Loading...
HomeMy WebLinkAbout2006 Between County and CityW is/a / 'County Commissioners 184023rh street I ss01 ?7 h hero Beach, Florida 32960,x, Telephone. (772) 567-8000 FAX: 772-778-9391 J OICE e Account # -IW h( / (z 0 f/lo l 0 P.O. M r Project QS—w 8 Amount.$ 6/C�r,i Date: z =0�*' signatu ✓ .1 07 t✓ In 1840 25 h Street Vero Beach, FL 32960 DATE DESCRIPTION June 6, 2006 Interlocal Agreement Blossom Ditch Diversion April 23, 2007 I Change Order No. 8 for Blossom Ditch Diversion �_L AMOUNT $328,814.00', $3,617.50 i TOTAL DUE X332.431.50 COMMENTS: Attached, please find a copy of an executed Interlocal Agreement between'Indian River County, Florida and City of Sebastian, Florida, dated June 6, 2006 for Blossom Ditch Diversion, as well as a copy of Change Order No. 8, executed by contractor J.W. Cheatham and Indian River County dated April 23, 2007. Please contact Jill Williams at (772) 226-1380 if you have any questions. F:Tngin ringiCViWProjecm19611CR512Widening%9611 Invoice City of Sebnstien-Blossom Ditch 07-N-07.doo INTERLOCAL AGREEMENT Between INDIAN RIVER COUNTY, FLORIDA And CITY OF SEBASTIAN, FLORIDA For BLOSSOM DITCH DIVERSION STATEOFFLORIDA INDIAN RIVER COUNTY THIS Is TO CeRTIFYTHATTHIS IS ATRUEANDCORReCTCOPYOF THE ORIGINAL ON FILEINTHIS OFFICE J FREYN.SA TQIP'O,LERK .'f C .p. SAT= -0 6 �! This laterlocal Agreement, entered into this 6th day June 2006 by and between. INDIAN RIVER COUNTY, FLORIDA a political suhdivision of the Stidb of Florida, by and through its Board of County Co®issioners, hereinafter referred to as COUNTY and the CITY OF SEBASTIAN, FLORIDA, a municipal corporation of the State of Florida, hereinafter referred to as CITY, for the purpose of providing mad and drainage facilities. WITNESSETH: WMMS, the COUNTY and CITY share mutual concerns with respect to road and drainage facilities for CR512 and Sebastian Highlands Subdivision: and WHEREAS, the COUNTY obtained an Engineering Service agreement dated January 21, 1997 with Masteller and Moler Engineers for the design of improvements to CR 512 that includes the Blossom Ditch Diversion; and WHEREAS, the COUNTY completed construction plans and specifications for the CR 512 and Blossom Ditch Diversion Project; and WHEREAS, the COUNTY through the competitive bid process obtained an itemized bid for the construction of the Blossom Ditch Diversion portion of the Project; and WHEREAS, both the COUNTY and the CITY can assist each other through a joint effort that will facilituea solution to the road and drainage problems in the area; and WHEREAS, an undertaking of this nature is in keeping with the "Florida Interlocal Cooperation Act of 1969" as set forth in Chapter 163, F.S. NOW, THEREFORE, in consideration of the mutual terms, conditions, promises, covenants and premises hereinafter set forth and pursuant to the statutory authority contained in Chapter 163, F.S., the COUNTY and CITY agree as follows: 1. The COUNTY added to the professional services agreement, for the design permitting, and other necessary services as directed by the CITY, to incorporate the installation of a drainage pipe and appurtenant stmcRars and other necessary facilities hereinafter referred to as the BLOSSOM DITCH DIVERSION in the COUNTY'S construction contract for the CR 512 Improvements (Project 9611). 2. The COUNTY in connection with the construction of CR 512 Project shall provide for the new installation of drainage pipe and appurtenant stnrcuues and other necessary facilities of the BLOSSOM DITCH DIVERSION to serve a portion of Sebastian Highlands Subdivision. 