HomeMy WebLinkAboutAgenda Packet 10-22-04
"
~
~.~:_)),>"r-\~~':,~;I¡':~ : ~ ~-. .
'"
'-'
OCTOBER 22, 2004
SPECIAL
BOARD OF COUNTY COMMISSIONERS
MEETING
AGENDA
WELCOME
ALL MEETINGS ARE TELEVISED.
PLEASE TURN OFF ALL CELL PHONES AND PAGERS
PRIOR TO ENTERING THE COMMISSION CHAMBERS.
GENERAL RULES AND PROCEDURES - Attached is the agenda which will determine the order of business conducted at
today's Board meeting:
CONSENT AGENDA - These items are considered routine and are enacted by one motion. There will be no separate
discussion of these items unless a Commissioner so requests.
REGULAR AGENDA - Proclamations, Presentations, Public Hearings, and Department requests are items, which the
Commission will discuss individually usually in the order listed on the agenda.
PUBLIC HEARINGS - These items are usually heard on the first and third Tuesday at 6:00 P.M. or as soon thereafter as
possible. However, if a public hearing is scheduled for a meeting on a second or fourth Tuesday, which begins at 9:00 A.M.,
then public hearings will be heard at 9:00 A.M. or as soon thereafter as possible. These time designations are intended to
indicate that an item will not be addressed prior to the listed time. The Chairman will open each public hearing and asks anyone
wishing to speak to come forward, one at a time. Comments will be limited to five minutes.
As a ge,neral rule, when issues are scheduled before the Commission under department request or public hearing, the order of
presenta,tion is: (1) County staff presents the details of the Board item (2) Commissioners comment (3) if a public hearing, the
Chairmah will ask for public comment, (4) further discussion and action by the board.
ADDRESSING THE COMMISSION - Please state your name and address, speaking clearly into the microphone. If you have
backup material, please have eight copies for distribution.
NON-AGENDA ITEMS - These items are presented by an individual Commissioner or staff as necessary at the conclusion of
the printed agenda.
PUBLIC COMMENT - Time is allotted at the beginning of each meeting of general public comment. Please limit comments to
five minutes.
DECORUM - Please be respectful of others opinions.
MEETINGS - All Board meetings are open to the public and are held on the first and third Tuesdays of each month at 6:00
P.M. and on the second and fourth Tuesdays at 9:00 A.M., unless otherwise advertised. Meetings are held in the County
Commission Chambers in the Roger Poitras Administration Annex at 2300 Virginia Ave., Ft. Pierce, FL 34982. The Board
schedules additional workshops throughout the year necessary to accomplish their goals and commitments. Notice is provided of
these workshops. Assistive Listening Device is available to anyone with a hearing disability. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Director at (772) 462-1777
or TDD (772) 462-1428 at least forty-eight (48) hours prior to the meeting.
'-'
BOARD OF COUNTY
COMMISSIONERS
www.co.st-Iucie.fl.us
Paula A. Lewis, Chairman
John D. Bruhn, Vice Chairman
Doug Coward
Frannie Hutchinson
Cliff Barnes
District No. 3
District No. 1
District No.2
District No. 4
District No. 5
October 22, 2004
INVOCATION
PLEDGE OF ALLEGIANCE
1. PRESENTATION
Indian River Drive roadway rehabilitation plan
1. BACKGROUND
· Hurricane Video Footage
· Update on Ranger Construction
2. OVERVIEW OF CONSIDERATIONS
· What we hope to accomplish
3. DESIGN CONSIDERATIONS
· Discussion of the three (3) bid options for materials
\
4. PHASE 1 - RESULTS
· End product after construction
5. PHASE 2 - VEGETATION OPTIONS
· Grants
2. GENERAL PUBLIC COMMENT
'-"
,...,
Regular Agenda
October 22, 2004
Page Two
J. COUNTY ATTORNEY
Emergency Restoration - Indian River Drive - State of Florida Department of Transportation
_ Emergency Joint Participation Agreement; Resolution No. 04-304 Authorizing the
Chairman to sign the Emergency Joint Participation Agreement - Consider staff
recommendation to approve the Emergency Joint Participation Agreement and Resolution
No. 04-304 authorizing the Chairman to sign the Agreement.
4. PUBLIC WORKS
Award of Indian River Drive-South Project to Hubbard Construction in the amount of
$6,937/205.95 - Consider staff recommendation to award the Indian River Drive-South
Project to Hubbard Construction in the amount of $6,937,205.95 establish the project
budget, and authorize the Chairman to sign the contract as prepared by the County Attorney,
and approve the project budget in the amount of $7,631/000.00.
5. PUBLIC WORKS
Award of Indian River Drive-Middle Project to Ranger Construction in the amount of
$8,944,151.47 - Consider staff recommendation. to award the Indian River Drive-Middle
Project to Ranger Construction in the amount of $8,944,151.47/ establish the project
budget, and authorize the Chairman to sign the contract as prepared by the County Attorney,
and approve the project budget in the amount of $9,839,999.00
6.
PUBLIC WORKS
Award of Indian River Drive-North Project to Dickerson Florida, Inc. in the amount of
$9,134/025.89 - Consider staff recommendation to award the Indian River Drive-North
Project to Dickerson Florida, Inc. in the amount of $9,134,025.89, establish the project
budget, and authorize the Chairman to sign the contract as prepared by the County
Attorney, and approve the project budget in the amount of $10,047,500.00.
\
7.
PUBLIC WORKS
Award construction materials testing to Dunkelberger Engineering & Testing for the Indian
River Drive North, South, and Middle Projects in the amount of $1,139,939.44 - Consider
staff recommendation award of construction materials testing to Dunkelberger Engineering
& Testing for the Indian River Drive North, South, and Middle Projects in the amount of
$1,139,939.44 and authorization for the Chairman to sign the contract as prepared by the
County Attorney.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at
these meetings will need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is
made. Upon the request of any party to the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings
will be granted the opportunity to cross-examine any individual testifying during a hearing upon request. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Manager at (772) 462-1777 or TDD (772)
462-1428 at least forty-eight (48) hours prior to the meeting.
'-'
;?l2f, ¡~~/~i"!-; ~;i:\-:".."~~'~.;::.: ~ . ,., .
.....,
OCTOBER 22, 2004
SPECIAL
BOARD OF COUNTY COMMISSIONERS
MEETING
AGENDA
WELCOME
ALL MEETINGS ARE TELEVISED.
PLEASE TURN OFF ALL CELL PHONES AND PAGERS
PRIOR TO ENTERING THE COMMISSION CHAMBERS.
GENERAL RULES AND PROCEDURES - Attached is the agenda which will determine the order of business conducted at
today's Board meeting:
CONSENT AGENDA - These items are considered routine and are enacted by one motion. There will be no separate
discussion of these items unless a Commissioner so requests.
REGULAR AGENDA - Proclamations, Presentations, Public Hearings, and Department requests are items, which the
Commission will discuss individually usually in the order listed on the agenda.
PUBLIC HEARINGS - These items are usually heard on the first and third Tuesday at 6:00 P.M. or as soon thereafter as
possible. However, if a public hearing is scheduled for a meeting on a second or fourth Tuesday, which begins at 9:00 A.M.,
then public hearings will be heard at 9:00 A.M. or as soon thereafter as possible. These time designations are intended to
indicate that an item will not be addressed prior to the listed time. The Chairman will open each public hearing and asks anyone
wishing to speak to come forward, one at a time. Comments will be limited to five minutes.
