 2: Section 2.1 E within the current interlocal agreement describes the method of reimbursement to the City from the County for the portion of the design and permitting cost of the County's stormwater system within Areas 1, 2, 3 and 6. The current language states that the County will reimburse the City within thirty (30) days of the Notice to Proceed (NTP) being issued to the construction contractor. City and County staff have agreed to revise the reimbursement language so that the County will be required to reimburse the City at 60 Packet Pg. 322 16.A.7. b Page 2 February 8, 2021 percent, 90 percent and 100 percent design intervals. This will provide a consistent and timely reimbursement to the City. FUNDING SOURCE: Not applicable. RETURN ON VISION (ROV): 2006 Master Sewer Plan of the City's Unsewered Service Areas. The Vision Goal is Environmental Sensitivity. RECOMMENDED ACTION: City Council to adopt a Resolution amending the Interlocal Agreement between the Collier County Board of County Commissioners and the City of Naples which establishes conditions and concessions that include design and construction of a City -owned sanitary sewer system and improvements to the water distribution system and a County -owned stormwater management system located in Areas 1, 2, 3 and 6 as described in the 2006 Master Sewer Plan of the City's Unsewered Service Area, and authorizing the Mayor to execute the amendment to the Interlocal Agreement. eW4 all Packet Pg. 323 I 16.A.7.c I CITY OF NAPLES MASTER SEWER PLAN FOR THE CITY'S UNSEWERED SERVICE AREAS ENGINEERING 2158JOHNSON STREET FORT MYERS, FLORIDA (239)334-0046 SEPTEMBER 2006 Packet Pg. 324 16.A.7.c TABLE OF CONTENTS EXECUTIVESUMMARY......................................................................................... E-1 1.0 INTRODUCTION.................................................................................................... 1 2.0 EXISTING SANITARY SEWER SYSTEM............................................................2 3.0 AREAS INVESTIGATED........................................................................................ 3 3.1 Descriptions of Areas 1-7.................................................................................... 4 3.2 Description of Procedures.................................................................................... 5 3.3 Proposed Sanitary Sewer Layouts........................................................................ 6 4.0 EVALUATION OF PROPOSED SANITARY SEWER SYSTEM ......................... 10 4.1 Predicted Influent Flow..................................................................................... 10 4.2 Infiltration (I/I) Analysis.................................................................................... 11 4.3 Capacity Analysis Report Conclusion................................................................ 13 5.0 FINAL PRELIMINARY SANITARY SEWER ...................................................... 14 5.1 Final Preliminary Sanitary Sewer Study Summary ............................................. 15 5.2 Pump Station Design Criteria............................................................................. 18 6.0 PRELIMINARY OPINION OF PROBABLE COST .............................................. 34 7.0 COST BREAKDOWN........................................................................................... 41 d Packet Pg. 325 16.A.7.c TABLE OF CONTENTS Appendices APPENDIX A- Preliminary Layouts for Sanitary Sewer ............................................. A-1 APPENDIX B- Proposed Scenarios for Preliminary Layouts ...................................... B-1 APPENDIX C- Influent Flow to Wastewater Treatment Plant .................................... C-1 APPENDIX D- Daily Precipitation............................................................................ D-1 APPENDIX E- Water Bills........................................................................................ E-1 APPENDIX F- Individual Manholes...........................................................................F-1 APPENDIX G- Individual Manhole Costs.................................................................. G-I Packet Pg. 326 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas EXECUTIVE SUMMARY The City of Naples has contracted Johnson Engineering, Inc. to develop a sanitary sewer master plan for the City of Naples Unsewered Service Area located: (1) between Goodlette-Frank Road and U.S. 41, north of Ridge Street and south of Pine Ridge Road (See Appendix B, Final Scenario Preliminary Layout, Areas 1-6), and (2) east of Goodlette-Frank Road, north of Bembury Drive, and south of 141h Avenue North, (See Appendix B, Final Scenario Preliminary Layout Area 7). A preliminary study of the existing wastewater collection and transmission systems was conducted. This study identified components of the system that could be used or require modifications. With this information, multiple scenarios were developed for each of the seven areas. The City of Naples chose one of these scenarios for each area, which became the basis for further analysis. An Opinion of Probable Cost (OPC) was formulated for each corresponding area of study. The prices were based on similar Southwest Florida projects performed in 2006. These costs are reported in 2006 dollars. -Area 1: $ 1,781,660 -Area 2: $ 6,749,232 -Area 3: $ 5,092,936 -Area 4: $ 3,544,108 -Area 5: $ 1,985,755 -Area 6: $ 671,754 -Area 7: $ 1,035,403 For the purpose of further cost analysis, a systematic approach was developed to achieve an associated cost for each manhole. The cost represents the dollar amount necessary to put the identified manhole in service (i.e. cost of the manhole and associated infrastructure downstream). This approach provides the ability to calculate the cost for a sub -division of a proposed sanitary sewer layout (e.g. cost can be broken down into a street by street basis). SEPTEMBER 2006 E-1 ENGINEERING Packet Pg. 327 OH N SCE; 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas 2.0 EXISTING SANITARY SEWER SYSTEM A preliminary investigation of the existing gravity sewer and lift station systems was conducted. Verification of existing wastewater facilities was preformed using the City of Naples as -built plans (Sections B9 through 1311) which were provided by the City of Naples Wastewater Department. As -built information was used to identify existing components of the system that could be used to provide future sanitary sewer services. Project Phase 1 has seven publicly owned existing lift stations (See Appendix B) as follows: • Lift Station 018000 - An 8 inch gravity sewer main provides sanitary sewer service for the area located between U.S. 41 and Goodlette-Frank Road. south of Creech Road, and north of 261h Avenue North. The lift station pumps wastewater through a 6 inch force main that manifolds into a 16 inch force main on U.S. 41. • Lift Station 073000 — An 8 inch gravity sewer main provides sanitary sewer service for the private area located within High Point circle. The lift station pumps wastewater east through a 2 inch force main that conveys wastewater to an 8 inch gravity sewer main. The gravity sewer main is then routed to lift station 072001. • Lift Station 072001- An 8 inch gravity sewer main provides sanitary sewer service for a majority of the commercial lots located between loth Street North and U.S. 41, south of Ohio Drive, and north of Ridge Road. Three private lift stations manifold into a 4 inch force main. The force main routes into a gravity sewer main at the intersection of 10th Street North and Ohio Drive, which conveys into lift station 072001. SEPTEMBER 2006 2 IMNIMM ENGINEERING Packet Pg. 329 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas • Lift Station 076000- An 8 inch gravity sewer main provides sanitary sewer services for the area located between U.S. 41 and Goodlette-Frank Road, south of Morning Side Drive, and north of Solana Road. The 10 inch force main is routed from the north on Goodlette Frank Road into the lift station. The lift station pumps wastewater through a 16 inch force main that manifolds into a 16 inch force main on Goodlette-Frank Road. • Lift Station 021000 — An 8 inch gravity sewer main provides sanitary sewer service for a majority of the commercial lots located to the east of U.S. 41, between North Alhambra Circle and South Alhambra Circle. The lift station pumps wastewater east through a 6 inch force main that manifolds into a 10 inch force main on Goodlette- Frank Road • Lift Station 077000- An 8 inch gravity sewer main provides sanitary sewer services for the residential lots located on Woodridge Avenue, Westlake Boulevard, Lakeshore Drive, Lakeshore Place, Lakeshore Court, and Dorando Drive. The lift station pumps wastewater through a 4 inch force main that manifolds into a 10 inch force main on Goodlette-Frank Road. • Lift Station 078000- An 8 inch gravity sewer main provides sanitary sewer service for the commercial lots located between U.S. 41 and Castello Drive. The lift station pumps wastewater east though a 4 inch force main, which conveys into an 8 inch gravity sewer main. The gravity sewer main then conveys wastewater into lift station 077000. The area also has four private lift stations that serve a majority of the commercial lots located on the western side of the area. Project Phase 2 located east of Goodlette-Frank, north of Bembury Drive, and south of 14`h Avenue North does not contain any existing lift stations. A 4 inch force main exists on 15`h Street North, and manifolds into a 6 inch force main on 13'h Avenue North. The 6 inch force main manifolds into a 20 inch force main located on Goodlette-Frank Road. 3.0 AREAS INVESTIGATED Prior to the June 21, 2006 meeting, areas already sewered were identified. The remaining unsewered areas, for the entire project, were sub -divided into seven areas of study. The areas were defined by the following criteria: • The potential for existing lift stations to serve unsewered lots. • The potential to service with new lift station and minimize depth to under 14-16 feet • Project Phase 1 was divided into Unsewered Areas 1-6 • Project Phase 2 consists of one area. Unsewered Area 7. SEPTEMBER 2006 3 ENGINEERING Packet Pg. 330 16.A.7.c CITY OF NAPLES 3.1 Description of Project Phases 1 and 2 (Areas 1-7) Unsewered Area 1 is located in the northern section of the project boundary, south of Pine Ridge Road. residential lots are located on Milano Drive, Lastrada Lane, Pompei Lane, Cortina Court. and Napoli Drive north of Woodridge Avenue. Unsewered Area 2 is located in northern section of the project area, three blocks south of Unsewered Area 1. The area contains residential and commercial lots located between North Alhambra Circle and Morningside Drive. MASTER SEWER PLAN Of the City's Unsewered Service Areas Figure 3.0: Unsewered Project Phase 1, Areas 1-6 Unsewered Area 3 is located in the middle of the project area. The area contains residential and commercial lots located between Solana Road and Hemingway Place. Unsewered Area 4 is located directly south of Unsewered Area 3. The area contains residential and commercial lots located between Hollygate Lane and Wisconsin Drive. Unsewered Area 5 is located south of Unsewered Area 4. The area contains residential and commercial lots located between Ridge Street and Creech Road Unsewered Area 6 is located directly south of Unsewered Area 5. The area contains residential lots located on Rordon Street. SEPTEMBER 2006 11 F� � �R��tti.,•� p{ r Y •� ENGINEERING Packet Pg. 331 16.A.7.c CITY OF NAPLES Unsewered Area 7 is located southeast of the Project Area 1. The area is located east of Goodlette-Frank. north of Bembury Drive, and south of 10' Avenue North. The area contains residential lots. 3.2 Description of Procedures MASTER SEWER PLAN Of the City's Unsewered Service Areas Figure 3. 