3. The COUNTY shall construct the BLOSSOM DITCH DIVERSION in accordance with the approved CR 512 plans (Project number 9649, dated August 2005), specificationsand contract documents. 4. The COUNTY shall construct the BLOSSOM DITCH DIVERSION in accordance with bids received on April 5, 2006 by J.W. Cheatham, LLC in the amount of $328,814.00 that is . described in more detailed in EXHIBIT A. 5. The COUNTY shall construct the BLOSSOM DITCH DIVERSION two (2).years on or before the executionof this agreement 6. The COUNTY shall provide the Crl'Y with proposals and bids for the proposed project indicating scope, cost and schedule for the CITY'S approval prior to giving the Notice To Proceed 7. The COUNTY shall invoice the CITY on a monthly basis for the work performed. 8. The CITY shall make timely payments to reimburse the COUNTY as the work progresses. 9. The CITY shall pay to the COUNTY upon installation of the drainage pipe and appurtenant structures of the BLOSSOM DITCH DIVERSION all costs associated with said installation that includes but not limited to all change orders, overruns to the bid quantities and all other associated expenses. IN WTINESS WHEREOF, the parties hereto have caused this inmlocal agreement to be executed by their duly authorized officials on the day and year fast written above. ATTEST INDIAN RIVER COUNTY TONERS BOARD OF CO OM1vIISS Jeffrey K. Barron. Clerk of Cacmt �� eu �, Cbairmau 0 Court Approved as to Form and Legal A.A William G. Collins II, County Attorney . T CITY OF SEBASTIAN.FLORIDA By Sally Mai a C City Mayor Approved as to form and legality for reliance by the �Ciitti�yy of Sebastian only: �n> t:bku I�e, ryattorney CITY OF SEBASTIAN, FLORIDA BLOSSOM DITCH DIVERSION ITEIV= BID SCHEDULE Bids based on CR 512, Phase III and CR 510 Roadway Improvements Bid.opening: April 5, 2006 Contractor. 7. W. Cheatham LLC Blossom Ditch Diversion Section:. Blossom Ditch Diversion Item # - Description. Quantity Unit Unit Amount 1 Price I 430-17-343 A - Concrete Pipe culvert, 1,702. LF 157.00 267,214.00 .class IU, 54"d (Blossom Ditch Diversion) 430-984-242 A MES, side Drain, 54"d 1 BA 6,720.00 _ 6,720.001 concrete Pipe (Blossom - - DitchDiversion) - 425-2-072 A Manhole; Type 7-7, 5 EA 5,600.00 28,000.00 1 _-(<10')(Blossom Ditch - - i Diversion) 425-3-03 A Conflict Box (B-1) 1 EA 111,200.00 11,200.00 l (Blossom Ditch _Diversion) . 425-3-01 A Baffie box (Blossom 1EA 15;680.00 15,680.001 ' Ditch Diversion)- �. TOTAL $328,814.001 F:\PROIECTS\CR 512 & CR 510\F.XIIIBIT A BDD.doc SECTION 00942 - Change Order, orm r (�- .. �? M DATE OF ISSUANCE: 04/23/07 No.8 1°/ `' !I EFFECTIVE DATA 14/2 ' 14 2007 OWNER: Indian River Countyy, CONTRACTOR: J.W. CHEXAM. LLC. - Contract: 9611 Project: CR512. PHASE III and CR 510 Roadwav Improvements 9611A & 0001 OWNER's Contract No. ENGINEER's Contract No. N/A ENGINEER: INDIAN RIVER COUNTY. ENGINEERING DIVISION You are directed to make the following changes in the Contract Documents: Description: 1. Modify the drainage system at structures S-9, S-14 and D-5- 2. Remove wet unsuitable material over existing twelve -inch force -main. 3. Provide for the additional cost of lowering the 54' RCP Blossom Ditch culvert. 4. Remove and provide a credit for the labor cost on the uninstalled 42' endwall delivered to the project site. 5. Provide for a four -feet wide footbridge at Pond E together with a split rail fence. 