As a ge,neral rule, when issues are scheduled before the Commission under department request or public hearing, the order of
presentation is: (1) County staff presents the details of the Board item (2) Commissioners comment (3) if a public hearing, the
Chairma~ will ask for public comment, (4) further discussion and action by the board.
ADDRESSING THE COMMISSION - Please state your name and address, speaking clearly into the microphone. If you have
backup material, please have eight copies for distribution.
NON-AGENDA ITEMS - These items are presented by an individual Commissioner or staff as necessary at the conclusion of
the printed agenda.
PUBLIC COMMENT - Time is allotted at the beginning of each meeting of general public comment. Please limit comments to
five minutes.
DECORUM - Please be respectful of others opinions.
MEETINGS - All Board meetings are open to the public and are held on the first and third Tuesdays of each month at 6:00
P.M. and on the second and fourth Tuesdays at 9:00 A.M., unless otherwise advertised. Meetings are held in the County
Commission Chambers in the Roger Poitras Administration Annex at 2300 Virginia Ave., Ft. Pierce, FL 34982. The Board
schedules additional workshops throughout the year necessary to accomplish their goals and commitments. Notice is provided of
these workshops. Assistive Listening Device is available to anyone with a hearing disability. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Director at (772) 462- t 777
or TDD (772) 462-1428 at least forty-eight (48) hours prior to the meeting.
'-"
BOARD OF COUNTY
COMMISSIONERS
www.co.st-lucie.fI.us
Paula A. Lewis, Chairman
John D. Bruhn, Vice Chairman
Doug Coward
Frannie Hutchinson
Cliff Barnes
District No. 3
District No. 1
District No.2
District No. 4
District No.5
October 22, 2004
INVOCATION
PLEDGE OF ALLEGIANCE
1. PRESENTATION
Indian River Drive roadway rehabilitation plan
1. BACKGROUND
· Hurricane Video Footage
· Update on Ranger Construction
2. OVERVIEW OF CONSIDERATIONS
· What we hope to accomplish
3. DESIGN CONSIDERATIONS
· Discussion of the three (3) bid options for materials
\
4. PHASE 1 - RESULTS
· End product after construction
5. PHASE 2 - VEGETATION OPTIONS
· Grants
2. GENERAL PUBLIC COMMENT
~
....",
Regular Agenda
October 22, 2004
Page Two
3. COUNTY ATTORNEY
Emergency Restoration - Indian River Drive - State of Florida Department of Transportation
- Emergency Joint Participation Agreement; Resolution No. 04-304 Authorizing the
Chairman to sign the Emergency Joint Participation Agreement - Consider staff
recommendation to approve the Emergency Joint Participation Agreement and Resolution
No. 04-304 authorizing the Chairman to sign the Agreement.
4. PUBLIC WORKS
Award of Indian River Drive-South Project to Hubbard Construction in the amount of
$6¡937¡205.95 - Consider staff recommendation to award the Indian River Drive-South
Project to Hubbard Construction in the amount of $6,937¡205.95 establish the project
budget, and authorize the Chairman to sign the contract as prepared by the County Attorney,
and approve the project budget in the amount of $ 7,631,000.00.
5. PUBLIC WORKS
Award of Indian River Drive-Middle Project to Ranger Construction in the amount of
$8¡944¡151.47 - Consider staff recommendation to award the Indian River Drive-Middle
Project to Ranger Construction in the amount of $8,944,151.47, establish the project
budget, and authorize the Chairman to sign the contract as prepared by the County Attorney¡
and approve the project budget in the amount of $9,839¡999.00
6.
PUBLIC WORKS
Award of Indian River Drive-North Project to Dickerson Florida, Inc. in the amount of
$9¡134,025.89 - Consider staff recommendation to award the Indian River Drive-North
Project to Dickerson Florida, Inc. in the amount of $9,134,025.89, establish the project
budget, and authorize the Chairman to sign the contract as prepared by the County
Attorney, and approve the project budget in the amount of $10,047,500.00.
\
7.
PUBLIC WORKS
Award construction materials testing to Dunkelberger Engineering & Testing for the Indian
River Drive North, South, and Middle Projects in the amount of $1,139,939.44 - Consider
staff recommendation award of construction materials testing to Dunkelberger Engineering
& Testing for the Indian River Drive North, South, and Middle Projects in the amount of
$1,139,939.44 and authorization for the Chairman to sign the contract as prepared by the
County Attorney.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at
these meetings will need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is
made. Upon the request of any party to the proceedings, individuals testifying during a hearing will be swom in. Any party to the proceedings
will be granted the opportunity to cross-examine any individual testifying during a hearing upon request. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Manager at (772) 462-1777 or TDD (772)
462-1428 at least forty-eight (48) hours prior to the meeting.
\-
'-'
'-'
AGENDA REQUEST
Item No. 3
October 22, 2004
~i~.~·"'~~~~;': ''''':',:' ~-"I ' -,J ~ '< .'
REGULAR [XX]
':.>~:-'.~ -. . r. ·r. ~ . ~ .
PUBLIC HEARING []
CONSENT []
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTËD BY(DEPT): County Attorney
Daniel S. McIntyre
SUBJECT: Emergency Restoration - Indian River Drive - State of Florida Department
of Transportation - Emergency Joint Participation Agreement; Resolution
No. 04-304 Authorizing the Chairman to sign the Emergency Joint
Participation Agreement
BACKGROUND:
See attached memorandum
FUNDS AVAILABLE:
PREVIOUS ACTION:
\
\
Staff recommends that the Board approve the Emergency
Joint Participation Agreement and Resolution No. 04-304
authorizing the Chairman to sign the Agreement
RECOMMENDA TION:
[ ] APPROVED [ rDENIED
!XI OTHER:
Agenda Item continued to the
October 26, 2004 Board meeting.
NCE:
COMMISSION ACTION:
Dou sAnderson
County Administrator
County Attorney:
..~,.
1
Review and Approvals
Mancgement & Budget
Purchasing:
Originating Dept.
Public Works Dir:
County Eng.:
'-'
'-'
...~..~f ?~;~;.. \."1:" ¿;;;L"~n..:'·,rp'~~ ~:. .:.: -:..'~
~'iï"~r-'¡';:-':'-'"¡':;:>' :,', -. ~'__.J:__
INTER-OFFICE MEMORANDUM
ST. LUCIE COUNTY, FLORIDA
TO:
Board of County Commissioners
FROM:
Daniel S. McIntyre, County Attorney
C.A. NO.:
04-1402
DATE:
October 13. 2004
SUBJECT:
Emergency Restoration - Indian River Drive ..: State of
Florida Department of Transportation - Emergency Joint'
Participation Agreement; Resolution No. 04-304 Authorizing
the Chairman to sign the Emergency Joint Participation
Agreement
**************************************************************************
BACKGROUND:
Indian River Drive (County Road 707) was substantially damaged during
Hurricane Jeanne. As a result of the damage, the Federal Highway Administration
, (FHA) has agreed to fund repairs to Indian River Drive on an emergency
\'.reimbursement basis in an amount not to exceed $27,213,927.00. FHA is allocating
'the funds to the State of Florida Department of Transportation who in turn will
allocate the funds to the County. If the County is able to complete the repairs by
March 24, 2005, the FHA will pay for 100io of the costs. If the project is not
completed by March 24, 2005. FHA will only reimburse the County for 80cro of the
total cost billed by the County after March 24, 2005. The proposed reimbursement
by FHA will only cover eligible costs associated with construction and construction
engineering and inspection of the project. Any other costs such as payments for use
of right-of-way will need to be paid by the County.