1: Unsewered Project Phase 2. Area 7 Various preliminary sanitary sewer layouts were developed for each unsewered area. Each scenario was created by using a number of procedures. For each of the procedures, a 14.3 foot natural ground elevation was used based on an average of ground elevations from the As -built plans. For all scenarios, 8 inch gravity sewer mains were used with at least 4 foot of cover. Depth of cut was governed by existing lift station inverts, if the existing lift station was expected to be utilized. Procedure 1: For areas with existing lift stations, the invert depth was used to calculate the maximum length of sewer main that could be installed without a wet well invert modification. Various gravity sewer main configurations were examined to maximize the number of lots which could be served. Procedure 2: If existing lift stations were not of sufficient depth to serve the gravity sewer main routed from the unsewered area, a new lift station was proposed to serve the respective area of study. Procedure 3: In order to minimize the depth of the gravity sewer main, a location was determined which subdivided the critical path into two equal sections. At the identified location, a lift station depth was calculated. The purpose for this procedure was to minimize cost and maximize efficiency. Procedure 4: As a variation of Procedure 3, if conditions existed such as a lift station fell between two lots, the location interfered with existing structures on the lots, or there was a conflict with the availability of right of way. then the lift station was placed in an SEPTEMBER 2006 5 ENGINEERING Packet Pg. 332 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas alternative location. The alternative location took into account these factors. The purpose for this scenario was to identify a lift station location and eliminate direct conflicts. Procedure 5: As an alternative to replacing an existing lift station with a deeper one, a scenario was created in which a second lift station was added. The purpose for this procedure was to see how cost varied between the two choices and to minimize the depth of the gravity sewer main. 3.3 Proposed Sanitary Sewer Layouts This section describes the procedures preformed on each of the seven unsewered areas. As seen in Figure 3.3, a preliminary cost and benefit chart of the sewer collection system for each area and scenario was developed. The various costs were used for the comparative purposes only and do not include road restoration, force main, manholes, and maintenance of traffic (MOT). Unsewered Area 1 Scenario 1 makes use of Procedure 3, in which an optimal location for the installation of a new lift station was determined. This provided a minimal cost for the area; however, the location may not be plausible as it falls between two developed lots. (See Appendix A, Sheet 1) Scenario 2 makes use of Procedure 4. In this scenario, a secondary location for the lift station was determined. This location necessitated an increase in depth of the longest 8 inch gravity sewer main and increased depth of the lift station. This scenario was recommended because the lift station was placed in a location which appeared to not interfere with existing developed lots. (See Appendix A, Sheet 2) Unsewered Area 2 In Scenario 1, Procedure 1 makes use of lift station 021000. It was determined from the City of Naples as -built plans to be of sufficient depth to lay out the gravity sewer main in order to serve the entire area. (See Appendix A. Sheet 1) Unsewered Area 3 In Scenario 1, Procedure 5 makes use of lift station 076000. The addition of a second lift station is located at 12'h Street North and Michigan Avenue. In this scenario an easement is required between Michigan Avenue and Cypress Woods Drive. This scenario was determined to be the least expensive, but an easement would be required. (See Appendix A, Sheet 1) In Scenario 2, Procedure 2 was used, which identified lift station 076000 as the only lift station available to serve the area. The gravity sewer main was laid out and a depth for the lift station was calculated. This scenario was an alternative to the construction of multiple lift stations. (See Appendix A, Sheet 2) SEPTEMBER 2006 6 ENGINEERING Packet Pg. 333 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas In Scenario 3, Procedure 5 makes use of lift station 076000. The addition of a second lift station is located at Hemingway Place and 141" Street North. This scenario provides an alternative location for the secondary lift station in Scenarios 1 and 4. (See Appendix A, Sheet 3) In Scenario 4, Procedure 5 makes use of lift station 076000. The addition of a second lift station is located at 120' Street North and Michigan Avenue. This scenario does not require an easement between Michigan Avenue and Cypress Woods Drive. This layout was designed so that a cost comparison could be made to determine the benefit of securing an easement. (See Appendix A, Sheet 4) Unsewered Area 4 Scenario 1 makes use of Procedure 3, in which the optimal location of a new lift station was determined, and the gravity sewer main was laid out. (See Appendix A, Sheet 1) Unsewered Area 5 Scenario 1 makes use of Procedure 3. in which the optimal location of a new lift station was determined and gravity sewer main was laid out. (See Appendix A, Sheet 1) In Scenario 2, Procedure 1 makes use of lift station 072001. It was determined from the City of Naples as -built plans to not be of sufficient depth to lay out the gravity sewer main in order to serve the entire area. In this scenario, the lift station needed to be deepened, and an easement would be required between Highpoint Circle South and Ridge Street. (See Appendix A, Sheet 2) Unsewered Area 6 Scenario 1 makes use of procedure 2. In this scenario a gravity sewer main was laid out and connected into an existing gravity sewer main. The existing gravity sewer main would need to be deepened and the lift station would need to be deepened. (See Appendix A, Sheet 1) Unsewered Area 7 Scenario 1 makes use of Procedure 3, in which the optimal location of a new lift station was determined and gravity sewer main was laid out. (See Appendix A, Sheet 4) Scenario 2 makes use of Procedure 3, and a secondary location for the lift station was determined. This location necessitated an increase in the depth of the longest 8 inch gravity sewer and increased depth of the lift station. This scenario was recommended because the location of the lift station was located in northeastern portion of the U.S. Post Office lot, an area plausible for construction. (See Appendix A, Sheet 4) Scenario 3 makes use of Procedure 3, in order to present another alternative location to the lifts station. This location necessitated an increase in the depth of the longest 8 inch gravity sewer and increased the depth of the lift station. This scenario was conducted in the event that the lift station locations were not available in scenarios 1 and 2. (See Appendix A. Sheet 3) SEPTEMBER 2006 7 Irlwalm ENGINEERING Packet Pg. 334 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas A preliminary cost of the sewer collection system for each area and associated scenario was developed for comparative purposes. The costs were used for the comparative purposes only, as they do not include road restoration, force main, manholes, and MOT. After the June 21. 2006 meeting, scenarios were chosen by the City of Naples for final preliminary design. The preliminary layouts took into account force mains, gravity sewers, lift stations size and depth and the chosen scenarios for final preliminary design are: • Area 1- Scenario 1 • Area 2- Scenario 1 • Area 3- Scenario 3 • Area 4- Scenario 1 • Area 5- Scenario 2 • Area 6- Scenario 1 • Area 7- Scenario 2 SEPTEMBER 2006 8 ENGINEERING Packet Pg. 335 � 2 0 I�27 §E � > §§� �-■ w` w §� § %o& � @ g $ ¥ > & & ¥ I� L �§§ i w §% b � § - §§ §C� § t . > w §�� � � 0 LL � 0 C 2 k40 40 § k§ 7 )§ § k kCD ° CR # k ■ P / 2 CL.o~RP. # I p_K a0 ■ ■ 2 v 4 ■ 4 _ _ _ - 2 _ _ 0 � 0 _ 0 _ 0 C4 0 n 0 - 0 — 0 — 0 � 0 — 0 — 0 ® 0 _ 0 cc w 41 ` m i£ ) % § § ` ccm ;§ a ■ 0 ■ 0 k 0 m 0 Co a k m 2 J# k§ 0 m _ m ) « m to 10 w lu ■ « « « « « « # J Packet Pg. 336 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas 4.0 EVALUATION OF PROPOSED SANITARY SEWER SYSTEM This section describes the approaches taken to find the amount of wastewater flow, inflow/infiltration (III), and wastewater plant capacity for the seven unsewered areas. The predicted wastewater flow for the unsewered areas provides data which was used for preliminary sizing of force mains, gravity sewer mains, and lift stations. 