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