Attaèhed to this memorandum is a copy of a draft Emergency Joint
Participation Agreement with the State of Florida Department of Transportation that
provides for reimbursing the County a total of $27,213,937.00.
'-'
...,
At the suggestion of the Department of Transportation, the County is
requesting that the residents along Indian River Drive sign license agreements to aI/ow
the County to stabilize the shoreline. As of this date, the County has received signed
agreements from 194 out of 432 mailed. County staff is in the process of scheduling
. a public information meeting with the residents of Indian River Drive in the very near
future.
RECOMMENDA TION/CONCLUSION:
Staff recommends that the Board approve the Emergency Joint Participation
Agreement and authorize the Chairman to sign the Agreement and Resolution No. 04-
304 authorizing the Chairman to sign the Agreement.
I DSM/ caf
\Attachment
\
'-'
'wi
FM No:
FEID No:
Contract No.:
417432-1-78-02
F59-6000835
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
EMERGENCY JOINT PARTICIPATION AGREEMENT
THIS AGREEMENT, entered into this_ day of 2004, by and between the STATE
OF FLORIDA DEPARTMENT OF TRANSPORTATION hereinafter called the DEPARTMENT, and ST.
LUCIE COUNTY, State of Florida, located at 2300 Virginia Avenue, Ft. Pierce, Florida 34982,
hereinafter called the PARTICIPANT.
WITNESSETH
WHEREAS, the DEPARTMENT and the PARTICIPANT are desirous of having the PARTICIPANT make
certain repairs to the Federal Highway Administration (FHWA) functionally classified county road(s)
damaged by Hurricane Jeanne. These repairs are located within St. Lucie County and are hereinafter
referred to as the Project the scope of seNices for which are attached hereto and made a part hereof as
Exhibit A; and,
WHEREAS, the DEPARTMENT is prepared to allocate funds being paid by FHWA towards the repair of
county roads in accordance with the Executive Order 04-217, dated September 24,2004 and President
Bush's subsequent Disaster Declaration, dated September 26, 2004, under the Robert T. Stafford
Disaster Emergency Act, to provide for the reimbursement of FHW A eligible costs of for Financial Project
Number: 417432-1-78-02. All FHWA non-participating costs shall be borne by the PARTICIPANT; and,
WHEREAS, the repairs of these FHWA functionally classified county road(s) damaged by Hurricane
Jeanne are in the interest of both the DEPARTMENT and the PARTICIPANT and it would be more
practical. expeditious and economical for the PARTICIPANT to perform such activities; and,
WHEREAS, the PARTICIPANT by Resolution No. adopted on ,2004, a
copy of which is attached hereto and made a part hereof, authorizes the proper officials to enter into this
AGREEMENT.
\
NO\Àt, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the
Project. the parties agree to the following:
1. The recitals set forth above are true and correct and are deemed incorporated herein.
2. The DEPARTMENT shall provide all design seNices necessary for completion of the Project.
3. The PARTICIPANT shall obtain any permits necessary to complete the Project.
4. The PARTICIPANT shall be responsible for assuring that the Project complies with all Federal
Highway Administration (FHWA) contractual provisions as referenced in the attached Exhibit B
(FHW A-1273 Required Contract Provisions, Federal-Aid Construction Contracts) and
DEPARTMENT standards. Any failure to comply with all FHW A and DEPARTMENT standards
shall result in the withholding of payment otherwise due under the terms of this Agreement.
5. The DEPARTMENT shall make available to the PARTICIPANT upon request any existing plans
relevant to the PARTICIPANT's design and construction activities. The PARTICIPANT will be
responsible for verifying the accuracy of any Project related plans prepared on the
Page 1
'-'
-.....I
PARTICIPANT's behalf, and the PARTICIPANT shall revise them as necessary to reflect 'as-built'
conditions upon completion of construction.
6. For satisfactory completion of all services on or before March 24, 2005, time being of the
essence, and as detailed in Exhibit A (Scope of Services) of this Agreement, the DEPARTMENT
will pay the PARTICIPANT funds received from FHWA a total amount not to exceed
$29,356,861.08 (TWENTY-NINE MILLION THREE HUNDRED FIFTY-SIX THOUSAND EIGHT
HUNDRED SIXTY-ONE DOLLARS AND EIGHT CENTS). Said services includes design,
construction, and construction engineering inspection services. The DEPARTMENT agrees to
reimburse the PARTICIPANT only for eligible costs associated with construction and construction
engineering and inspection of the aforementioned improvements. All other costs are to borne by
the PARTICIPANT. If the project is not completed on or before March 24, 2005, the
PARTICIPANT will be reimbursed for only 80% of the total cost billed to the DEPARTMENT afteí
March 24, 2005.
The PARTICIPANT will receive progress payments for services based on the percentage of services
that have been completed and accepted by the DEPARTMENT during the billing period. The billing
period shall be defined as the work performed for one month period.
7. The DEPARTMENT shall have ten (10) working days to approve any invoice submitted by the
PARTICIPANT. Project costs eligible for DEPARTMENT participation will be allowed only from
the date of final execution of the Agreement and as defined in the Detailed Damage Inspection
Report (DDIR). Travel expenses are not authorized in this agreement. The PARTICIPANT shall
submit invoices for fees and other compensation for services or expenses in detail sufficient for a
proper pre-audit and post-audit thereof. Invoice(s) shall be submitted to State DEPARTMENT of
Transportation at 3400 W. Commercial Boulevard; Ft. Lauderdale, FL 33309; Attn: Donovan
Pessoa.
8. The Agreement and any interest herein shall not be assigned, transferred or otherwise
encumbered by the PARTICIPANT under any circumstances without the prior written consent of
the DEPARTMENT. However this Agreement shall run to the DEPARTMENT and its successors.
9. This Agreement shall continue in effect and be binding to both the PARTICIPANT and the
DEPARTMENT until the Project is completed, as evidenced by the written acceptance of the
DEPARTMENT's Project Manager, and appropriate reimbursements are made.
10. The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability, or enter
, into any contracts which by its terms, involves the expenditure of money in excess of the amounts
budgeted as available for expenditure during the fiscal year. Any contract, verbal or written, made
\ in violation of this subsection is null and void, and no money may be paid on such contract. The
DEPARTMENT shall require a statement from the comptroller of the DEPARTMENT that funds
are available prior to entering into any such contract or other binding commitment of funds.
Nothing herein contained shall prevent the making of contracts for periods exceeding one (1)
year, but any contract so made shall be executory only for the value of the services to be rendered
or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated
verbatim in all contracts of the DEPARTMENT which are for an amount in excess of $25,000 and
which have a term for a period of more than one (1) year.
11. Records of costs incurred under the terms of this Agreement shall be maintained and made
available upon request to the DEPARTMENT at all times during the period of this Agreement for
three years after final payment is made. Copies of these documents and records shall be
furnished to the DEPARTMENT upon request. Records of costs incurred include the Contractor's
general accounting records and the project records, together with supporting documents and
records of the Contractor and all subcontractors performing work on the project, and all records of
the Contractor and subcontractors considered necessary by the DEPARTMENT for the proper
audit of costs.
Page 2
'-'
..".¡
with the same formality and of equal dignity herewith.
18. The DEPARTMENT agrees to pay the PARTICIPANT for the s'ervices herein described at the
compensation as detailed in this Agreement. Payment shall be made only after receipt and
approval of goods and services unless advance payments are authorized by the Department of
Financial Services 215.422 (14), Florida Statute, or by the Department's Comptroller under
section 334.044(29), Florida Statutes.