6. Include the removal and replacement of five -feet wide sidewalk near the North County Library. Reason for Change Order: 1. The drainage was modified to match proposed design. 2. Blossom Ditch was modified to protect trees and eliminate possible erosion. 3. Pond E was modified to protect waters of the state and the ingress and egress of existing gopher tortoises. Attachments: 1. Description of Itemized Bid Schedule Change. 2.. JW. Cheatham LLC Requests for Change Orders dated 02/21/07, 03/30/07, and 04/16/07 CHANGE IN CONTRACT PRICE: 7I I CHANGE IN CONTRACT TIMES Des rigtion Amount I i Dedp8on Time Ori ina Contract Price $14.908.297.38 I origin,l Contract Time: (days or dates) Substantial Completion: 420 Final Completion: 450 Net (Decrease) from previous_ Change $(1.030.157.881 Net change from previous Orders No. 1 to 7 I Change Orders No. 1 to 7 : (days) Substantial Completion: 21 Final Completion: 21 Contract Price prior to this Change $13 909 649_.50 i Contract Time prior to this Order. I Change Order. (days or dates) Substantial Completion: 441 Final Comoletion: 471 Net increase of this Change Order. $25,522.10 Net increase this Change Order. (days or dates) Substantial Completion: 0 Final Comoletion: 0 Contract Price with all approved Change $13,935,167.60 Contract Time with all approved Orders: Change Orders: (days or dates) Substantial Completion: 441 *Comlefion:ACCEPTED: RECOMMENDED: I{�PBy: �/w MMs( By�—�/�/7 /�-cu•By' CONTRACTOR (Signature) ?GI't Igna um Date: 5J/N7"7 Date: S'3-07 Tate: F:tEngineaing\Cepiml Projecn19611-CR 512 Widening1961 I-CR512,PWEN CUnhpel D=W6llA & 0001-00942 - Chenge Ordcr Fom, h8.doc ^'2512, Phase III and CR510 Roadway Improve its CHANGE ORDER No.8 Description of Itemized Bid Schedule 1 IIbmN. lDescdo0on of Chmoe Ol�rypI)Nl Unit una Pdm Am n— once DOcres.e ADDED mars TO CRS'I C6'L'R51 '- -: - ]J 6251-521 MndMlnlel DT6WTvmC 1 LS 00300 60300 12" E,mn,albn, Folin Mein 5U0.mll - 1 LS i—on 16 .. 400-1.2 Am&Co. En6vn1 LS EN 00 Pew I ' 4251-651 MM& Intel DT ad T. E 1 LS 5%.00 5%00 I 430-17-343 L WodM Concele Ploe Culvm 5a'd!abeam Dilm Divealml 304 LR 11.80 3:6,]00 I 400.14 Class I Connele EndwM t EA 2050%1 I.. Da 43 .PED Feu, Feel Wim Ewl some 20 1 240.00 4M00 5W Fenw Shc Rao 150 LF 11.75 1762 50 522 I Remove B Real Corcmle 5loexa014'ThHI-SwYJa 28111 LF � Mao,, 0860.00 I 'V 'CMdSeEaamnnlrnb..manl ISUBTOTAL I 26.68.10 I TOTAL CHANGE ORDER # 8 $25,622.10 danaa ed..6b. Blossom Ditch Diversion ^ I--, Page I of 2 Jill Williams From: Michael Nixon Sent: Thursday, July 26, 2007 9:26 AM To: Jill Williams Subject: FW: Blossom Ditch Diversion Importance: High Michael D. Nixon, P.E. Design Professional Engineer INDIAN RIVER COUNTY, Engineering Division 1840 25 Street, Vero Beach, Florida 32960 (772) 226-1986, Fax (772) 778-9391 E -Mail: mnixon@ircgov.com -----Original Message ---- From: Michael Nixon Sent: Tuesday, February 27, 2007 11:02 AM To: Chris Kafer; Donald Keith Subject: FIN: Blossom Ditch Diversion Importance: High This is an E-mail approval to proceed with the Change Order to lower and realign the Blossom Ditch Outfall I do not have a formal letter yet. Michael D. Nixon, P.E. Design Professional Engineer INDIAN RIVER COUNTY, Engineering Division 1840 25 Street, Vero Beach, Florida 32960 (772) 226-1986, Fax (772) 778-9391 E -Mail: mnixon@ircgov.com ---Original Message ---- From: Shai Francisfmailto:sfmncis@GtyOfSebastian.org7 Sent: