Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2005-271
C? ; July 19 , 2005 Via fax and U. S . Postal Service r � ' P CONSULTING CIVIL ENGINEERS, Mr. Gordon Sparks , P . E . SURVEYORS & MAPPERS p > Indian River County Utilities Department P . O . Box 1750 1840 25t1i Street Vero Beach, FL, 32960 - 3365 RE : Letter # 009 County : Indian River Project No . : 228583 3 52 01 CIVIL FAP : 4855066P AGRICULTURAL Contract No . T4034 WATER RESOURCES Description : US - 1 & 4th Street in Vero Beach/Widen from 4 lane WATER & WASTEWATER divided to 6 lane urban , widen existing canal . TRANSPORTATION SURVEYING & MAPPING Subject : UTILITY COMPANY NOTIFICATION GIS Dear Mr. Sparks : As we discussed on the telephone today, the DOT ' s roadway Contractor has encountered a 2 " force main while constructing temporary drainage pipes on the east side of US 1 for phase 1 at stations 754+91 , 756+47 and 757+64 . The average cover at these locations is about 13 inches . Apparently this sewer force main services Best Car Wash. We are concerned that this force main is in conflict with ongoing drainage work and will be destroyed during subgrade mixing operations for the new roadway if it is not relocated . Dot has furnished us a copy of Utility Permit Number 951-1490 0177 , dated 11 / 1 /95 , with Indian River County Utilities as the permittee for this force main installation (copy attached) . Please be advised that the Florida Department of Transportation is concerned " Partners for Results about potential claims for additional compensation and contract time if this force Value by Design 's main interferes with the roadway Contractor ' s progress . Under the terms of the Utility Permit between Indian River County Utilities and the Florida Department of Transportation , Indian River County Utilities may be responsible for additional costs to the Contractor caused by delays in adjustment of your facilities . Please contact me via email at warren-c cr ,lbfh . com or by telephone at ( 772 ) 794 2178 if you have any questions regarding this issue . Sincerely, LBFH , Inc 4/e 3550 S . W. Corporate Pkwy. Warren Crittenden Palm City , FL 34990 Project Administrator ( 772 ) 286- 3883 P : \CEI Services\04 -0234 SR- 5 in Indian River County\letters to utilities and others\008 - IRC Utilities G Sparks . 7 - 19- Fax : ( 772 ) 286- 3925 05 . doc — — www. lbfh . com P � . l Exhibit 1 UTILITY I' EHMI 1 (In comp(fv,ca Hhn pupAm 597. Fl01bo SWU195) WY01 n 3 J ' III I I Ys PERMIT N0 . 0 � 7 ECT: Sectiorii O 1 ° State Road S Cou ty 41TTEE :LN391PN R1VFR Cvur.ri`)' � I �- t `t` ) ES 3ESS / d4s aS �p Sri VF� o Cj�� cN : {� ? �Lo7elephone Number S � �� sting permission from the State of Florida De artment of T aneportation , hereinafter called the Department, to construct, Is and maintain 14 �t 5711 9&= p ^' S MP/Station to MP/Station Proposed work is within corporate limits of a municipality_ Yes ( ) No (�A Name of Municipality Applicant declares that prior to filing this application he has ascertained the location of all existing utilities, both aerial and underground and the accurate locations, are shown on the plans. A letter of notiflcation W83 mailed on I I to the following utilllies/munlcipaiities . G ` 5 L The office of the local Maintenance or Resident Engineer shat as ifie twenty-four (24 ) hours prior to starting work and agai im J� t ��� com��el4or` ofrwork. The Engineer i C r — . located at Telephone All work, materiels , and equipment shall be subject to inspection by the local Maintenance or Resident Engineer and shall meet Department standards. All Department property shall be restored to its original condition as far as practical , in keeping with Department Specifications, and in a manner satisfactory to the Department. All installations shall conform to the Department's Ulility' Accommodations Guide in effect the dale permit is approved. Plans of this installation shall conform to the Department' s Utility Accommodations Guide and shall be made a part of this permit. This permittee shall commence actual construcli� In good faith within days from the day of said permit J approval and shall be completed within — ,-Sp62 days- 11 the, beginning date Is more than 60 days from date of Permit approval, then permittee must review the permit with the D. O .T. Maintenance Engineer to make sure no changes have occurred in the highway that would affect the permitted construction . The construction and maintenance of such utility shall not Interfere with the property and rights of a prior permittee. It is expresely stipulated that this permit is a license for permissive use only and that the placing of facilities upon public property pursuant to this permit shall not operate to create or vest any property right In said holder. Whenever necessary for the construction , repair. Improvement , maintenance , safe and efficient operation , alteration or relocation of all , or any portion of said highway as determined by the District Director of Operations, any or all of facilities and appurtenances authorized hereunder, shall be • immediately removed from said highway or reset or relocated thereon as required by the District Director of Operations and at the expense of the permittee unless reimbursement is authorized by separate agreement. , It Is agreed that in the event the relocation of said utility facilities are scheduled to be done simultaneously with the Department's construction work, the permittee will coordinate with the Department before