19. A person or affiliate who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not a bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit bids on leases or real property to a public entity, may not
be awarded or perform work as a contractor, supplier, subcontractor, or a consultant under a
contract with any public entity. and may not transact business with any public entity in excess of
the threshold amount provided in section 287.017, Florida Statutes, for Category Two for a period
of 36 months from the date of being placed on the convicted vendor list.
20. The DEPARTMENT's obligation to pay any amount under this Agreement is contingent upon an
annual appropriation by the Florida Legislature.
21. The DEPARTMENT will consider the employment by any contractor of unauthorized aliens a
violation of Section 274Age) of the Immigration and Naturalization Act. If the participant
knowingly employees unauthorized aliens, such violation shall be cause for unilateral cancellation
of this agreement.
22. Any or all notices (except invoices) given or require.d under this Agreement shall be in writing and
either personally delivered with receipt acknowledged or sent by certified mail, return receipt
requested. All notices delivered shall be sent to the following address:
If to the DEPARTMENT:
Florida Department of Transportation - District Four
3400 West Commercial Blvd.
Fort Lauderdale, Florida 33309-3421
Attn: Antonette P. Adams, (954) 777-4624
With a copy to: Donovan Pessoa (954) 777-4442
A second copy to: District General Counsel
\
If to the PARTICIPANT:
Mr. Michael Powley
St. Lucie County
2300 Virginia Avenue
Ft. Pierce, FL 34982
With a copy to: County Attorney
***
Page 4
~
"""
IN WITNESS WHEREOF, this Agreement is to be executed by the parties below for the purposes specified
herein. Authorization has been given to enter into and execute this Agreement by Resolution
No. , hereto attached.
ST. LUCIE COUNTY
BY:
CHAIRPERSON
ATTEST:
DEPUTY CLERK
(SEAL)
APPROVED:
BY:
COUNTY ATTORNEY
\
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
BY:
GERRY O'REILLY
DIRECTOR OF TRANSPORTATION DEVELOPMENT
APPROVED: (AS TO FORM)
BY:
DISTRICT GENERAL COUNSEL
APPROVED:
BY:
PROFESSIONAL SERVICES ADMINISTRATOR
Page 5
'-"
"""
EXHIBIT A
SCOPE OF SERVICES
As a result of Hurricane Jeanne, the PARTICIPANT will restore a 12.9 mile section of CR-707 that was
severely damaged. The project limits begin 0.8 miles north of the MartinlSt. Lucie countyline and extends
13.7 miles northward for a total project length of 12.9 miles.
This damage includes loss of pavement, and embankment integral to the future stability of the roadway.
The PARTICIPANT has ongoing emergency contracts with Contractors to repair the pavement damage,
but needs to supplement this work with the necessary embankment repairs as shown in the attached
plans to stabilize the roadway.
These repairs include clearing and grubbing, the replacement of embankment, armoring, filter fabric, sod
and miscellaneous drainage features. The Contract for the work as shown in the plans will be
administered by the PARTICIPANT. All future maintenance work within the project limits will be the
responsibility of the PARTICIPANT.
The PARTICIPANT will begin the project upon approval by the FHWA through a signed Detailed Damage
Inspection Report (DDIR). If services are completed on or before March 24, 2005, the PARTICIPANT will
be reimbursed for the total project cost not to exceed of $29,356,861.08 (TWENTY-NINE MILLION
THREE HUNDRED FIFTY-SIX THOUSAND EIGHT HUNDRED SIXTY-ONE DOLLARS AND EIGHT
CENTS). This amount will be reimbursed to the PARTICIPANT through FDOT upon successful
completion of the project. If the project is not completed on or before March 24, 2005, the PARTICIPANT
will be reimbursed for only 80% of the total cost billed to the DEPARTMENT after March 24, 2005.
The Contractor will submit their bills to the PARTICIPANT for payment. The PARTICIPANT will be
responsible for the payment of funds to the Contractor, with reimbursement to occur from FOOT as
specified in this agreement.
Any potential claims from the adjacent private property owners with regards to the project work outside of
the right-of-way, will be the sole responsibility of the PARTICIPANT.
\
Page 6
.'-'
~
RESOLUTION NO. 04-304
A RESOLUTION ACCEPTING THE STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION EMERGENCY JOINT
PARTICIPATION AGREEMENT FOR RESTORATION OF·
INDIAN RIVER DRIVE (FEDERAL PROJECT NO. 417432-1-
78-02) AND AUTHORIZING THE CHAIRMAN OF THE ST.
LUCIE COUNTY BOARD OF COUNTY COMMISSIONERS TO
EXECUTE THE AGREEMENT AND FURTHER AUTHORIZING
THE COUNTY ATTORNEY TO EXECUTE THE AGREEMENT
BY APPROVING IT AS TO FORM AND CORRECTNESS
WHEREAS, the Board of County Commissioners of St. Lucie County, Florida, has made
the following determinations:
1. Hurricane Jeanne had a devastating impact upon the State of Florida and the
President of the United States declared Major Disaster No. FEMA-DR-1545-FL in all counties
in the State of Florida and as a result, the Public Assistance Program was made available to
eligible applicants in Declared counties.
2.
Frances.
This Board has sought approval for Federal and State assistance for Hurricane
3. This Board should authorize and approve execution of the Emergency Joint
Participation Agreement with the State of Florida Department of Transportation for the
restoration of Indian River Drive.
I
\
\
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of St. .
Lucie County, Florida:
1. This Board hereby authorizes and approves execution of the Emergency Joint
Participation Agreement with the State of Florida Department of Transportation for the
restoration of Indian River Drive.
2. The Chairman and the Clerk of the St. Lucie County Board of County
Commissioners Qre hereby authorized to execute the Emergency Joint Participation
Agreement approved by this resolution and further, the County Attorney is hereby authorized
to execute the Agreement by approving it as to form and correctness.
ATTEST:
~
'vii
After motion and second, the vote on this resolution was as follows: .
Chairman Paula A. Lewis
Vice Chairman John D. Bruhn
Commissioner Doug Coward
Commissioner Frannie Hutchinson
Commissioner Cliff Barnes
PASSED AND DULY ADOPTED this
Deputy Clerk
"
'.\
\
xxx
XXX
XXX
XXX
XXX
day of
,2004.
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY I FLORIDA
BY:
Chairman
APPROVED AS TO FORM AND
CORRECTNESS:
BY:
County Attorney
~
,,/
~
....,;
Item No.4
October 22, 2004
AGENDA REQUEST
TO: BOARD OF COUNTY COMMISSIONERS
REGULAR [x]
PUBLIC HEARING [ ]
CONSENT [ ]
PRESENTED BY:
~~~~ly:~~
~ County Engineer
SUBMITTED BY(DEPT): ENGINEERING DIVISION 4115
SUBJECT:
Award of Indian River Drive-South Project to Hubbard Construction in the amount of $6,937,205.95.
BACKGROUND:
On October 14, 2004, bids were opened for Indian River Drive-South Project. The low bidder is
Hubbard Construction in the amount of $6,937,205.95. This project is a result of hurricane damage.
FUNDS AVAIL. Funds will be made available in 101002-4112-563000-1902 - $6,937,205.95
Transportation Trust Constitutional Gas Tax. Funding will be made available through the federal
highway reimbursement process.
PREVIOUS ACTION: n/a
RECOMMENDATION:
Staff recommends award of Indian River Drive-South Project to Hubbard Construction in the amount
of $6,937,205.95 and authorization for the Chairman to sign the contract as prepared by the County
Attorney" and a p pro vet h e pro j e c t bud get in the a In 0 U n t 0 f $ 7 , 631 , 000 . 00.