Monday, February 26, 2007 1:51 PM To: Michael Nixon Subject: RE: Blossom Ditch Diversion Importance: High Michael: I have finally got an OK from the City Manager. Please go ahead proceed with the change order. Thank you for your patience. Shai Francis Finance Director City of Sebastian 7/26/2007 Blossom Ditch Diversion '^ '^ Page 2 of 2 -----Original Message— From: Michael Nixon [mailto:mnixon@ircgov.com] Sent: Friday, February 23, 2007 5:10 PM To: Sha! Francis Subject: Blossom Ditch Diversion Pease see the attached letter dated January 9, 2007 to Mr. Fisher. This should give you additional information and justification for the additional funds we discussed earlier. <<Letter City Seb - Fisherl-08-07.doc>> Michael D. Nixon, P.E. Design Professional Engineer INDIAN RIVER COUNTY, Engineering Division 1840 25 Street, Vero Beach, Florida 32960 (772) 226-1986, Fax (772) 778-9391 E -Mail: mnixon@ircgov.com 7/26/2007 BOARD OF COUNTY COMMISSIONERS 1840 25th Street, Vero Beach, Florida 32960-3365 Tdephwa: (772) 5 67-8 000 February 20, 2007 City of Sebastian 1225 Main Street Sebastian, Florida 32958 Attention: David Fisher, P.E., City Engineer Subject: CR 512 Improvements, IRC Project No. 9611A—Blossom Ditch Dear Mr. Fisher. Indian River County and the City of Sebastian entered into an Interlocal agreement for the Blossom Ditch Diversion, dated June 6, 2006 that will be constructed as part of the CR 512 Widening Project currently under construction. As you know, we have amended the location and depth of the proposed last ran of the 54" Blossom Ditch Pipe to eliminate the potential for erosion and to address concerns relating to the removal of trees within the CR 512 right-of-way. The Contractor on the CR 512, Phase III Roadway Project (JW Cheatham LLC) has requested an additional $3,617.60 for the additional piping depths. This cost will be charged to the Blossom Ditch Project and is to be paid by the City. The cost will be added to the contract by change order. Plane let me know if the City will approve the additional funds so I can proceed with the change order. You can contact me at (772) 226-1986 if you have any questions. Sincerely, Michael D. Nixon, P.E. Design Professional Engineer ATTACHMENT: Letter from J.W. Cheatham LLC, dated February 6, 2007 CZ: lames W Davis, PE., Public Works Director Christopher J Kafer, Jr., P.E., County Engineer Earl Masteller, P.H., Ma ucller & Molm, Inc. Donald Keith, Senior Engineering Inspector F:\Engineering\Capital Projects\9611-CR 512 Widening\Correspondence\Letter City Seb - Fisher2-19-07.doe J.W. CEMAT13AM LLC February 6, 2007 Road Building & Earthmoving Contractors Indian River County Engineering Department 1840 25m Street Vero Beach, FL 32960 Atta: Mr. Don Keith Ref: CR512 Phase III and CR510 Roadway Improvements Project # 9611-A& 0001 Dear Mr. Keith: As per your request, we submit the following prices for change order due to revisions to plans and/or field conditions. Additional Cost for extra depth of 54" RCP 42" Fad -wall delivered to site Tie 42" RCP to existing 36" ADS pipe with 30':b of 36" pipe and 42" to 36" cone. Collar The above prices does not include slope stabilization. Please call should you have any questions. Sincerely, J.W. Cheatham, LLC Moe Moussavi Vice President of Estimating 304 LF @ $11.90/LF $ 3,617.60 1 EA @ $2950.00 $ 2,950.00 1 Lump Sum $ 6394.00 Total $12,961.60 i 7396 Westport Place West palm Beach, FL 33413 Phone: (561) 471.4188 Fox: (561) 471-8348 i