Loading...
HomeMy WebLinkAbout1997 12 08 Consent Item C COMMISSION AGENDA ITEM C REGULAR CONSENT X INFORMATIONAL l2.e.c_emheL&,-.l-221 Meeting MGR ,RvvJY1 fDEET Jff Authorization REQUEST: Utility Department Requesting Approval of Work Order Change #1 to the Joint Participation Agreement with FDOT. PURPOSE: The purpose of this Board item is to request approval of the City Commission for the execution of Work Order Change #1 to the Joint Participation Agreement for Installation of Utility and Irrigation Sleeves with FDOT in the amount of $2,930.40 for a total of$37,536.40. CONSIDERATIONS: The approval of Work Order Change #1 is needed to adjust the previously authorized amount of the Joint Participation Termination Agreement with FDOT to account for changes in the construction cost estimate. The authorized amount would increase from $34,606.00 to $37,536.40. On May 12, 1997, the City Commission approved Resolution #818 which authorized the City Manager to enter into a Joint Participation Agreement with the Florida Department of Transportation for the installation of utility and irrigation sleeves during the construction of S.R. 434 from Tuskawilla Road to the Beltway. Subsequently, the unit cost estimate standards that FDOT uses were updated which resulted in an increase of $2,930.40 to the cost estimate. No changes were made to the quantities or scope of work. FUNDING: The funding source for this project is recommended to be from the Utility Enterprise Fund capital improvements line code (3600-56310). Although this December 8, 1997 Consent Agenda Item C Page -L expenditure was anticipated to occur in the previous fiscal year and is not currently budgeted, sufficient funds are in reserve to cover this expense. This project will be added when the budget revision occurs. RECOMMENDATION: It is recommended that the City Commission approve Work Order Change #1 to the Joint Participation Agreement with the Florida Department of Transportation in the amount of $2,930.40 for a total authorization of $37,536.40 plus a 10% contingency to be funded from the capital improvements line code (3600-56310) of the Utility Enterprise Fund. IMPLEMENTATION SCHEDULE: Upon approval, a check will be forwarded to the FDOT. The schedule of project construction is currently listed as bid letting in February, 1998 with construction starting shortly thereafter. ATTACHMENTS: 1. FDOT Work Order Change # 1 COMMISSION ACTION: ~ .,~ FLORID~ ~,~_ LAWTON CIOUS COVI:RNOR ~ ~ ~V~ Mr. Kip Lockcuff, P.E. Director of Public Works City of Winter Springs 110 N. .Flamingo Ave Winter Springs, FL 32708 Attachment No. 1 lDEP ARTMENT OF TRANSPORT A TION 719 S. Woodland Blvd. MS 2-546 DeLand, FL 32720-6800 (904) 736-5045 (Fax) October 6, 1997 Re: WP#5117664 Section 77070-6518; St~te Road 434; FAP# N/A. County Seminole : Document # 2: R/W - N/A From East of Tuskawilla Road to Eastern Beltway Dear 'Mr. Lockcuff: RES C. WArTS SECRUAR\. Enclosed is Work Order Change Number One for $2,930.40. This W.O.C. reflects the diffcrence between the executed agreement amount and your final negotiated estimate. Pleasc forward your advance deposit for $37,536.40 made payable to the Florida Department of Transportation State Transportation Trust Fund by December 19, 1997. Reference your lPA No. 77070-6518 on the check and send to: Roy Brantley 719 S. Woodland Blvd, MS 2-546 DeLand, Florida 32720-6800 ,/ . The Department will send you a copy of the related pay items for your utility work by the apparcnt low bidder after we let the project. Should you need additional infonnation please contact Roy Brantley, District lP A Coordinator at (904)943-5249. Attachment: WOC #1 & Fact Sheet cc: P.E. File Comptroller Sincerely, ~~ District Utility Compliance Coordinator @RECYCl.[!) PAPSl FORM 71Cl-OlO-01 lJlllillOl ()b.ql STATE OF fLORJDA DEPAA1MENTOF TRANSPORTATION UTILITY WORK ORDER CHANGE NO. ~ -.