4.1 Predicted Wastewater Flow Wastewater production was calculated by the number of single-family housing units and the water -billing information from all remaining lots (e.g. commercial and multi -family housing groups). Figure 4.0 depicts the amount of flow conveying to each lift station from each unsewered area. Certain lots are already part of the current system, but with the utilization of existing infrastructure influent flow is taken into account. DATA Single -Family Housing Units Residential housing information was provided by the City of Naples. Water Bills The City of Naples' Finance Department provided current water billing information for multi -family and non-residential lots located in the unsewered areas. (See Appendix E) DATA ANALYSIS Existing and potential single family units were identified for each unsewered area. A predicted daily wastewater flow of 250 gallons per day was assigned to each lot. From the water billing information, average wastewater flow was predicted for multi -family housing groups and non- residential lots conveying to the respective unsewered area. Using the provided information for the residential and non-residential lots, an average daily flow was calculated for each respective unsewered area. A peaking factor was assigned to each area in compliance with the Ten State Standards. (See Figure 4.0) r� ure 4.v: rreaicieu Area 1 innuem riow icr LIM acvcu uuxwuicu Multi -Family Housing Single Groups and Family Lots Commericial Lots 104 0 rvcaz,. Average Flow Daily .. 18 Peak 1 4.10 Peak Flow .. 1 74 Area 2 455 14 87 3.76 327 Area 3a 155 46 54 4.03 216 Area 3b 131 0 23 4.06 92 Area 4 1 248 0 43 3.92 169 Area 5 1 73 36 51 3.88 1 196 Area 6 440 8 44 4.05 177 Area 7 1 50 0 9 4.22 37 SEPTEMBER 2006 10 ENGINEERING Packet Pg. 337 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas 4.2 Infiltration (I/I) Analysis Infiltration to the effluent inflow is noticed when effluent inflow quantities are plotted with precipitation values (See Figure 4.1). Infiltration is common for aging sewer infrastructure, especially in systems that have clay or ductile iron pipes (DIP). Infiltration is the result of the pipe material breaking down and allowing groundwater to flow into the system as the water table rises or improperly secured manhole covers that all storm water to flow through the unsealed seem of the cover. Precipitation values are the best form of data available to predict storm water runoff available and to raise the water table that would provide infiltration into the system. Figure 4.1 Precipitation and Effluent Flow over Time 7 - 16 ■ Precipitation m 6 • Effluent Flow 14 c - c • - 12 5 c _ 4 • • - _ _ — - 10ca+ t� ; 8 3 • c. p c. ■ ■ • ■ 6 `o 2- 4 c IL ■ ! it :40 3i w 0 0 11/9/2004 2/17/2005 5/28/2005 9/5/2005 12/14/2005 3/24/2006 7/2/2006 Date An infiltration and inflow (I/I) analysis was performed to determine influence of daily influent flow and daily precipitation on the current and proposed lift stations. Influent flow to the wastewater treatment plant and daily precipitation in Naples were statistically analyzed to determine if a correlation exist that would identify the flow volume that is introduced by 1/I. The infiltration analysis was designed to account for precipitation as the basis of infiltration and inflow and determine the total changes in the total flow as a result. DATA Influent Flow Ken Kemlage (Supervisor, City of Naples WWTP) provided daily influent data for plant operation from January 1, 2005 to April 30, 2006. (See Appendix Q. Daily Precipitation Daily precipitation data was obtained from the South Florida Water Management District's (SFWMD) website database. The collection site used in the analysis is Station 16633 NAPLES_R. which is located southeast of the unsewered area(s), north of the airport. The data provided by SFWMD provided total daily amounts of precipitation from January 1, 2005 to April 30, 2006. (See Appendix D) SEPTEMBER 2006 11 1 ENGINEERING Packet Pg. 338 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas DATA ANALYSIS Linear regression modeling was used to determine a correlation between daily rainfall and daily influent flow to the wastewater treatment plant. The daily rainfall data and the daily influent flow were linked by date, to provide a corresponding influent inflow to the rainfall data. The rainfall date was set as the domain, since it was expected to influence the infiltration, resulting in the infiltration being the range data. A model to predict the influence of infiltration from precipitation would be created from statistically significant correlations. A series of regressions were used to determine a relationship between the precipitation and the influent flow. A possible correlation is determined with statistical significance that is represented by a R-squared greater than 0.82. The initial regression analysis was performed on the entire data plot that was collected from the influent flow and the precipitation data (See Figure 4.2). The data that was collected from the sources was not manipulated or changed. The initial regression analysis of all the raw data produced an R-squared of 0.13, which determined that the data in a raw state does not correlate and could not produce a model that would predict infiltration. Figure 4.2 Correlation of Raw Data for January 1, 2005 to April 30, 2006 16 — 614 € 10 T• t o • • if: 8 4 ♦ y = 0.5622x + 7.466.86 ¢ - RZ = 0.1311 2 c 0 0 1 2 3 4 5 6 7 Precipitation (inches) Raw data was filtered by daily rainfall quantities. Data points with zero inches of precipitation were omitted from the set. The regression analysis of data that had rainfall occurring produced an R-squared of 0.18. The regression determined that although the data was better than in the raw state, it still does not correlate and could not produce a model that would predict infiltration. A seasonal rainfall approach was taken with the data that had occurred with precipitation. The data was divided into sets according to season (March 18, 2005 to May 31, 2005; June 1, 2005 to August 1, 2005; and October 7, 2005 to March 3, 2005). Fall and winter seasons were grouped because the dry season does not provide significant precipitation that must occur for influent infiltration to occur. SEPTEMBER 2006 12 ENGINEERING Packet Pg. 339 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas As expected, the dry season provided the least correlation with an R-squared value of 0.04. The best correlation of the analysis was for the months of March to May with an R-squared value of 0.43. The March to May data set does not correlate strong enough to support a model to predict infiltration flows. Filtering of the raw precipitation and wastewater flow data could not yield a strong correlation to provide a model to predict infiltration and inflow into the sewer system. Additional data would be needed to predict infiltration and inflow. Site specific data to the areas with infiltration and inflow problems would yield in stronger data conditioning that could lead to finding a direct correlation. Although, an infiltration and inflow model could not be determined, investigation of the existing lift stations and force mains in the unsewered service area shows that the force main system is capable of handling the additional sewage flow from the unsewered service area. The wastewater transmission main along Goodlette-Frank Road also has sufficient size and capacity to serve the unsewered service area at this time. The data shows that existing areas with significant infiltration and inflow problems do not significantly impact the wastewater transmission main along Goodlette-Frank Road, and thus, infiltration and inflow can be ignored for all practical purposes. This is an agreement with the City of Naples' personnel whom confirmed that infiltration and inflow problems are not noticeable in the Goodlette-Frank Road wastewater transmission main. 4.3 CAPACITY ANALYSIS REPORT CONCLUSION From the City of Naples Wastewater Treatment and Reclamation Facility Capacity Analysis Report, the treatment facility has a design capacity of 10.0 MGD (MMADF). Projections suggest that capacity will not be reached until approximately 2012. From the daily influent data for plant operations from January 1, 2005 to April 30, 2006, provided by Ken Kemlage (Supervisor, City of Naples WWTP), a 2005 MMADF was found to be 9.5 MGD (See Figure 4.9). An estimated 0.33 MGD of wastewater flow will be added when the proposed sanitary sewer system is complete. It is anticipated that the projected wastewater flow from the unsewered areas will not adversely impact the wastewater treatment facility. SEPTEMBER 2006 13 ENGINEERING Packet Pg. 340 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas Figure 4.9: City of Naples Wastewater Treatment Facility Average Monthly Flow City of Naples Wastewater Treatment Facility Influent Flow 12 10 0 0_ 8 3 0 6 c 4 0 c 2 M ■ ■ O1 O� O� Oy O� Oy Oy Oy Oy v �y 00 -CO 00 00 Date (Months) 5.0 FINAL PRELIMINARY SANITARY SEWER Based upon the scenarios which were chosen by the City of Naples, AutoCAD drawings were created which took into account the proposed and existing sewer infrastructure located in Unsewered Areas 1-7. Manhole, force main, and gravity sewer mains were laid out in more detail to establish depth of cut for installation. All 8 inch gravity sewer mains have a slope of 0.4% in compliance with Ten State Standards. In circumstances where a 10 inch gravity sewer main was needed, a 0.28% slope was applied. Appropriate force main size was determined in accordance with engineering standards, and based on the predicted influent flow (See previous Section 3.1). A manhole and lift station numbering system was created to identify proposed infrastructure. Each manhole and lift station is identified by three numbers, with the first number corresponding to the associated unsewered area (See Appendix F). Existing lift stations, which will be utilized for the proposed sanitary sewer infrastructure, have been assigned a new identification number for the purpose of uniformity (See figure 5.0). SEPTEMBER 2006 14 ENGINEERING Packet Pg. 341 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas Figure 5.0: Lift Station Identification Change 5.1 Final Preliminary Sanitary Sewer Study Summary This section describes the required conditions for each of the seven unsewered areas. Reasonable judgment was used in estimating all quantities; however, quantities may vary slightly, pending final design. See Appendix B for the Final Preliminary Layout, described below for all areas. Unsewered Area 1 Throughout the area, gravity sewer main is proposed to be constructed and directed to the proposed lift station located on the southwest corner of Lastrada Lane and Napoli Drive. The following infrastructure is proposed: • A total of 5,329f linear feet of 8 inch gravity sewer main with a 0.4% grade will be directed to proposed lift station 100. • A total of 843t linear feet of 4 inch force main exits the lift station and ties into the existing 10 inch force main located on Goodlette-Frank Road. • The proposed lift station 100 needs to be