COMMISSION ACTION:
\
[ ] APPROVED [ ] DENIED
!Xl OTHER: Agenda Item continued to the
October 26,2004 Board meeting.
-
o ugl . Anderson
County Administrator
(x]County Attorney
(x]Originating Dept. Public WOrkS~
( ]Finance
Indian River Drive South
Coordination/Sianatures
['IM,l & B"dge'-~ ~
(x]Co. En~ t ~p
(x]Fiscal Coord. ß ft M
( ]Other
~
.
~/ ,
~
-wi
DIVISION OF ENGINEERING
MEMORANDUM
04-222
TO: Ed Parker - Purchasing Director
VIA: Michael Powley, P.E. - County Engineer M'v'p
VIA: Barbara Meinhardt - Fiscal Coordinator ~ ~~
FROM: Michael Harvey, E.!. - Engineer Intern fYI,-H
DATE: October 15,2004
SUBJECT: Award ofIndian River Drive-South Project (PROJ. # 04-032)
Bids for Project #04-032 were opened on October 14,2004. We have reviewed the bids and we
recommend that the project be awarded to Hubbard Construction Company in the amount of
$6,937,205.95.
Funds will be made available in Transportation Trust/Constitutional Gas Tax iri account 101002-
4112-'563000-1902. The construction and materials testing will be handled by Dunkelberger
Enginèering & Testing. The following budget is established for the project:
Construction:
Reserves:
TOTAL:
$6,937,206.00
$ 693.794.00
$7,631,000.00
......
y
'-"
'WI
0 0 0 0 0 0 0 0 0 II) 0 II) 0 0 II) 0 It)
0 0 0 ... 0 II) II) 0 0 "- 0 "- a 0 ": 0
6 6 6 00 6 6 ai 6 6 u:i 6 u:i c;; u:i c;; CD
0 0 N "- a N '" 0 0 N ... ~ II) '" ... 0 ai
0 0 "'- <0 0 ~ <0_ 0 0 ~ ... '" <0 '" "- a 'lit
Ñ c;; .. ,..: 0 ai ,.; ,..: - ,..: Ñ ... ..¡: ..¡: 0 CO
'" II) ~ 0 '" ;:r; .. N M 0 M ... '" '" u)
'" ... N. M ... N M N ... ...
... ... .. Ñ ... ... ... ,.; M
:ä .. ... ... N
u ai'
0 -I: ~
I- 11.
0 0 0 ~ 0 0 II) 0 0 II) 0 '" 0 0 '" 0 ¡It.
0 0 0 0 II) "- a 0 N 0 N 0 0 ": 0
c 6 6 N N c;; .n 6 c;; 6 N c;; 00 c;; ... c;; .-
0 0 0 .. ... 0 M .. 0 '" ... ... II) 0 N .. 0 M
f 0 0 0 ... <0_ ... ... ... '" ... 0 M
.. Ñ c;; 0 .. ... 0
... '" II) 0 '"
u .. '" ~ N. ...
is .. u ... ..
';: 't:
::) 11.
0 0 0 0 0 0 0 0 0 '" <0 <0 0 0 .t, 0 N
0 0 0 0 0 "- - 0 0 "- '" "- ... '" 0 N
.n 6 6 N on ,...: ..; c;; c;; u:i u:i c;; N c;; on c;; ui
"- a N M N <0 M '" 0 N "- <0 '" ~ M 0
... 0_ - "- ": '" "- II) "- ~ ... "- ~ '" 0 c
Ñ ~ .. ai ;Ö ,..: ,..: ,.; 0 ;;:; ,..: ..¡: ai 0 N
'" M '" N ~ N '" ... '" '" tIS
... "- ... en. N. ... N N ... ...
... .. .. ... ... ,.; 'lit
.. ... c
:ä u tIS
0 't: ~
I- 11.
0 0 0 '" 0 0 II) 0 0 II) - ... 0 '" '" 0 ;¡e.
0 0 0 ": 0 "- '" 0 0 N 0 N 0 N 0 C
.. .n 6 ,...: .. .n 00 u:i ai ai N c;; ai 00 ,.; ,.; c;; ui
.. "- 0 ... N .. ... '" <0 ... ... '" ... N ... 0
D> ... O. .... M ... ... M ... 0 .-
c Ñ ~ ;Ö ~ ... 0
.. '" '"
0: .. ... "- "'. ...
.. .!:! ... ..
';:
::) ~
0 0 0 0 0 0 0 0 0 0 0 0 0 0 '" 0 It)
0 0 0 0 0 0 0 0 0 <0 0 0 0 0 M 0 Q
6 6 6 00 c;; N ..; c;; c;; 0 0 N c;; c;; en 0 an
0 0 0 0 0 <0 "- 0 0 '" N '" '" '" N 0
0 0 ~ ... 0 '" 0 0 0 '" "- '" M co N 0 C
c;; Ó .. ui 0 ai ,.; Ó ..¡: ui ,.; ,.; ... ,.; Ñ Ó N
II) II) ~ 0 "- '" <0 N N '" <0 ... ~ '" ,.:
'" N ~ .... N ... ... N ;; <0 ...
... ... ... ... N M
~ .. ;; .. ... Q
u uS
'I:
I- 11. ~.
0 0 0 0 0 0 0 0 0 0 0 0 0 0 '" 0
0 0 0 0 0 0 0 0 0 N 0 0 0 0 ~ 0
'E 6 0 0 N c;; N ai 0 0 N c;; 00 c;; c;; ;; 0
0 0 .. ... 0 N ... 0 '" ... N ~ 0 N 0
.. 0 0 0 ... 0 ... ... M ... 0 :a-
.c Ó Ó 0 ,.; ... Ó
.c
:0 II) II) 0 ... II) iñ
J: .. '" N A. ...
.. u ... ... .. ~.
';: 'I:
::) 11. 0
...I
0 0 0 0 0 0 'õ
0 0 ~ 0 0 0 0 0 0 ~
0 ,.; 0
0 0 0 ~ 0 ~ u:i 0 0 N u:i en 0 0 ~ ~
0 ~ 0 ~ '" 0 '" ~ ..,: co
~ "- N ": 0 0 "- ex> ... ~ N. :s
Ñ '"
Ñ ,..: ;;:; M ,..: ui ;;:; ~
N '" 0 '"
~
en en i'1í u. en >- u. i'1í u. >- Z >- Z C) >- en
..J ..J ..J -' U en ..J en .... (J) .... :!: (J) ..J
.,.
0.
~\
- ~
Co) -
(1) c;
...
'(5'
~
0-
.r=
-
::s
0 r
co
en ~ ~
I a¡ ê ....
Q.
(1) 0 f! c
> ëij =
b C 0
.¡: 'õ ~ Ë E
C en <II
~ ¡¡:" §. Ii E <
'C ..
~ u 8- ;; .!! ~ u
(1) IE D> .2 .. .. g
> I! ! c >- :!: u ::¡; 0 «>
.... S :s c .... 'C C C
~ .c 'i¡ Ë 'Ii .c Ii õõ G ~ c
Õ en c 2 0: 0 .. «> c .. 0
.. a¡ ë u ~ u. c 0 CD :E Ii (J
c S 0 u. C) "" t:: ~ oS :s. c.'5 CD ¡
C «> e.