-JOINT PROJECI' AGREEMENT- I WPNO. II PROJECT NO. I STATE ROAD NO. COUNTY DOC # I F AP NO. r 5117664 77010-6518 434 Seminole 2 NIA UTILITY OWNER'S NAME: CITY OF WINTER SPRINGS A. I. The Agency is hereby authorized to observe the following changes inthe plans and lor specifications to the subject Joint Project Agreement, and to perfonn such work accordingly, further described as: To adjust contract to Final negotiated estimate. : I 2. The items of work covered by this Work Order Change are referenced to a Joint Project Agreement of record dated 7.17.97 and a Supplemental Agreement is or is not ~ required. 13. I. The Utility Relocation Work is to confonn to that shown by the utility adjustment plans as: a, - AITACHED b. -X-. INCLUDED IN THE HIGHWA Y CONTRACT PLANS 2. Participation for the cost of this Utility Work is to be in accord with the provisions set forth in Administrative Rule Chapter 14.46 as: a. -X-. NON-PARTICIPATION - Section .0 1 (4)(A) b. - PARTICIPATION . Section ,01(4)(0) ( I ) - Utility Installation by Highway Contractor (2) --X.. Construction Modification (3) Other I ESTIMATED COST OF WORK DUE TO THIS CHANGE ~ ITEM UNIT WORK ELIMINATED ( .) ADDITIONAL WORK (+) NO DESCRIPTION PRICE QUANTITY AMOUNT QUANTITY AMOUNT I luJjuSlrne111 'of eonlrnetlll Final negotiuled estimate S2.871.79 I <:I:&A (i~12% S511,61 Sub. Totals - I...... ...... .. .1 $2.930.40 ~ij~~~~;~:mmmf~l!j:mj:rmGr/r~~/:~~j~\? . Net Cost ofConslruelion Changes. this order ........................:.................................................................. ............,...,........ ............................. S 2 910.40 I Cust of Constnlction. previously ordered....,.... ......, ......................... ....... ........ ......................................... ......................... ............................. $ .0- S 2.930.40 ! Net Total Cost Construction chanscs 10 date ..................,............,.............................,............................. .................,......, ......,........,.,........... I Original Contract Amount ,.......................,..........,................,................................................................. ......................... ............................. S 34 606,00 Estimated Cost of Work Authorized to date ............................................:................................................ ......................... ............................. S 37.536.40 Examined as to provisions and participating items of costs: Approved: 10-03-Q7 Dnte Approved: N/A Date ('{11r Division Administrator Federal Highway Administration City of \Vinter Springs JPAfC!vl \\,PI No.: 5117664 State Project No.: 77070-6518 Engineering Estimate of Probable Construction Cost July 31, 1997 Pay Item No. . Unit Quantity Cost Amount Description 430-961-213 LF .720 $7.00 $5,040.00 Pipe PVC (Schedule 40) (Not Encased) (4 ") . 16 I 1-140 TN 0.2 $3,900.00 $780.00 Fittings 0.1 (F&l) 1617 - I 40-121 LF 650 $4 1. 00 $26,650.00 Pipe 0.1 (F&I) (Restrainted Joint) (12") 1643-700 EA 2 $175.00 $350.00 Valve Box (ADJ & Modify) 1644-800 EA I $980.00 $980.00 FIRE HYDRANT (Relocate) . 1648-100-9 EA 5 $600.00 $3,000.00 Misc~WTRFIXT(F&I) (2" Blow-Off Assembly) Subtotal 2% FOOT CE&A Grand T olal $36,800.00 736.00. $37.536.40 A~{tsy 1fI City of Winter Springs W040 307.J r N1m7/d4 ./H/ J~?-;//.:.:' '.1..1//~. ;/fr..-?~ C7 ~2rzt!> c?/2-/f 7 lof3 CITY OF WINTER SPRINGS F ACT SHEET WP # 5117674 JP A # 77010-6518 Original Agreement (UIHC) Adjust to Final Negotiated Estimate 2% CE&A New Amended Contract Amt . (\Vork Order Change No.1) $ 2,871.89 58.61 '. . $ 34,606.00 2.930.40 $ 37.536.40 (Amount Rcc' d for Deposit) $ 0.00 (Amount 'remaining in escrow) $ 0.00' *****************************************.************************************