constructed to a total depth of 16.5 feet. Unsewered Area 2 Throughout the area, gravity sewer main is proposed to be constructed and directed to the existing lift station located on the eastern corner of Capri Drive and Granada Boulevard. The following infrastructure is proposed: • A total of 22,534 t linear feet of 8 inch gravity sewer main with a 0.4% grade will be directed to master manhole 222. • A total of 32 t linear feet of 10 inch gravity sewer main with a 0.28% grade will be routed from the master manhole 222 to the existing lift station. SEPTEMBER 2006 15 j['-1213� ENGINEERING Packet Pg. 342 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas • The existing 6 inch force main, which manifolds into a 16 inch force main on U.S. 41, does not need to be resized. • Proposed manholes (MH 229, MH 230, and MH 231) tie into an existing 8 inch gravity sewer main located on Granada Boulevard. The depth of the existing gravity sewer main controls the proposed manhole depth. Unsewered Area 3 Throughout the area, gravity sewer main proposed to be constructed and directed to the existing lift station 300 (old number 076000), and to a proposed lift station located in the eastern right of way at the intersection of 141h Street North and Hemingway Place. The following infrastructure is proposed: • A total of 10,755± linear feet of 8 inch gravity sewer main with a 0.4% grade will be directed to lift station 300. • A total of 5,447f linear feet of 8 inch gravity sewer main with a 0.4% grade will be directed to the proposed lift station located in the eastern right of way at the intersection of 14`h Street North and Hemingway Place. • A total of 215f linear feet of 4 inch force main exits the proposed lift station and ties into the 16 inch force main located on Cypress Wood Drive. • The proposed lift station 301 needs to be constructed to a total depth of 21 feet. If an easement could be obtained through lot Folio Number 29730440005 or lot Folio Number 29730400003, then scenario 2 would provide an estimated $136,631 decrease in cost, excluding the cost of the easement. (See Appendix A, Option 3b) Unsewered Area 4 Throughout the area, gravity sewer main is proposed to be constructed and directed to the proposed lift station located in the eastern right-of-way on Cooper Drive. The following infrastructure is proposed: • A total of 11,222t linear feet of 8 inch gravity sewer main with a 0.4% grade will be directed to proposed lift station 400. • A total of 2,081t linear feet of 6 inch force main routes from the lift station and manifolds into the 16 inch force main located on Goodlette-Frank Road. • Proposed lift station 400 needs to be constructed to a total depth of 19.0 feet. SEPTEMBER 2006 16 ENGINEERING Packet Pg. 343 16.A.7.c CITY OF NAPLES Unsewered Area 5 MASTER SEWER PLAN Of the City's Unsewered Service Areas Throughout the area, gravity sewer main is proposed to be constructed and directed to the existing lift station 500 (old number 072000). The following infrastructure is proposed: • A total of 5,812t linear feet of 8 inch gravity sewer main with a 0.4% grade will be directed to existing lift station 500. • Lift Station 500 needs to be deepened to a total depth of 21.5 feet. • An easement is required through lot folio number 71020801001. • The existing 2 inch force main routed from lift station 073000, located on Highpoint Circle South, is proposed to discharge into the proposed sanitary sewer manhole 502. Unsewered Area 6 Throughout the area, gravity sewer main is proposed to be constructed and directed to the existing lift station 018000. The following infrastructure is proposed: • A total of 2,330t linear feet of 8 inch gravity sewer main with a 0.4% grade will be directed to lift station 600 (old number 018000). • Existing gravity sewer main must be deepened from manhole 606 to lift station 600, located along 12`" Street North. • Lift station 600 needs to be deepened. Unsewered Area 7 Throughout the area, gravity sewer main proposed to be constructed and directed to the proposed lift station on the northeast corner of 13`" Avenue North and Bembury Drive. The following infrastructure is proposed: • A total of 3,402t linear feet of 8 inch gravity sewer main with a 0.4% grade will be directed to proposed lift station 700. • A total of 70f linear feet of 2 inch force main conveys wastewater to the existing 6 inch force main located on 13'h Avenue North. • Proposed lift station 100 needs to be constructed to a total depth of 17.5 feet. • A grinder pump is required due to the low flow conditions. SEPTEMBER 2006 17 ENGINEERING Packet Pg. 344 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas 5.2 Pump Station Design Criteria For each of the proposed lift stations and/or existing lift station improvements. pumps were sized from predicted influent flow (See Section 4.1). Pump type and performance curves are provided on the following pages. AREA 1 PUMP STATION DESIGN Single Pump Operation Station: Lift Station 100 FLOW CALCULATIONS Loading Type Units ADF Single -Family 104 26,000 GPD Multi -Family Housing Groups and Commericial Lots 0 0 GPD Total 26,000 GPD Average Daily Flow (ADF) 26,000 GPD Qe,o = Average Flow* 18 GPM Peak Factor 4.1 Peak Flow, QdP = Average Flow * Peak Factor 74 GPM Pump Type CP3127 FLYGT Pump Horsepower 10.0 HP Pump Voltage 230 Volts Pump Phase 3 Phase Pump Curve Design Pumping Rate (QdP) 77 gpm at 74 TDH SEPTEMBER 2006 18 Q ENGINEERING Packet Pg. 345 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas i R � wPERFORMANCE CURVE PRODUCT CP3127.181 TYPE HT DATE PROJECT CURVE NO IS9JE 2006-08-04 I 63-484-00-3702 1 WELLER D14MErER 217 nvn 1/1-LOAD 34-LOAD IaLOAD POWER FACTOR 089 I 0 87 0 81 EFFICIENCY 83.5 % 85.0 % 84.5 % Mod TOR DATA •-- — RAT�ED.R 10 h STARTING p CURRENT 128 A CURRENT 25 A RATED SPEED ... 1735 rpm TOT MOM OF INERTIA 0.11 kgm2 NO. 1— MOTOR 0 STATOR REV 21.12-4AL 12Y// 11 ',COMMENTS INLETJOUTLET / 4 Inch IMP THROUGHLET 3.0 inch FREO. PHASES VOLTAGE POLES 160 Hz 3 230 V 4 GEARTYPE RATIO [hp) a R� iso* O LL W Wf 9R DUTY BEP -POINT FLOW,U5gcn,l HEADIIII POWER Ihpl EFF 11/1 NPSW*P1 417 444 0.29 ( 7901 504 (5940 110 NPSHre 0 i [ftl [41 80 40 W 70 r EFF. OD 30 t%1 50 25 50 Q w 40 20 40 15 30 3D - 6 �11--- NPSHre= 20 10 20 5 10 10 olo 0 0 100 200 300 400 500 600 700 am [USgpm] FLOW NPSHre-NPSH3%+min operational margin gj,YfiTS HI B Curve Performance with clear water and ambient temp 40 "C SEPTEMBER 2006 19 ENGINEERING Packet Pg. 346 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas AREA 2 PUMP STATION DESIGN Single Pump Operation Stations Lift Station 200 FLOW CALCULATIONS Loading Type Units ADF Single -Family 455 113,750 GPD Multi -Family Housing Groups and Commericial Lots 10 11,327 GPD Total 125,077 GPD Average Daily Flow (ADF) 125,077 GPD Qavg = Average Flow* 87 GPM Peak Factor 3.8 Peak Flow, QdP = Average Flow * Peak Factor 327 GPM Pump Type CP3152- VFD FLYGT Pump Horsepower 2.4 HP Pump Voltage 230 Volts Pump Phase 3 Phase Pump Curve Design Pumping Rate (Qdp) 517 gpm at 86 TDH SEPTEMBER 2006 20 ENGINEERING Packet Pg. 347 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas m d PRODUCT TYPE IMW PERFORMANCE CURVE CP3152.181 HT DATE 'PROJECT CURVE NO ISSUE 2006-08-04 63-454-00-5350 4 DIAMETER 275 rTa11 III -LOAD 314-LOAD 1J2-LOAD RAPO ED 20 hp IMPELLER POWER FACTOR 0.84 0 79 069 STARTING EFFICIENCY 87 0 % 87 0 % 86 0 % CURRENT 285 A MOTOR DATA — �CUTRRENT .. 51 A MOTOR 0 STATOR REV 25-15-4AA ± 12Y// 11 _ __ _ !COMMENTS INLETA7UTLET RATED FRED, 4 6 inch . SPEED1�� rpm IMP. THROUGHLEf INERTIA 0.24 kgm2 GEARTYPE 3.0 inch 1e Ao S 1 PHASES VOLTAGE +POLES 60 Hz 3 230 V i 4 RATIO -- 1 (hp) S 1 Oa 18 O a 12 W 24W � DUTY B.E.P. -POINT FLOWNS ] HEAD(R) POWER pip) EFF l%l NPM*#M1 am 842 227 f 198) Sao (86.6) 121 NPSHre O a O t [ft] µ O 120 80 m r too - EFF. I%] 80 40 4� 70 _ 80 30 60 50 NPS r -ft—t 20 - - 40 30 20 10 20 110 0 0 0 200 400 000 800 1000 12W 14W [USgpmJ FLOW NPSHre= NPSH3%t min, operational margin gS.jiT HI B Curve Performance with clear water and ambient temp 40'C SEPTEMBER 2006 21 liffialmom ENGINEERING Packet Pg. 348 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas AREA 3a PUMP STATION DESIGN Single Pump Operation Station: Lift Station 300 FLOW CALCULATIONS Loading Type Units ADF Single -Family 155 38,750 GPD Multi -Family Housing Groups and Commericial Lots 46 38,465 GPD Total 77,215 GPD Average Daily Flow (ADF) 77,215 GPD Qa„9 = Average Flow* 54 GPM Peak Factor 4.0 Peak Flow, QdP = Average Flow * Peak Factor 216 GPM Pump Type CP3152 FLYGT Pump Horsepower 20.0 HP Pump Voltage 230 Volts Pump Phase 3 Phase Pump Curve Design Pumping Rate (QdP) 273 gpm at 71 TDH SEPTEMBER 2006 ENGINEERING Packet Pg. 349 r— CITY OF NAPLES 16.A.7.c MASTER SEWER PLAN Of the City's Unsewered Service Areas PRODUCT ITYPE �: PERFORMANCE CURVE CP3152.181 � MT POWER FACTOR EFFICIENCY MOTOR DATA COMMENTS [hp] 18 W 18 I 14 9(L 12 10 'PROJECT CURVE NO ISSUE 63-434-00-5330 4— ill-LOAD 8r4-LOAD 1R-LOAD RAPOED IMPELLER DIAMETER _._ 20 hp 263 nim 0.84 87.0 % 0.79 87.0 % 0.69 86.0 % STARTING CURRENT 285 A MOTOR 0 STATOR REV RA 25-15-4AA I12Y11 11 --- — — CUTRRENT 51 A INLETIOUTLET RATED 1750 FREO. :PHASES VOLTAGE POLES -1 6 Inch SPEED..... TOT.MOM.OF rpm 60 Hz 3 230 V 4 IMP. THROUGHLET INERTIA oF 0.22 IQrn2 GEARTYPE -- _ RATIO 3.91nch BLADES 1 rC 3 z O s LL W 7R r1 LU DUTY -POINT FLOw,usgpmi HEADjfQ POWER thpj EFF. 1%1 ►rP1 6W) O f S E P 90 4t 1 lee ( IS 4) 52.3 (590) 14,2 NPSHre [R] 80 70 80 50 Q w 40 30 20 10 0 50 40 30 20 10 0 0 200 400 800 SOO 1000 1200 1400 tU59pm1 NPSHre - NPSH3%+ min. operational margin Performance with clear water and ambient temp 40 °C SEPTEMBER 2006 23 FLOW T HI B Curve Q ENGINEERING Packet Pg. 350 16.A.7.c CITY OF NAPLES AREA 3b PUMP STATION DESIGN Single Pump Operation Station- Lift Station 301 FLOW CALCULATIONS MASTER SEWER PLAN Of the City's Unsewered Service Areas Loading Type Units ADF Single -Family 131 32,750 GPD Multi -Family Housing Groups and Commericial Lots 0 0 GPD Total 32,750 GPD Average Daily Flow (ADF) 32,750 GPD Qavg = Average Flow* 23 GPM Peak Factor 4.1 Peak Flow, Qdp = Average Flow * Peak Factor 92 GPM Pump Type CP3127 FLYGT Pump Horsepower 10.0 HP Pump Voltage 230 Volts Pump Phase 3 Phase Pump Curve Design Pumping Rate (Qdp) 99 gpm at 71 TDH SEPTEMBER 2006 `4 ENGINEERING Packet Pg. 351 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas PRODUCT TYPE PERFORMANCE CURVE CP3127.181 HT 2 ATE PROJECT 00. �: 0. CURVE ISSUE �00 NPELLERDIAMErER mom ., ' MOTOR 0 STATOR REV FREQ. PHASES POLES OREMP,--lll■■■■■o■ I:. loss mllll■■■ loss lll■■Nmmllll I C........