proceeding, shall cooperate with the Department's contractorto arrange the sequence of work so as not to unnecessarily delay the work of the Department's contractor, defend any legal claims of the Department's contractor due to delays caused by the permittee's failure to comply with the approved schedule , and shall comply with all provisions of the law and Rule 14-46, Florida Administrative Code. The Permilt a sh III not be responsible for delays beyond its rrmal control 1. Sp tial conditions: m2 t_ Sifieciai instru n n � r S. It is understood and agreed that the rights and privileges herein set out are granted only to the extent of the State's right, title and interest in the land to be entered upon and used by the perm will , at all times, assume all risk of and indemnify, defend , and save harmless the State of Fl0r aWS9 from and against any and all loss , damage , cost or expense arising in any mariner on account o the exercise or attempted exercises by said permittee of the aforesaid rights and privileges. DEC& I a 1995 6. During construction , all safety regulations of the Department shall be observed and the holder must -Lake measures, including placing and display of safety devices , that may be necessary in order to safely Fe Fjpup tIBJ; tIOI L through the project area in accordance with the Federal manual on Uniform Traffic Control Devices ( MUTCZER t"W , and the Department's latest Roadway and Traffic Design standards. 7. In case of non-compliance with the Department's requirements in effect as of the approved date of this permit, this permit is void and the facility will have to be brought into compliance or removed. from the R/W at no cost to the Department. Submitted by: N C 0 1. . C. 1J� Place Corporate Seal Permit ZZ Y/ MKIKIKaAd a`.. Attested "Waiver or Corporate Seal on File with the State of Florida Department of Transportation , Tallahassee, Florida. Yes ( ) No ( ) • Roadway construction Is propos d or un erway, No (' ) Yes ( ) W.P. I . No. Recommended fvrap Val Tillec!2 f " Date ;L1 Approved by : Dale E )( 6 " ill District Permit Engineer or Authorized Representative /� ^ !73. 777 ZO • d £ D : SL 5002 6L Inf 0ZLL - 68U - ZLL : X6J NOIIVA dSNUal ' 1d30 Indian River County Department of Utilities COST ESTIMATE Project: IRC - Best Car Wash FM Relocation on US 1 north of Indian River Blvd. UCP #2665 26-JuF05 Bid Item Estimated Unit of Unit Total Labor Material Unit Material Total Item NolDescritition Quantity Measure Price Price Price Price Price 63 Mobilization 1 0.04 $754.70 64 Demobilization 1 0.01 $ 188 .68 65 Maintenance ofTraffic 1 0.01 $ 188.68 09 Make Connection to Existing Main 3 EA 795.00 $2,385.00 04a Install 4" HDPE Directional Drill Pie 1 ,000 LF 14.00 $ 14,000.00 2,97 $2,970.00 17b Install 4" NRS Gate Valve 3 EA 250.001 $750.001. 496.80 1 $ 1 490.40 6 Furnish & Install DIP Fittings 0.50 TONS 1 ,665.00 $832.50 5,500.00 $2,750.00 23 Potholes 4 EA 200.00 $800.00 53 ROW Gradin 100 SY 1 .00 $ 100.00 Subtotal Sewer Facilities $ 18,867.50 Total Sewer Facilities $ 19,999.56 Total Materials IRCDUS Force Account $7,210.40 1 0. 10 $ 1 ,999.96 Total Labor $21,999.52 TOTAL ESTIMATED COST $29,209.92 Exhibit 2 CMVWWS Bk Item List WORK AUTHORIZATION DIRECTIVE No. 2005-010 IRC — BEST CAR WASH FORCE MAIN RELOCATION ON US 1 n/o INDIAN RIVER BLVD, DATE OF ISSUANCE : August 1 , 2005 EFFECTIVE DATE August 1 , 2005 OWNER: Indian River County CONTRACTOR : The Danella Companies Inc . CONTRACT : WATER SEWER AND RECLAIM WATER LINE REPLACEMENT / EXTENSIONS AND MISCELLANEOUS LABOR CONTRACT BID NO , 7033 PROJECT : IRC — Best Car Wash Force Main Relocation on US 1 north of Indian River Blvd. COUNTY UTILITY PROJECT NO . : UCP # 2665 CONTRACTOR ' S PROJECT NO . : N/A You are directed to proceed promptly with the following work: Description : Install about 1000 feet of 4" HDPE Directional Drill pipe along the east side of the ROW of US 1 from the point where it enters the ROW from the car wash to an existing 3 " force main on the south side of 6"' Avenue . The new force main shall be installed about 3 feet horizontally from and within the east ROW line of US 1 and maintain a depth of at least 10 feet, except where it comes up at Hale Groves. Reconnect the 2 " force main from Hale Groves to the new 4" force main, install a 4" GV&B at the connection point and maintain a minimum 3 feet of cover at this point . Then continue north to 6"' Avenue at a depth of 10 feet until it comes up at 6th Avenue . Install a 4" GV&B at the south car wash connection point. Pumose of Work Authorization Directive : The installation of the 4 " force main will replace existing 2 " and 3 " force main that conflicts with pavement and drainage installation on US 1 by the FDOT. Attachments : (List documents supporting work) Exhibit 2 Cost Estimate Method of determining Contract Price : 0 Unit Prices : Bid Items as established pursuant to Bid No . 7033 , and awarded by the Board of County Commissioners on February 15 , 2005 to The Danella Companies . ❑ Lump Sum ❑ Cost of the Work: The Cost of Labor, Contingency and Contract Time is summarized below : Estimated Labor Cost = $215999 . 52 Estimated Contract 7 days Time : Total Estimated Labor Costs = $211999 . 52 ACCEPT RECO MENDED : APPROV,FD; ; By : By Jci�� By : y �, ENGINEER DIRL OR Date : Date : ' zoo © Date : 7, 7 ' �� APPROVED : Mbit 3 BY BCC App�prr {? d y C \pOCUME— I \NFIDUC— ITOCALS— I \Temp\notes6030CKWork Authorization No. 2005-010 Exhibit 3 .doc 08 - 09 = 2005 • • . . •