.2 c >- == oð ~ «> I:D «> == (J) 0 .. ¡¡
.!!! ãi .. .. ¡¡¡ .:::; ~ ¡¡: ~ .£
c J: D> ~ :0 0 'is: 0 (J) C
~ «> j c c ë u ~ c CD ,!;! .5 .... 'ãI
"C ë j 'C .. 2 '6 .!! ..,
:s ... .. .c 11' 8- <II II: 'E 0
C 0 '¡¡¡ Ii J!! a¡ E .!!! j Q. If ~ '8 c 'C
:¡¡ :¡¡ I:D en Ü w C) ë ñ: 11. ID i:ï: (J) u. 0
""'-'.: .~ '"
Q) '~,,> N
t ëU .·>~i: }', N ;Ö ¡ ~ ¿;
~.:<: 0 01, - "? , '"
C , "- ~ ... .
.~ ~:.'-. ;;'. - ~ - ¡ ¿; 'I' :¡; :¡; ¿; ~ ¿; ex> II) '" - N
, E , , ~ 0 0 0 .;, a.
0 't:I 0 N 0
à: CD ~::! ~ ~ ;: N ~ N M - M M "- "- "- '"
- ~ '" '" '" '" '" '" '"
~/
~
......,¡
Item No. 5
October 22, 2004
AGENDA REQUEST
TO: BOARD OF COUNTY COMMISSIONERS
REGULAR [x]
PUBLIC HEARING [ ]
CONSENT [ ]
PRESENTED BY:
SUBMITTED BY(DEPT): ENGINEERING DIVISION 4115
SUBJECT:
Award of Indian River Drive-Middle Project to Ranger Construction in the amount of $8,944,151.47.
BACKGROUND:
On October 15, 2004, bids were opened for Indian River Drive-Middle Project. The low bidder is
Ranger Construction in the amount of $8,944,151.47. This project is a result of hurricane damage.
FUNDS AVAIL. Funds will be made available in 101003-4113-563000-1902 - $8,944,151.47
Transportation Trust Local Option Gas Tax. Funding will be made available through the federal
highway reimbursement process.
PREVIOUS ACTION: n/a
RECOMMENDATION:
Staff recommends award of Indian River Drive-Middle Project to Ranger Construction in the amount
of $8,944,151.47 and authorization for the Chairman to sign the contract as prepared by the County
Attorney, and approve the project budget in the amount of $9,839,000.00.
COMMISSION ACTION:
\
[ ] APPROVED
~ OTHER:
[ ] DENIED
o a M. Anderson
County Administrator
Agenda Item continued to the
October 26,2004 Board meeting.
[x]County Attorney
[x]Originating Dept. Public works~
[ ]Finance
Indian River Drive Middle
cooro,n.tioni"i\\ ~
[x]Mgt. & Budge N
['JCO.E"g~
[x]Fiscal Coord.~
[]Other
.'
'-'
-....I
DIVISION OF ENGINEERING
MEMORANDUM
04-223
TO:
Ed Parker - Purchasing Director
VIA:
Michael Powley, P.E. - County Engineer M~;P
Barbara Meinhardt - Fiscal Coordinator CC~""
Michael Harvey, E.!. - Engineer Intern ;"í):_1-\
VIA:
FROM:
DATE:
October 15, 2004
SUBJECT:
A ward of Indian River Drive-Middle Project (PROJ. # 04-033)
Bids for Project #04-033 were opened on October 15,2004. We have reviewed the bids and we
recommend that the project be awarded to Ranger Construction Industries, Inc. in the amount of
$8,944, 151.47.
Funds will be made available in Transportation Trust/Local Option Gas Tax in account 101003-
4 I 13~563000-1902. The construction and materials testing will be handled by Dunkelberger
Enginèering & Testing. The following budget is established for the project:
Construction:
Reserves:
TOT AL:
$8,944,152.00
$ 894.848.00
$9,839,000.00
'-'
.."""
0 0 0 0 0 0 0 0 0 It) 0 0 0 0 It) 0 0
0 0 0 ~ 0 N It) 0 0 ,... 0 .., 0 0 N 0
0 0 0 .., 0 0 ..t 0 0 oi 0 M 0 0 ,...: 0 en
0 0 N 0 0 a:¡ a:¡ 0 0 0) .., It) 0 0 0 0 en
° It) 0)- ~ 0 .., C7!. 0 0 0) .., ~ 0 .., .., 0 CO
Ñ Ó ;¡ ~ <ti ai ~ cD ,.: Ñ ..,- ai Ñ .¡ ai Ó 0
a:¡ It) It) ~ a:¡ CD ~ N ~ CD a:¡ 10') ;¡ CD It) ë
It) .., ~ ~. N a:¡ 10') ~ .., ~ N ~ 10')
~ ~ ~ Ñ 10') 10') 10') ri ~ 0
B CÞ ~ ~ ~ ~
u cñ
0 "¡: .,.
..... D..
° 0 0 0 0 It) It) 0 0 It) 0 0 0 0 It) 0 ~
0 0 0 ~ 0 .., .., 0 0 N 0 .., 0 ° ": °
c:: 0 0 N N 0 I/'Í CÒ 0 0 N 0 I/'Í 0 ..t 0 .,..
0 ;¡ v)
I!? ° 0 ~ ~ 0 N ~ 0 0) .... N It) 0 N 0
0_ It) ~ 0 ~ ~ ~ .... ~ It) .... 0
CÞ N Ó <ti ~ .... Ó
"'" a:¡ It) ~ .... It)
U CÞ It) .., ~- ....
Õ - u .... ~ ~
'2 .¡: ~
:;:) D..
° 0 0 0 0 0 0 0 0 It) N 0 0 0 0 0 ,....
0 0 0 0 0 CD 0 0 0 ,... N 0) 0 0 0 0 ~
0 0 0 cD 0 0 0 0 0 oi N N to 0 '3, 0
0 0 N ,... 0 ,... ,... 0 0 0) a:¡ N ~ 0 0 .,..
~ 0 ~ It) o. CD 0 0 0_ 0) ~ .., ~ .., .., 0 lot)
.., ri ~ <ti .., I/'Í .¡ .¡ ~ Ñ cD ;¡ ..,- ri Ó .....
CD a:¡ ~ .., .., 0) ~ ~ N ~ It) ;¡ 0) It) ~
N ,... ~ ~ CD. ,... ~ .., It) ~ ....
~ .... ~ ~ .... ~ ri ~
B CÞ ~ ~ ~ at
u co
0 'E: .,.
..... D..
° 0 0 0 0 It) 0 0 0 It) 0 0 0 0 0 0
0 0 0 0 0 a:¡ 0 0 0 N 0) 0 0 0 0
.. 0 0 ,...: N 0 cò ,...: 0 0 N 0 oi .¡. .¡. N 0
CÞ 0 0 .... .... 0 ~ .... 0 ,... ~ ~ It) It) N ~ 0 -
C1 ~ 0 0 ~ .., ~ .... .., .... 0
c:: .., ri ..,- .¡ .... Ó 'C
III CD a:¡ .., ~ It) ã5
a:: CÞ N ,... N. ....
- u ~ .... ~ ~
"2 "E: ~
:;:) D.. 0
-I
° 0 0 0 0 0 -
0 0 0 0 0 ~ 0 ~ 0 0 0
0 °
b ° 0 0 cò 0 to 0 0 ~ N ° 0 ,...: :t:
~ ~ 0 a:¡ ~ It) 0 0 0 ~ r::: ° 0 ..,
"",: ;; N_ O) 0 ~ N .., ..t ,... :s
c CD ai Ñ ~ ° ai N ai ° cD
III ~ .., .., ai CD
~ ::I N a:¡ 0 .., It) 0) ~
a ~ ~ 0
-
J! en en « u. en >- u. L5 u. >- Z >- Z CJ >- en
'2 ..J ..J W ..J ..J l) en ..J en ..... en ..... ~ en ..J
:;:)
"It
C
C
..., ('oj
(.) iñ
Q) ....