■ ■C..■ ■.......■■C mom WA� Nimomm l ■■■■.emu 0eC■ ■mo■.■■■■■r m■■■ ■■■■■■■ ■■Ell ■■ ■■■■■ .IN■■C■■■■■C■■■■ ,..■■■■■■■■■■■■■■.., SEPTEMBER 2006 25 ENGINEERING Packet Pg. 352 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas AREA 4 PUMP STATION DESIGN Single Pump Operation Station: Lift Station 400 FLOW CALCULATIONS Loading Type Units ADF Single -Family 248 62,000 GPD Multi -Family Housing Groups and Commericial Lots 0 0 GPD Total 62,000 GPD Average Daily Flow (ADF) 62,000 GPD Qav9 = Average Flow' 43 GPM Peak Factor 3.9 Peak Flow, Qdp = Average Flow' Peak Factor 169 GPM Pump Type CP3127 FLYGT Pump Horsepower 10.0 HP Pump Voltage 230 Volts Pump Phase 3 Phase Pump Curve Design Pumping Rate (Qdp) 170 gpm at 75 TDH SEPTEMBER 2006 26 ENGINEERING Packet Pg. 353 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas PRODUCT 'TYPE rare• •�r /11 Ir�1 it /'�1"1AA/11 wOA ! UT N O • 11. 1 1 11 1 1 • • 1 1 1 •'a 'o 1 �® • 1 lky _ ■■■■■■■■■■■■■■■ ■■ �MONSOON ■■■■■■■ ■■ i • O■■■■■■■■■■■■■■■■ :1 ■`.■■■■■■■■■ ■ ■■ :, n No ■■C■C■■ ,ME .■U.■D mom .■i■■■ ■■■■■.M■■■.MEN :1 ■■ ■.■..■ .■. .,■■■C■■■■�.C..■©C■, ■■■■■.■�..... • ■■■■.■C■■■■��.. M • 1 ■■■■■■M- 1 :1 ir1M IMEwaMcomMMOM ■■.■■.��..�,, us ME do am M `..■.C4 ■■■■ ■■■■C■ , /I■■■■■■■■■■■ MEMO ■ . 1 N 0 100 200 300 400 500 600 700 t100 gprTt FLOW NPSHre - NPSH3%+ min operabonal margin HI I B Curve Performance with clear water and ambient temp 40 •C SEPTEMBER 2006 27 ENGINEERING Packet Pg. 354 16.A.7.c CITY OF NAPLES AREA 5 PUMP STATION DESIGN Single Pump Operation Station: Lift Station 500 FLOW CALCULATIONS MASTER SEWER PLAN Of the City's Unsewered Service Areas Loading Type Units ADF Single -Family 73 18,250 GPD Multi -Family Housing Groups and Commericial Lots 36 54,564 GPD Total 72,814 GPD Average Daily Flow (ADF) Qa„9 = Average Flow" Peak Factor Peak Flow, QdP = Average Flow " Peak Factor Pump Type Pump Horsepower Pump Voltage Pump Phase Pump Curve Design Pumping Rate (QdP) 199 gpm at 72 TDH SEPTEMBER 2006 28 72.814 GPD 51 GPM 3.9 196 GPM CP 3085 w/ 436 FLYGT 2.4 HP 230 Volts 3 Phase ENGINEERING Packet Pg. 355 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas PERFORMANCE CURVE PRODUCT CP.3127.181 CURVE 63-483-00-3702 .•. E MOTOR 0 STATOR REV " NEMESES NoMOMESSIO . , Boo on !�011000- �■�■■ NONE ■■■ 1IMMEM ■ONO ■O■ ■O■■■■■■O■■O■N■■ �■■■■■■■■■■■■■■■■ ■\M■■■■■■■■■■■■■■ ,■■fie::■■:■C■■C�:■, ■■■■.-.■■■■■■■■■■■ ,■■■■■..■■■■■■■■■■:, .,■■■■■■■■\N■■■■■■E, so.■...C.-.■■. .e........■■■,.■MEN , low,no" .■■��.� 0A■ ■■ ■■. ■■ , 0 100 200 300 400 50o Boo 700 Soo spfT1 I FLOW NPSHre.NPSF1.3%+min operational margin p-7; HI B Curve Pertormance with clear water and ambient temp 40 C SEPTEMBER 2006 29 ENGINEERING Packet Pg. 356 16.A.7.c CITY OF NAPLES AREA 6 PUMP STATION DESIGN Single Pump Operation Station- Lift Station 600 FLOW CALCULATIONS MASTER SEWER PLAN Of the City's Unsewered Service Areas Loading Type Units ADF Single -Family 140 35,000 GPD Multi -Family Housing Groups and Commericial Lots 8 27,998 GPD Total 62,998 GPD Average Daily Flow (ADF) 62,998 GPD Qa 9 = Average Flow* 44 GPM Peak Factor 4.0 Peak Flow, QdP = Average Flow * Peak Factor 177 GPM Pump Type CP3127 FLYGT Pump Horsepower 10.0 HP Pump Voltage 230 Volts Pump Phase 3 Phase Pump Curve Design Pumping Rate (QdP) 187 gpm at 73 TDH SEPTEMBER 2006 30 ENGINEERING Packet Pg. 357 16.A.7.c rl- CITY OF NAPLES t A MASTER SEWER PLAN Of the City's Unsewered Service Areas PRODUCT TYPE PERFORMANCE CURVE CP3127.181 HT r7DATE PROJECT CURVE NO MWE nnR-nA-nA RA-A83.00.3702 1 MOTOR X STATOR Now ��r'.�N■■■■■■■ NOON �■■N■■NNN MEN ■MEMO N :, ■\m■■■■■■■■■■■■■ ■■■■MEMO INI46R■■■ S C ■■■■N■■■, ■■■■..■■■■■■■■■■IMMMMMMMMMMWM MORE - 0 Emmm ■■■ MINE ■■ ■ , r■ C■■■C■■■EN ■ r SEPTEMBER 2006 31 ENGINEERING Packet Pg. 358 16.A.7.c CITY OF NAPLES AREA 7 PUMP STATION DESIGN Single Pump Operation Station: Lift Station 700 FLOW CALCULATIONS MASTER SEWER PLAN Of the City's Unsewered Service Areas Loading Type Units ADF Single -Family 50 12,500 GPD Multi -Family Housing Groups and Commericial Lots 0 0 GPD Total 12,500 GPD Average Daily Flow (ADF) 12,500 GPD Qav9 = Average Flow* 9 GPM Peak Factor 4.2 Peak Flow, QdP = Average Flow * Peak Factor 37 GPM Pump Type MP3102 FLYGT Pump Horsepower 6.0 HP Pump Voltage 230 Volts Pump Phase 3 Phase Pump Curve Design Pumping Rate (QdP) 73 gpm at 37 TDH SEPTEMBER 2006 32 Q ENGINEERING Packet Pg. 359 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas PRODUCT TYPE mW PERFORMANCE CURVE MP3102.170 LT DATE PROJECT 2006-08-04 '. MINN 0■. •r!/���.� ■■■Now■��_/.�� MEN min BONN ■ME■■■■■ ■■■■ ■■■m.•■■■■■■■■■■■ ■■■■■■■..■■■■■■.■■ ■■ . loolmommalmommom ■■■■■■■■�.■.■■C■. , ■ ■■•C■■■■■ INIMEME ■■■■ C■■■. ■■■o■■■C■C■■■■■�■■■■ ■■■■■■■■■■■■■..■■.. ■■■■■■•��•.�. N .. ME ■ ■\ .\\ .�`MEN ME 0 ■ ■�'��' , SEPTEMBER 2006 33 ENGINEERING Packet Pg. 360 16.A.7.c CITY OF NAPLES 6.0 PRELIMINARY OPINION OF PROBABLE COST MASTER SEWER PLAN Of the City's Unsewered Service Areas The Preliminary Opinion of Probable Cost for the unsewered areas is presented on the following pages. The opinion is based upon costs for similar construction within Southwest Florida at the time this Master Unsewered Report was prepared. These costs represent the estimated cost for each individual area only, and do not represent a lump sum for entire project. Depending on bidding criteria, cost should be adjusted accordingly. Material to be used for the construction of the wastewater system will be in accordance with the City of Naples current rules and regulations Reasonable and professional judgment was exercised in the development of this opinion. However, since Johnson Engineering has no control over the cost of labor and materials, or over the competitive bidding procedures, the accuracy of this opinion cannot be guaranteed. Figure 6.1: Preliminary Opinion of Probable Cost for Area 1 Item CollectionAREA 1 - Sanitary Sewer Item Description • �: Unit Unit Cost Extended Cost 1-1 Mobilization 1 LS $70,701 $70,701 1-2 Maintenance of Traffic 5,332 LF $6 $31,992 1-3 Gravity Sewer Main a 8" PVC Gravity Main (0'-6' Cut) 2,109 LF $51 $107,559 b 8" PVC Gravity Main (6'-8' Cut) 1,732 LF $74 $128,168 c 8" PVC Gravity Main (8'-10' Cut) 1,254 LF $82 $102,828 d 8" PVC Gravity Main (10'-12' Cut) 234 LF $106 $24,804 1-4 Sewer Force Main 4" DR25 PVC 843 EA $25 $21,075 1-5 Sanitary Sewer Manholes a Manhole (0'-6' Cut) 9 EA $5,130 $46,170 b Manhole (6'-8' Cut) 7 EA $6,000 $42,000 c Manhole (8'-10' Cut) 2 EA $7,250 $14,500 d Manhole (10'-12' Cut) 2 EA $8,710 $17,420 1-6 Add Lift Station (16.5' Deep) 1 EA $208,000 $208,000 1-7 Connect to Existing Force Main 1 LS $3,000 $3,000 1-8 Road Restoration a Paved Road Restoration 5,332 LF $91 $485,212 b General Site Restoration 5,332 LF $34 $181,288 1-9 Contingency 20% 1 LS $296,943 AREA • $296,943 $1,781,660 SEPTEMBER 2006 34 ENGINEERING Packet Pg. 361 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas Figure 6.2: Preliminary Opinion of Probable Cost for Area 2 Collection & Transmission Description Item Diptity. Unit Unit Cost Extended Cost item tem 2-1 Mobilization 1 LS $267,827 $267,827 2-2 Maintenance of Traffic 22,375 LF $6 $134,250 2-3 Gravity Sewer Main a 8" PVC Gravity Main (0'-6' Cut) 9,978 LF $51 $508,878 b 8" PVC Gravity Main (6'-8' Cut) 5,500 LF $74 $407,000 c 8" PVC Gravity Main (8'-10' Cut) 3,040 LF $82 $249,280 d 8" PVC Gravity Main (10'-12' Cut) 1,935 LF $106 $205,110 e 8" PVC Gravity Main (12'-14' Cut) 630 LF $144 $90,720 f 8" PVC Gravity Main (14'-16' Cut) 450 LF $184 $82,800 9 8" PVC Gravity Main (16'-18' Cut) 450 LF $215 $96,750 h 8" PVC Gravity Main (18'-20' Cut) 425 LF $240 $102,000 i 8" PVC Gravity Main (20'-22' Cut) 126 LF $265 $33,390 i 10" PVC Gravity Main (20'-22' Cut) 32 LF $265 1 $8,480 2-4 Sanitary Sewer Manholes a Manhole (0'-6' Cut) 47 EA $5,130 $241,110 b Manhole (6'-8' Cut) 16 EA $6,000 $96,000 c Manhole (8'-10' Cut) 8 EA $7,250 $58,000 d Manhole (1V-12' Cut) 9 EA $8,710 $78,390 e Manhole (12'-14' Cut) 1 EA $9,750 $9,750 f Manhole (14'-16' Cut) 2 EA $10,750 $21,500 g Manhole (16'-1 8'Cut) 4 EA $13,250 $53,000 h Manhole (18'-20' Cut) 3 EA $15,250 $45,750 i Manhole (20'-22' Cut) 2 EA $17,250 $34,500 2-5 Connect to Existing Force Main 1 LS $3,000 $3,000 2-6 Road Restoration a Paved Road Restoration 22,375 LF $91 $2,036,125 b General Site Restoration 22,375 LF $34 $760,750 2-7 Contingency 20% 1 LS $1,124,872 • - • $1,124,872 $6,749,232 SEPTEMBER 2006 35 ENGINEERING Packet Pg. 362 16.A.7.c CITY OF NAPLES Figure 6.3: Preliminary Opinion of Probable Cost for Area 3 MASTER SEWER PLAN Of the City's Unsewered Service Areas AREA 3 - Sanitaty Sewer Collection & Transmission item Description Est. Oty. Unit Unit Cost Extended Cost Item No. 3-1 Mobilization 1 LS $202,101 $202,101 3-2 Maintenance of Traffic 16,150 LF $6 $96,900 3-3 Gravity Sewer Main a 8" PVC Gravity Main (0'-6' Cut) 6,600 LF $51 $336,600 b 8" PVC Gravity Main (6'-8' Cut) 3,901 LF $74 $288,674 c 8" PVC Gravity Main (8'-10' Cut) 2,045 LF $82 $167,690 d 8" PVC Gravity Main (10'-12' Cut) 1,400 LF $106 $148,400 e 8" PVC Gravity Main (12'-14' Cut) 1,215 LF $144 $174,960 f 8" PVC Gravity Main (14'-16' Cut) 739 LF $184 $135,976 g 8" PVC Gravity Main (1 V-18' Cut) 302 LF $215 $64,930 3-4 Sewer Force Main 4" DR25 PVC 215 LF $25 $5,375 3-5 Sanitary Sewer Manholes a Manhole (0'-6' Cut) 30 EA $5,130 $153,900 b Manhole (6'-8' Cut) 11 EA $6,000 $66,000 c Manhole (8'-10' Cut) 8 EA $7,250 $58,000 d Manhole (10'-1 2'Cut) 4 EA $8,710 $34,840 e Manhole (12'-14' Cut) 2 EA $9,750 $19,500 f Manhole 04'-16' Cut) 3 EA $10,750 $32,250 g Manhole (16'-1 8'Cut) 2 EA $13,250 $26,500 3-6 Add Lift Station (21.5' Deep) 1 EA $208,000 $208,000 3-7 Connect to Existing Gravity Sewer Main 1 LS $3,000 $3,000 3-8 Road Restoration a Paved Road Restoration 16,150 LF $91 $1,469,650 b General Site Restoration 16,202 LF $34 $550,868 3-9 1 Contingency 20% 1 LS $848,823 • -EA 3 - SUB-TOTAL$5,092,936 $848,823 SEPTEMBER 2006 36 ENGINEERING Packet Pg. 363 16.A.7.c CITY OF NAPLES Figure 6.4: Preliminary Opinion of Probable Cost for Area 4 MASTER SEWER PLAN Of the City's Unsewered Service Areas AREACollection Rom Description Est. Oty. Unit Unit Cost Extended Cost item No. 4-1 Mobilization 1 LS $140,639 $140,639 4-2 Maintenance of Traffic 11,193 LF $6 $67,158 4-3 Gravity Sewer Main a 8" PVC Gravity Main (0'-6' Cut) 4,259 LF $51 $217,209 b 8" PVC Gravity Main (6'-8' Cut) 3,430 LF $74 $253,820 c 8" PVC Gravity Main (8'-10' Cut) 2,140 LF $82 $175,480 d 8" PVC Gravity Main (1 V-12' Cut) 900 LF $106 $95,400 e 8" PVC Gravity Main (12'-14' Cut) 493 LF $144 $70,992 4-4 SEWER FORCE MAIN V DR26 PVC 2,429 EA $40 $97,160 4-5 Sanitary Sewer Manholes a Manhole (0'-6' Cut) 20 EA $5,130 $102,600 b Manhole (6'-8' Cut) 7 EA $6,000 $42,000 c Manhole (8'-10' Cut) 5 EA $7,250 $36,250 d Manhole (10'-1 2'Cut) 4 EA $8,710 $34,840 e Manhole (12'-14' Cut) 1 EA $9,750 $9,750 4-6 Lift Station (19.0' Deep) 1 EA $208,000 $208,000 4-7 Connect To Existing Force Main 1 LS $3,000 $3,000 4-8 Road Restoration a Paved Road Restoration 11,193 LF $91 $1,018,563 b General Site Restoration 11,193 LF $34 $380,562 4-9 Contingency 20% 1 LS $590,685 • - r • $590,685 $3,544,108 SEPTEMBER 2006 37 ENGINEERING Packet Pg. 364 16.A.7.c CITY OF NAPLES Figure 6.5: Preliminary Opinion of Probable Cost for Area 5 MASTER SEWER PLAN Of the City's Unsewered Service Areas AREA 5 - Sanitary Sewer Collection & Transmission Item Description Est. Unit Unit Cost Extended Cost Item No. 5-1 Mobilization 1 LS $78,800 $78,800 5-2 Maintenance of Traffic 4,988 LF $6 $29,928 5-3 Gravity Sewer Main a 8" PVC Gravity Main (0'-6' Cut) 1,997 LF $51 $101,847 b 8" PVC Gravity Main (6'-8' Cut) 1,650 LF $74 $122,100 c 8" PVC Gravity Main (V-10' Cut) 890 LF $82 $72,980 d 8" PVC Gravity Main (10'-12' Cut) 450 LF $106 $47,700 e 8" PVC Gravity Main (12'-14' Cut) 450 LF $144 $64,800 f 8" PVC Gravity Main (14'-16' Cut) 375 LF $184 $69,000 5-4 Sanitary Sewer Manholes a Manhole (0'-6' Cut) 9 EA $5,130 $46,170 b Manhole (6'-8' Cut) 4 EA $6,000 $24,000 c Manhole (8'-10' Cut) 2 EA $7,250 $14,500 d Manhole (10'-12' Cut) 2 EA $8,710 $17,420 e Manhole (12'-14' Cut) 2 EA $9,750 $19,500 f Manhole (14'-16' Cut) 2 EA $10,750 $21,500 5-5 Add Lift Station (21.5' Deep) 1 EA $208,000 $208,000 5-6 Connect to Existing Sanitary Sewer a To Existing Gravity Sewer Main 1 LS $2,510 $2,510 b To Existing Force Main 1 LS $3,000 $3,000 5-7 Road Restoration a Paved Road Restoration 5,641 LF $91 $513,331 b General Site Restoration 5,815 LF $34 $197,710 5-8 Contingency 2o% 1 LS $330,959 • - r • $330,959 $1,985,755 SEPTEMBER 2006 38 ENGINEERING Packet Pg. 365 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas Figure 6.6: Preliminary Opinion of Probable Cost for Area 6 AREA 6 - Sanitary Sewer Collection & Transmission Itteom Item Description N. Est. t sUnit Unit Cost Extended Cost 6-1 Mobilization 1 LS $26,657 $26,657 6-2 Maintenance of Traffic 2,290 LF $6 $13,740 6-3 Gravity Sewer Main a 8" PVC Gravity Main (0'-6' Cut) 950 LF $51 $48,450 b 8" PVC Gravity Main (6'-8' Cut) 689 LF $74 $50,986 c 8" PVC Gravity Main (8'-10' Cut) 426 LF $82 $34,932 d 8" PVC Gravity Main (10'-12' Cut) 265 LF $106 $28,090 6-4 Sanitary Sewer Manholes a Manhole (0'-6' Cut) 4 EA $5,130 $20,520 b Manhole (6'-8' Cut) 1 EA $6,000 $6,000 c Manhole (8'-10' Cut) 3 EA $7,250 $21,750 d Manhole (10'-12' Cut) 2 EA $8,710 $17,420 6-6 Core Bore Wet Well 1 LS $2,000 $2,000 6-6 Connect to Existing Force Main 1 LS $3,000 $3,000 6-7 Road Restoration a Paved Road Restoration 2,290 LF $91 $208,390 b General Site Restoration 2,290 LF $34 $77,860 6-8 Contingency 20% 1 LS • -EA 6 - SUB-TOTAL$671,754 $111,959 $111,959 SEPTEMBER 2006 39 ENGINEERING Packet Pg. 366 16.A.7.c CITY OF NAPLES Figure 6.7: Preliminary OQinion of Probable Cost for Area 7 MASTER SEWER PLAN Of the City's Unsewered Service Areas AREA 7 - Sanitary Sewer Collection & Transmission Kam Description Est. Unit Unit Cost Extended Cost Item 7-1 Mobilization 1 LS $41,087 $41,087.44 7-2 Maintenance of Traffic 3,387 LF $6 $20,321 7-3 Gravity Sewer Main a 8" PVC Gravity Main (0'-6' Cut) 1,678 LF $51 $85,578 b 8" PVC Gravity Main (6'-8' Cut) 925 LF $74 $68,450 c 8" PVC Gravity Main (8'-10' Cut) 516 LF $82 $42,304 d 8" PVC Gravity Main (10'-12' Cut) 323 LF $106 $34,196 7-4 Sewer Force Main 2" DR25 PVC 70 EA $25 $1,750 7-5 Sanitary Sewer Manholes a Manhole (0'-6' Cut) 7 EA $5,130 $35,910 b Manhole (6'-8' Cut) 3 EA $6,000 $18,000 c Manhole (8'-10' Cut) 1 EA $7,250 $7,250 d Manhole (10'-1 2'Cut) 3 EA $8,710 $26,130 7-6 Add Lift Station (Grinder) 1 EA $55,500 $55,500 7-7 Connect to Existing Force Main 1 LS $3,000 $3,000 7-8 Road Restoration a Paved Road Restoration 3,387 LF $91 $308,208 b General Site Restoration 3,387 LF $34 $115,153 7-9 Contingency 20% 1 LS $172,567 • - • $172,567 $1,0361403 SEPTEMBER 2006 40 ENGINEERING Packet Pg. 367 16.A.7.c CITY OF NAPLES MASTER SEWER PLAN Of the City's Unsewered Service Areas 7.0 COST BREAKDOWN The cost represents the dollar amount necessary to put the identified manhole in service (i.e. cost of the individual manhole and associated infrastructure downstream). The following procedure was followed for each unsewered area: • Numbers were assigned to all proposed manholes for the unsewered area. • Fixed cost such as lift station, force main and master manhole installation were identified and assigned to each manhole. • Variable costs such as gravity sewer main length and the number of manholes leading to the lift station were calculated, and an assigned to the corresponding manhole. The individual manhole identification numbers are located in Appendix F, and the corresponding associated costs are in Appendix G. Example Calculations To determine the total cost, the following approach can be taken using individual manhole costs provided in Appendix G: Figure 7.0 Area I Example to assist in determining Manhole Costs. Street 1 0� MH 02� 03 04� 06 (120 Street 2 MH MH MH MH >M1H MH 106 107 108 109 110 119 111 Street 3 MH MH MH �MH MH MH 112 113 114 116 11118 Lift Station O= Manhole CMH 0 = End Manhole 0 = Intersecting Manhole SEPTEMBER 2006 41 a ENGINEERING Packet Pg. 368 16.A.7.c CITY OF NAPLES Example to Determine Cost for Various Scenarios Street 1 (See Figure 7.0 above): MASTER SEWER PLAN Of the City's Unsewered Service Areas From MH101 = $750,568 (See Appendix G. Area 1). This includes cost for MH 101 through MH 111, sewer mains, laterals, lift station and restoration. Street 2 (See Figure 7.0 above): • From MH 108 = $512,903. (See Appendix G, Area 1). This cost includes the cost of MH108, MH109, MH110, MHI 11, sewer mains, laterals, lift station and restoration. Exam le of Determining Cost for Entire Area 1 For this scenario the cost for the intersecting manhole (MHI 10, MHI I I and MH116) will need to be subtracted from the end manholes (MH 101. MH 106, MH 112 and MH 117) to remove the redundant lift station cost. To determine the total cost for Area 1, calculate each end manhole cost up to the intersecting manhole: a. MH101 to MHl 10 = $750,568 - $330,747 = $419,821 b. MH 106 to MH 110 = $670,661 - $330,747 = $339,914 C. MH112 to MH1 16 = $716,529 - $382,001 = $334,528 d. MH117 to MH116 = $436,392 - $382,001 = $ 54,391 e. MH120 to MH116 = $609.921 - $382,001 = $227,920 Total: $1,376,574 Then to remove the redundant lift station cost from the intersecting manholes you must subtract MHI I 1 from MHI 10 and MH116. This leaves the lift station cost with MH111: a. MH 110 to MH 111 = $330,747 - $307,663 = $23,084 b. MHl 16 to MHl 11 = $382,001 - $307,663 = $74,338 C. MH 111 (Lift Station) = 307 663 Total: $405,085 Hence, the total cost for Area 1 = $1,376,574 + $405,085 = $1,781,659 SEPTEMBER 2006 42 ENGINEERING Packet Pg. 369 16.A.7.d INTERLOCAL AGREEMENT PROJECT: West Goodlette-Frank Road Area Joint Stormwater and Sanitary Sewer Improvements THIS INTERLOCAL AGREEMENT is made and entered into this day of t 20�y and between the City of Naples, Florida, a Florida municipal corporation (the "CITY") and Co�County a political subdivision of the State of Florida, (the "COUNTY") and (collectively, the "Parties"). WITNESSETH WHEREAS, the CITY has identified a need to undertake the design and construction of a sanitary sewer collection system to eliminate failing septic tanks on various streets located south of Pine Ridge Road between Goodlette-Frank Road and US41, and WHEREAS, the CITY in 2006 developed a "Master Sewer Plan for the City's Unsewered Service Areas", hereinafter referred to as "MSP", and WHEREAS, the COUNTY has identified the need to make roadside improvements to the stormwater system along various streets within the boundaries of the CITY's MSP, and WHEREAS, the CITY owns certain potable water and wastewater utility systems (Utility) within, adjacent to, and in the vicinity of the road easements and/or rights -of -way of the streets identified as needing stormwater improvements, and WHEREAS, the CITY and COUNTY are both aware of septic system problems experienced by local residents during periods of intense or extended rainfall that resulted in temporary street and yard flooding within the MSP, and WHEREAS, the CITY and COUNTY have determined and mutually agree that it is economically advantageous and in the best interest of the public to enter into this Agreement to undertake a joint project (PROJECT) to construct roadside stormwater improvements and a sanitary sewer collection system, and WHEREAS, the CITY and COUNTY are both in agreement that the CITY will manage the Project's design, permitting and construction phases, subject to the COUNTY's participation as set forth herein, and WHEREAS, the CITY and COUNTY are both in agreement that the CITY will be responsible for funding the utility cost portions of the Project and the COUNTY will be responsible for funding the stormwater improvement cost portions of the Project. NOW, THEREFORE, in consideration of the above premises, and the mutual covenants, terms, and provisions contained herein, the CITY and COUNTY agree as follows: "Remainder of this page left blank intentionally" INSTR 5838538 OR 5735 PG 3100 RECORDED 3/5/2020 2:21 PM PAGES 12 CLERK OF THE CIRCUIT COURT AND COMPTROLLER COLLIER COUNTY FLORIDA REC $103.50 Packet Pg. 370 16.A.7.d Article 1: SECTION I: CITY's RESPONSIBILITIES 1.0 The CITY will serve as project manager for the design, permitting and construction phases of the PROJECT. The CITY's assigned staff project manager shall be under the supervision of the CITY's contract manager as identified in Section 3.4 below. 1.1 The CITY shall maintain open communication with the COUNTY's assigned project manager and provide periodic progress reports and documentation about the PROJECT as requested by the COUNTY. 1.2 The CITY shall procure comprehensive Stormwater and roadway -related design, construction and construction administrative services for the COUNTY's Stormwater and roadway portions of the PROJECT, which work shall be jointly and concurrently performed with the CITY's design, construction and construction administrative services for its Utility portion of the PROJECT. 