.- õ
0 \
...
a.
Q)
-
"C
"C
.- Co
:E ~
Q ~
I C. ê -
Q) 0 .~ c
> ëñ ~ 0 =
.¡: ·õ b 0
C en I É íiì E
"C G:' ~ ~ E <
~ ~ -
... u CÞ ñi ~ CJ
Q) IE c:n oS c. ñi I!
> nJ ~ c: ~ ~ .1:1 ~ C1 Q
~ !!! ~ :ë c: ii c: c: -
æ .c 'ãj Ë ã. iã ëii Cù ::J c·
- U5 c: a:: nJ 0
0 Q :;, 0 u. Q c: III :c iã
ð e: 0 c: .2 nJ Co)
~ 0 u. .1:1 = 1: ... 0 ð nJ "ü
C c: - Q ãí 0 ~ ~ U5 ã. €9. Q ëi
0 c: >. (ñ .., E .r; aJ 0 .. c.
res ~ nJ nJ ii:
c: :r c:n "'" e: B :; CI c: j oS C1 en c
.- ~ Q "C c: c: >. l) .1:1 c: c: -=
"C "C Q .~ nJ '6 nJ ~ '6 .....
e: III ëií a::
:ë Q "'" .c 0 ãí Q "C 'E ñi "C 0 1:
C 0 "j'ã iã nJ Q E Q C. nJ Q C. Q 0 0
~ ~ aJ U5 U w CJ ~ ä: ã: aJ ã: u. en u. 0
It)
N
Q) ~ ....
..... -' ~ N ~ ~ ~
l) co " M ~ , .., .... It)
Q) a , , r::: ,
.... ~ .... .... ~ CD .... .... .... f";- a:¡ It) 0) .... N
"õ' "E . N c!; ..¡. " " J. J. , ..¡. " " " , cf,
-0 0 0 0 It)
.... ä:i :s! S 0 0 ~ N .., N C') :;; .., .., ,... ,... ,... 0)
a- m'_ ~ ~ It) It) It) It) It) (1)
·""t.
'\,.
"".
'-"
'WI
Item No.6
October 22, 2004
AGENDA REQUEST
TO: BOARD OF COUNTY COMMISSIONERS
REGULAR [x]
PUBLIC HEARING [ ]
CONSENT [ ]
PRESENTED BY:
~~~1~~~
'f~ County Engineer
SUBMITTED BY(DEPT): ENGINEERING DIVISION 4115
SUBJECT:
Award of Indian River Drive-North Project to Dickerson Florida, Inc. in the amount of $9,134,025.89.
BACKGROUND:
Òn October 15, 2004, bids were opened for Indian River Drive-North Project. The low bidder is
Dickerson Florida, Inc. in the amount of $9,134,025.89. This project is a result of hurricane damage.
FUNDS AVAIL. Funds will be made available in 101002-4112-563000-1902 - $5,572,012.00
Transportation Trust Constitutional Gas Tax, and 101003-4113-56300-1902 - $3,562.013.89
Transportation Trust Local Option. Funding will be made available through the federal highway
reimbursement process.
PREVIOUS ACTION: n/a
RECOMMENDATION:
Staff recommends award of Indian River Drive-North Project to Dickerson Florida, Inc. in the amount
of $9,134,025.89 and authorization for the Chairman to sign the contract as prepared by the County
Attorney I and a p pro vet h e pro j e c t bud get in the am 0 U n t 0 f $ 1 0 I 047 I 500 . 00 .
\
COMMISSION ACTION:
CE:
[ ] APPROVED [ ] DENIED
pq OTHER:
. Agenda Item continued to the
October 26,2004 Board meeting.
o las M. Anderson
County Administrator
[x]County Attorney
[x]Originating Dept. Public Work~
[ ]Finance
Indian River Drive North
Coordination/Sianatures Y"('{)L\
l'IM91.&~ h\~/JJ
[x]Co. Eng t-'\'t ~
[x]Fiscal Coordß f\ t\
[]Other
<:'
'-'
....,
- .
DIVISION OF ENGINEERING
MEMORANDUM
04-224
TO: Ed Parker - Purchasing Director
VIA: Michael Powley, P.E. - County Engineer h\\p
VIA: Barbara Meinhardt - Fiscal Coordinator ~-(\
FROM: Michael Harvey, E.!. - Engineer Intern (YK.'~
DATE: October 15, 2004
SUBJECT: Award ofIndian River Drive-North Project (PROJ. # 04-034)
Bids for Project #04-034 were opened on October 15,2004. We have reviewed the bids and we
recommend that the project be awarded to Dickerson Florida, Inc. in the amount of
$9,134,025.89.
Funds,will be made available in Transportation Trust/Constitutional Gas Tax in account 101002-
4112-5{>3000-1902 in the amount of $5,572,012.00 and in Transportation Trust/Local Option in
account 101003-4113-563000-1902 in the amount of$3,562,013.89. The construction and
materials testing will be handled by Dunkelberger Engineering & Testing. The following budget
is established for the project:
Construction:
Reserves:
TOTAL:
$ 9,134,026.00
$ 913.474.00
$10,047,500.00
~
'2
::>
E
g - II
U ë ,~
;:)?í
..
II
'"
C
..
II::
3 .~
~ ò:
c
o
f
II
~
U II
Õ ~ ,~
;:) 11.
~
1æ
.J ..
.!!ð
'-'
o 0 000 0 0 0 0 0 coo 0 0 0
o 0 0 0 0 0 0 0 0 0 ~ ~ 000 0
o ci 0 d 0 ~ ~ 0 0 0 = d N ~ d
o 0 0 ~ 0 ~ N 0 0 ~ ~ m w m N 0
~ ~~ ~ ~ ~ ~- ~ ~- ~ d .. ~ U1..~ ~ :. ~
o ~ M V 0 ~ ~ M ~ M m U1
~~ "':ri~"M~~.. M'"
.. .. ..
š .~
~ñ.
o 000
o 0 0 0
ociuiN
88:;M
o· o'
o CD
CD It)
.. ..
000
000
o ø eO
ON"
o ..
Ó
o
~
-
o 0
o 0
o 0
o ...
~:;
..
g 0 ~ g
N 0 ui 0
.. ... U') 0
.. ...
..
000
000
..j N ci
;"8
ó
It)
..
o 0 0 0 0 0 0 0
~ ~ ~ ~ ~ ~ ~ ~
o ~ ,.... U") co ,.... N 0
o'~''''r;2~~-~
~~ ~ t;þCD~
.. tpf M
..
ëc
íiì
¡¡¡
'CO
.!!
..
~
It)
N
;ø:¡ _
~ ,... - ... 0
.nð~ð¿:
~~w;~~
000
000
. N 0
N .. 0
.. 0
ó
It)
..
-
,... N
CD It)
Ñ"
..
o 0 0 0 . 0 0 0 0
o 0 0 ~ ~ 0 0 ~ 0
gg~r:~g~Ng
:-~6"~~~-ri~-
:~a ;:;:;~::¡
..
o It) 0
o ": 0
~ ;; g
... 0
ó
It)
..
o
o
N
Ñ -
M
Ø>
~ ClJCIJ«LLCIJ~LL«U.~Z~ZC)~cn
:5 ..J..Jw..J..JUCIJw..JCIJ....cn....~cn..J
8. '2
~ 'ë
b C
~ £ E
'O~ê.