1.3 The following specific services, duties and responsibilities will be the obligation of the CITY regarding the design coordination, construction, and contract administration of the Stormwater and roadway work on behalf of the COUNTY. A. The CITY's and COUNTY's assigned project managers shall maintain open communication with each other and provide periodic progress reports and documentation about the PROJECT as requested by the CITY and COUNTY. Throughout the design, permitting and construction phases of the PROJECT, both project managers shall mutually schedule periodic progress meetings as deemed necessary. B. The CITY shall prepare and release a Request for Proposal (RFP) for design engineering services, in accordance with the CITY purchasing policies, that complies with the Consultant's Competitive Negotiation Act (CCNA) as required by Section 287.055, Florida Statutes. Preparation of the scope of work for the RFP will be a j oint effort between CITY and COUNTY wherein the main focus of the CITY's contribution will address the Utility design issues, and the main focus of the COUNTY's contribution will address the Stormwater and roadway design issues. The RFP Selection Committee (described in Section 3.5 below) will rank the Consultant's proposals and hold interviews with the top three (3) ranked firms. Upon successful contract scope and cost negotiation with an engineering consulting firm, the Naples City Council will vote whether to enter into design contract for the PROJECT. Before such vote, the COUNTY may determine whether it wishes to proceed further with the PROJECT. If not, the COUNTY shall notify the CITY in which case the COUNTY will be responsible only for its portion of "shared expenses" to that point. Shared expenses are as defined in section 3.8, below. C. During the design portion of the PROJECT, the CITY is responsible for providing requested information to the consultant and timely reviews of draft plan sets. The CITY's review will focus on the design of the Utility portions of the PROJECT, with only cursory review (primarily dealing with conflicts) provided for the stormwater and roadway portions of the PROJECT. The CITY will rely upon the COUNTY to provide the CITY with timely detailed reviews and comments for the stormwater and roadway portions of the PROJECT. D. The CITY will be responsible for preparing an ITB (with input from the COUNTY), conducting the public bid and award of the construction contract, culminating with the /-7�. Packet Pg. 371 16.A.7.d COUNTY and CITY entering into a three -party agreement with the selected contractor. The contractor selected shall be based upon the overall lowest (for both stormwater and utility work in the aggregate), responsive and responsible bid received. Before such vote to approve the award of the three -party agreement to the contractor, the COUNTY may determine whether it wishes to proceed with the PROJECT. If not, the COUNTY shall notify the CITY, in which case the COUNTY will be responsible for its portion of shared expenses to that point. E. Funding for the construction of the Utility and shared expense portions of the designed and permitted PROJECT will be provided by the CITY. The CITY is responsible for paying the contractor selected for the PROJECT for that portion of the work pertaining to its Utility improvements. F. The CITY shall obtain all necessary land rights (road rights -of -way and utility easements) needed to successfully construct the utility portions of the PROJECT. These land rights shall be obtained prior to issuance of a Notice to Proceed letter to the construction contractor(s). G. The CITY shall conduct a formal preconstruction conference prior to commencing with the PROJECT. The CITY will provide the notice of the preconstruction conference at least five (5) working days prior to the conference. The COUNTY's assigned project manager will attend this conference, and other COUNTY representatives may attend at the COUNTY's discretion. A copy of the minutes of said conference shall be submitted to the COUNTY's project manager. H. The stormwater and road work shall be coordinated with the COUNTY's project manager with respect to keeping the COUNTY advised of technical, cost, and schedule impacts upon the stormwater and roadway improvements. I. The CITY shall confer with the COUNTY's project manager as deemed necessary by the COUNTY in order to coordinate work stages between the Utility, stormwater, and roadway improvements from a public interest view point. J. The CITY shall administer design changes, clarifications, supplements and other contract amendments that may be necessary during the design and construction of the stormwater and roadway improvements. These contract directives to the consultant and contractor may be in the form of plans, memoranda, reports, change orders, and supplemental agreements and shall be subject to written approval by the COUNTY's project manager and/or contract authority, which approval shall not be unreasonably withheld. The above notwithstanding, upon notification to COUNTY, the COUNTY herein authorizes the CITY to prepare, execute, and implement minor change orders (defined as not exceeding 5% ofhe contract amount) for "field directives" necessitated by actual field conditions related to the shared expenses related to roadway improvements so as not to delay the contractor's performance and so as to meet the intent of the approved design for the stormwater and roadway improvements. Said change orders shall be issued either using existing contract unit prices or negotiated unit prices for work adjustments within the physical limit of the stormwater and roadway work as shown in the construction plans. In no event shall the value of the total change orders exceed the stormwater and roadway allowance to be included in the BID approved by both the CITY and COUNTY. Additional or extra work which exceeds the above change order authority by CITY shall be submitted for prior review, approval and execution by the COUNTY. ,A,,.1 Packet Pg. 372 16.A.7.d K. CITY shall submit a final Certificate of Completion letter to the COUNTY along with an appropriate number of plans detailing the stormwater and roadway improvements as constructed by the Parties' contractor ("As -built record drawings"). A one-year warranty for work completed by the contractor shall be included in the Parties' construction agreement. The final Certification of Completion shall be submitted by the engineer of record to the FDEP and other local and state agencies that govern the Utility improvements. L. All contracts entered into by the Parties' for the design and/or construction of the PROJECT shall require the party contracting with the Parties' to hold harmless, indemnify and defend the CITY and COUNTY and its consultants, agents, officers and employees from any and all claims, losses, penalties, fees, or any expense, damage, or liability incurred by any of them, whether for personal injury, property damage, direct or consequential damages, or economic loss arising directly or indirectly on account of or in connection with the work done by the Parties' consultant or contractor pertaining to the design and construction of the Utility, stormwater and/or roadway or by any person, firm or corporation to whom any portion of the Utility, stormwater or roadway work is subcontracted by the Parties' consultant or contractor. M. Monthly utility field measurements and quantity calculations shall be made by the engineer of record of utility work accomplished for processing of monthly progress payments to the Parties' contractor. The CITY's project manager shall verify and approve these measurements and calculations in writing prior to the CITY's issuance of monthly progress payments to the contractor. N. The CITY shall open a Purchase Order to the selected construction contractor so that it can make payment for the utility and shared expense work performed and provided under the terms of the Parties' construction agreement with the contractor, including the CITY's portion of shared expenses. Article 2: SECTION II: COUNTY's RESPONSIBILITIES 2.0 The COUNTY and CITY staff shall cooperate and agree on the complete contents of the final ITB prior to issuance and will thereafter enter into a three -party agreement with the contractor resulting from that ITB, as provided herein. The COUNTY shall provide and perform project support duties as defined below to ensure that the design, construction and contract administration services meet the mutual satisfaction of the COUNTY and CITY, and other governing agencies that have jurisdictional control over the stormwater and roadway improvements. 2.1 The specific project support duties and responsibilities enumerated below shall be the obligation of the COUNTY. A. The COUNTY's Capital Project, Impact Fees and Program Management Division Director will serve as the COUNTY's assigned contract authority and point of contact for the CITY's contract manager as identified in Section 3.4 below. The CITY's Utility Department Director shall designate in writing an assigned CITY project manager to work with the COUNTY's assigned project manager in typical day to day coordination of PROJECT design, permitting and construction. The CITY's Utility Department Director shall assign in writing a Utility project coordinator (if that person is someone different from the assigned project manager) for the purpose of coordinating, resolving, and communicating construction issues at the field level with COUNTY's project manager. The CITY's project manager and/or project coordinator 4 /,17�, Packet Pg. 373 16.A.7.d shall attend periodic construction progress meetings with the COUNTY and their contractor(s), subcontractors and utility companies with direct or indirect interest in the provisions of the Interlocal Agreement. B. The Parties' assigned project managers shall maintain open communication with each other and provide periodic progress reports and documentation about the PROJECT to one another upon request. Throughout the design, permitting and construction phases of the PROJECT, both project managers shall mutually schedule periodic progress meetings as deemed necessary. The Parties shall provide each other written notice of all regularly scheduled progress meetings at least five (5) working days prior to the meeting. C. The COUNTY shall provide CITY with the specific stormwater and roadway -related detailed information needed for inclusion in preparation of the scope of services for the Request for Proposals (RFP) for the PROJECT design phase consultant selection process as identified in Section 3.5 below. D. The COUNTY shall obtain