B u. :::i
g> š~~u
:s c: ~ "C
,Q ~Éci'¡¡Q!
2ëuooU.cg
C)Q:=~'t:~.s'Q.
~E~1II1~cno
ê~ ~ê.8'y,~i
~~Æ~l£):
...
! ~
o '¡;
.... a..
o 0 000 0 0 0
oooooU")oc
o 0 0 0 0 N N 0
,....O~.OCÐ 0
CD 0 _ N 0 It) C) 0
~~-;;~.~-~-g'!/
:~ MO.~:"
:; ..
...
o
o
N
... ~
(J õ
CI) ...
'õ'
...
D..
.l:
1:::
o
Z
I
Q.)
>
.¡:
C
...
Q.)
>
æ
c
rG
:c
c
:
~.
o-IS
~ i·.~
u
§
Gi
E
¡::
Õ
~
ë
o 'II ¡¡
ü iii ~
41
ti ëV
41 0
'012
è: CD
II
- u
'2 .¡;
;:) 11.
o 0 0 0
o 000
ci 0 ,....: N
,.... OM"
CD 0
~ M-
It) M
... It)
.. ...
000
o It) 0
ON""':
ON"
o ..
Ó
It)
~
:;
000001/')0
o 0 000 N U)
o 0 0 0 0 N en
ggb1~gN.:e_
~~M~~
U') "It .. 0)
.. .. ..
o 0 000
o 0 000
cioN NO
gg;;.-.g
co· Ñ ó
It) M N
It) ... C>
.. .. ..
o
o 0
o 0 000
~ ~ C N C!
--(Q-~,...
- N
'.
..
u
is
I'll
~
Õ
c B
.2 c
tã ~
Ji IÞ
:s ë
o ï.
::!; ~
~ 8
ù) ¡
ð u.
>=
1"11 CIJ
:I: '0
i ~
'iã S
III CIJ
"
N
o ~ :
§ª~~~
co ...
c an
N ....
8 g g 0 ~ g
CON 0 M .n
O"....CDII'I
'" .. ... M
.... ...
..
It) 0
N _
M cO
N ...
...
8 8 8 0 a g
:ßg~gu;g
0)" 6I!tV')
...- ...
...
o 0
o 0
g u:)
... :;
M- .¡
~ co
o 0
o 0
g g
M
goo
o 0 ~ 0 g
~g~CDcz)
vi cø~('I')r;;
~"'::ñ
E
~
'" Q
c c
.:¡ ftì ::ï
I!! i ~
C:e.!.
Gi.2~(fJ
.~ ... .- f-
~ ~ ~ 8
u.scnu.
... It)
~ðJ;d:
..... ~ ..... (J)
'" '" U') en
"-"
C)
C)
N
,...
en
.,¡
,...
en
ø)
.,.
:=.e
.
N
oj
C)
M
oj
110
en
Ñ
110
N
ø)
.,.
~
C'!
...
en
110
.n
N
C)
.,¡
M
...
ø)
.,.
:¡;-
¡¡¡
~
o
....
....
o
It:
=ä
¡l(
-
c
~
o
E
<
-
u
I!
-
c
o
(J
'ii
c
ã
"C
o
'''\,//f
.....
,."""
AGENDA REQUEST
ITEM No.2
DATE: October 22, 2004
TO: BOARD OFCOUNTY COMMISSIONERS
REGULAR [x]
PUBLIC HEARING [ ]
CONSENT [ ]
PRESENTED BY:
SUBMITTED BY(DEPT): ENGINEERING DIVISION 4115
SUBJECT:
Award construction materials testing to Dunkelberger Engineering & Testing for the Indian River
Drive North, South, and Middle Projects in the amount of $1,139,939.44.
BACKGROUND:
On October 15, 2004, bids were opened for Indian River Drive-North Project. The low bidder is
Dickersön Florida, Inc. in the amount of $9,134,025.89.
On October 14,2004, bids were opened for Indian River Drive-South Project. The low bidder is
Hubbard Construction in the amount of $6,937,205.95.
On October 15, 2004, bids were opened for Indian River Drive-Middle Project. The low bidder is
Ranger Construction in the amount of $8,944,151.47.
These projects are a result of hurricane damage.
FUNDS AVAIL. Funds will be made available in 101002-4112-563000-1902 - $567,970.00
Transportation Trust Constitutional Gas Tax, and 101003-4113-56300-1902 - $571,969.44
Transportation Trust Local Option. Funding will be made available through the federal highway
reimbursément process.
\
PREVIOUS ACTION: n/a
RECOMMENDATION:
Staff recommends award of construction materials testing to Dunkelberger Engineering & Testing for
the Indian River Drive North, South, and Middle Projects in the amount of $1,139,939.44 and
authorization for the Chairman to sign the contract as prepared by the County Attorney.
[ ] APPROVED [ ] DENIED
[)( OTHER: Agenda Item continued to the
October 26, 2004 Board meeting.
E:
COMMISSION ACTION:
[ ]County Attorney
[x]Originating Dept. Public WorkS~'
Indian River Drive Dunkelberger.:g( I
Coordinationl i
[x]Mgt. & Budget.
[x]Co. Eng t'-'\
Dou a M. Anderson
County Administrator
[x]Fiscal Coord Bft-M
[ ]Other
\
'-"
~
\VORKAUTHORIZATION NO. 13 C03-10-686
W.A.#13
PROJ: 1902
INDIAN RIVER DRIVE SHORELINE RESTORATION - SOIL TESTING
Pursuant to that certain Agreement between County and Engineer for Professional
Services for Continuing Soil Testing Services, (the "Agreement" (Contract No. C03-10-
686) between St. Lucie County (the "County") and Dunkelberger Engineering & Testing,
Inc., (the "Engineer") dated October 14,2003, the Engineer agrees to perfonn and
successfully complete the scope of work as set forth in the Engineer's Agreement and
more particularly described in the attached Exhibit "A", the County agrees to compensate
. the Engineer the amount not to exceed One Million One Hundred Thirty-Nine Thousand
Nine Hundred Thirty-Nine and 44 ($1,139,939.44) dollars.
All work under this Work Authorization No. 13 shall be completed on or before
May 31,2005 (or refer to schedule Exhibit "A", if appropriate).
IN WITNESS WHEREOF, the County has hereunto subscribed and the Engineer has
affixed his, its, or their names, or name, on the dates below.
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
\VITNESS:
DATE:
APPROVED AS TO FORM AND
CORRECTNESS:
COUNTY ATTORNEY
\
DATE:
WITNESS:
~ . ')
, : - (" ., -¡¡t,:Y.e.~
/í /- -
~11//'¡] Ú
-::ífV1///C7;,/;'"
\ .,- /
DUNKELB~G. & TE TING
BY: r'~J{ .
/y
Craig E. Dunkelberger, P .E.
Vice President
DATE: 10/18/04
....... ..
..
DATE:
~
WORK AUTHORIZATION:
PROJECT:
FIRM:
TIME OF PERFORMANCE:
SCOPE OF WORK:
\
..."",
Exhibit "A"
October 18, 2004
No. 13
Indian River Dr. Shoreline Stabilization
Dunkelberger Engineering & Testing, Inc.
On or before May 31, 2005
Perfonn soil testing services on the Indian River Dr.
Shoreline Restoration project on an as needed basis.