all necessary land rights (rights -of -way, drainage easements, temporary construction easements, etc.) required for the construction, operation and maintenance of the stormwater facilities portion of the PROJECT. The land rights shall be obtained, recorded, and made available to the CITY prior to the CITY's issuance of a jointly signed Notice to Proceed letter to the construction contractor(s). E. Funding for the design and permitting of the stormwater and shared expense portions of the PROJECT shall be provided by the COUNTY to the CITY. Reimbursement of COUNTY - incurred costs for the design and permitting of stormwater and shared expense portions of the PROJECT will be made by the COUNTY to the CITY within thirty (30) days of the Notice to Proceed letter to the construction contractor. If for some reason the PROJECT is terminated and does not proceed through completion of design, or permitting, or does not enter into construction, the COUNTY will provide the reimbursement to the CITY within ninety (90) days of the date of termination. F. At the time of construction contract bid preparation, those stormwater and shared expense items identified for which the COUNTY is financially responsible shall be subject to the COUNTY's review and approval by the COUNTY's assigned project manager. The CITY will include the stormwater and shared expense work in the PROJECT bid to receive the bid price for the COUNTY's construction stormwater and shared expense work. Prior to the CITY's issuance of the jointly signed Notice to Proceed letter to the construction contractor, the COUNTY shall provide a Purchase Order to the successful contractor for the COUNTY's portion of the construction of the stormwater and shared expense improvements. Funding for additional approved cost increases for stormwater and shared expense construction work (e.g. quantity changes, change orders, etc.) will be provided by the COUNTY. G. The COUNTY shall review the design documents, approve the stormwater and roadway design, inspect the work as necessary, and review and approve the "As -built record drawings," which will represent and depict the stormwater and roadway as constructed by the Parties' contractor. H. During the design portion of the PROJECT, the COUNTY is responsible for providing requested information to the consultant and timely reviews of draft plan sets. The COUNTY's review will focus on the design of the stormwater and roadway portions of the PROJECT, with only cursory review (primarily dealing with conflicts) provided for the utility portions of the AO Packet Pg. 374 16.A.7.d PROJECT. The COUNTY will provide the CITY with timely detailed reviews and comments for the stormwater and roadway portions of the PROJECT, so that the CITY can submit the COUNTY's comments to the design consultant. I. Monthly stormwater and roadway field measurements and quantity calculations shall be made by the engineer of record of stormwater and roadway work accomplished for processing of monthly progress payments to the Parties' contractor. The COUNTY's project manager shall verify and approve these measurements and calculations in writing prior to the COUNTY's issuance of monthly progress payments to the contractor. J. The COUNTY shall open a Purchase Order to the selected construction contractor so that it can make payment for the stormwater and shared expense work performed and provided under the terms of the Parties' construction agreement with the contractor. Article 3: SECTION III: MUTUAL COVENANTS 3.0 The location of the PROJECT is within Area 1, Area 2, Area 3 and Area 6 of the "City of Naples Master Sewer Plan for the City's Unsewered Service Areas" prepared by Johnson Engineering in September 2006. The specific streets under consideration for the PROJECT may include some or all of the streets as shown in the attached Exhibit A Area Map. 3.1 The Parties' shall not be responsible for construction means, methods, techniques, skills, sequences or procedures of construction relating to the PROJECT's improvements. The above responsibilities during construction shall remain with the Parties' contractor and/or the contractor's subcontractors subject to the conditions and responsibilities set forth in this Interlocal Agreement and the construction contract. 3.2 The COUNTY shall be responsible for providing review services and guidance to ensure that design and construction of the stormwater and roadway components of the PROJECT comply with or exceed the COUNTY's stormwater and roadway design and construction minimum standards. 3.3 Neither Party shall be responsible to the other should their contractor fail to comply with the Occupational Safety and Health Administration (OSHA) Safety and Health Standards (29 C.F.R. 1926) as authorized by the U.S. Department of Labor, OSHA; said responsibilities to be that of the Parties' contractor(s) and/or their contractor's subcontractor. 3.4 The CITY's Utilities Department Director, either directly with the COUNTY's Capital Project, Impact Fees and Program Management Division Director or through a duly authorized project manager assigned to the PROJECT, shall act as the CITY's contract manager under this Interlocal Agreement. 3.5 The CITY and COUNTY agree that this is a joint project that will follow the Request for Proposal (RFP) process for selecting the design consultant, and the public bidding process for selecting the construction contractor(s). As such, the City Manager shall approve the CITY's members of the RFP selection committee. The CITY will provide two (2) staff members with utility design/construction experience and one (1) staff member with stormwater and/or roadway design/construction experience to serve on an RFP selection committee and a bid review committee. The COUNTY shall provide two (2) staff members with stormwater and/or roadway design/construction experience and one (1) CAQ Q Packet Pg. 375 16.A.7.d staff member with utility design/construction experience to serve on an RFP selection committee and a bid review committee. 3.6 During the construction phase of the PROJECT, construction engineering inspection services will be provided by CITY staff, COUNTY staff, consultant firm, and/or any combination thereof. Periodic on -site inspections and construction reviews will be conducted by the CITY (or its designee) and the COUNTY (or its designee) to assess the contractor's compliance with the construction plans and contract documents. 3.7 Upon completion of any portion of the PROJECT, either the Utility or stormwater portions, including work authorized under change orders and supplemental agreements, the CITY and COUNTY shall conduct a joint final inspection of the work with the CITY's and COUNTY's project managers and/or inspectors and/or engineer of record prior to the Parties' issuing final payment to the contractor. 3.8 Payments to contracted firms for completed and accepted work, including design, permitting, and construction will follow the procedures identified in the Parties' relevant contract documents. The PROJECT expenses, which shall be shared equally by the Parties (the "shared expenses"), specifically include: 1. CITY: That portion of the expenses required for the funding for the design, permitting and construction of the Utility portions of the PROJECT; 2. COUNTY: That portion required of the expenses required for the funding for the design, permitting and construction of the stormwater portions of the PROJECT; and 3. Those portions identified as shared expenses (e.g. roadway, mobilization, maintenance of traffic, landscaping, etc.) on the ITB Bid Schedule to be agreed upon by the Parties or as later added to this Agreement through a written amendment by the Parties. 3.9 The CITY is responsible for the development and implementation of a public relations program for the PROJECT to address needed public support for the PROJECT. The CITY will schedule any public meetings, workshops, information distribution, etc. deemed viable and necessary to inform the affected public about the planned water and sewer facilities and the expectations they can have regarding fiscal, physical, and timing impacts related to the Utility portion of the PROJECT. The COUNTY will participate in the public meetings and provide the CITY with information related to the stormwater and roadway regarding fiscal, physical, and timing impacts related to the PROJECT. The CITY will provide the COUNTY written notice of all public relations public meetings, workshops and information distribution efforts at least five (5) working days prior to the meetings, workshops or information distribution. Article 4: SECTION IV: AGREEMENT TERMS 4.0 This Interlocal Agreement shall remain in full force and effect from the date first above written and shall terminate upon the completion of all services and responsibilities mutually performed by the CITY and by the COUNTY to the written satisfaction of each to the other. It is understood that the actual termination date herein may occur on or about the date of final approval and acceptance of all Utility, Stormwater and Roadway improvements by the Parties and subject to construction contract warranty provisions. This date is contemplated to be subsequent to the actual date of final approval and acceptance of the stormwater and roadway improvements by the COUNTY and following any outstanding payment(s) owed by the COUNTY to the CITY. Packet Pg. 376 16.A.7.d IN WITNESS WHEREOF, the parties hereto have caused this Interlocal Agreement to be executed by their appropriate officials, as of the date first above written. By: Patricia -Ur.% mbosic, City Clerk Approved as to Form and Legal Sufficiency: James Fox City Attorney ATTES'��+ ry DW1614T E. 13?,,QQt%C4fdkK sign CW Ap vo Form Leg -, i— Scott R. Teach Deputy County Attorney AS TO THE CITY OF NAPLES: CITY OF NAPLES, FLORIDA �By: ,!// Bill Barnett, Mayor AS TO THE COUNTY: COLLIER C UNTY, FLORIDA By: Burt L. Saunders Chairman Ac Packet Pg. 377 16.A.7.d EX�HIB-I-T A-1 4, Existlng Bower Service U"ewered Area 1 CM OFl D ,FL.MIDA 9 Packet Pg. 378 EXHIBIT A-2 r; 141f- Lt IF) t 7 C ExWUng Sewer Semite Un-Sawated Area 2 C� OF kWL FLOAIDA 10 Packet Pg. 379 16.A.7.d EXHIBIT A-3 r. - - r v i -+ ExWng Sewer Service ,. . �..... Un-Sewered Area 3 orrr of ruIES. FUMIDA Packet Pg. 380 16.A.7.d EXHIBIT A-4 ` r 7. i �. l �JfrJr' L.�''�` �r-i�'�'��LFI; }•'.� :� �ti.l' .1�'' r� ,. •. .�ir.1��.�, - i �.. lL� 1.r ���<'I� y-^ .J�'e•l�•~ �'_! �'tii�....1.�+ 1(dn�� ' L. j _ J ..__L_L.. ExIsNng Sewer Service ;h ..,.. UnSewared Area 6 FLOMDA 12 Packet Pg. 381