Loading...
HomeMy WebLinkAbout1998 03 23 Consent Item G .~ COMMISSION AGENDA ITEM G REGULAR CONSENT X INFORMATIONAL March 23. 1998 Meeting MGR ~vJ~EPT/J- Authorization REQUEST: Utility Department Requesting Approval of Work Order Change #2 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 #2 to the Joint Participation Agreement for Installation of Utility and Irrigation Sleeves with FDOT in the amount of $9,659.00 for a total of$47,195.40. CONSIDERATIONS: The approval of Work Order Change #2 is needed to adjust the previously authorized amount of the Joint Participation Termination Agreement with FDOT to account for the actual bid costs. The authorized amount would increase from $37,536.40 to $47,195.40. 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. At the December 8, 1997 City Commission meeting, change order # 1 was authorized due to the unit cost estimate standards that FDOT uses were updated which resulted in an increase of $2,930.40 to the cost estimate. We were notified on March 12, 1998 that the bid tabulations of the apparent low bidder, Hubbard Construction Company, resulted in the actual costs for the JP A increasing by $9,659.00 which includes the 2% administration fee. March 23, 1998 Consent Agenda Item G Page .2- FUNDING: The funding source for this project is recommended to be from the Utility Enterprise Fund capital improvements line code (3600-56310), Although this expenditure was anticipated to occur in the previous fiscal year and is not currently budgeted, sufficient funds are in reserve to cover this expense. RECOMMENDATION: It is recommended that the City Commission approve Work Order Change #2 to the Joint Participation Agreement with the Florida Department of Transportation in the amount of$9,659.00 for a total authorization of$47,195.40 plus a 10% contingency to be funded from the capital improvements line code (3600-56310) of the Utility Enterprise Fund. IMPLEMENTA TION SCHEDULE: Upon approval, a check will be forwarded to the FDOT. A preconstruction meeting will be held in April. ATTACHMENTS: 1. FDOT Work Order Change #2 COMMISSION ACTION: 1101 .1 L, ='0 .10. A TT ACHMENT NO. 1 . . DEPARTMENT Of' TRANSPORTATION ~I'f CIIlLES QOWMOll 719 S. Woodland Blvd. MS 2-546 DeLand, FL 32720-6800 (904) 736-5045 (Fax) March 6, 1998 11IOMS P. ~ Jr, 1ZCRnUn' Mr. Kip Lockcuff, P,E, Director of Public Works City of Winter Springs lION. Flamingo Ave Winter Springs, FL 32708 Re: WP# 5117664 Section 77070-6518; State Road 434; FAP# N/A County Seminole : Document # 2: R/W - N/A From East of Tuskawilla Road to Eastern Beltway Dear Mr. Lockcuff: I am pleased to inform you tluit Hubbard Construction Co.. Winter Park Florida, is the apparent low bidder on the subject project. Enclosed for your review is a list of the bid tabs for your I,ltility work. The corrected bid for the City of Winter Springs is $46.270,00 and $925.40 administration, chaiges for a total of $47,195.40. . The enclosed Work Order Change Number Two for $9,659.00 has beenprepared..tO.ren~Upe. increase in your contract based on the contractor's bid. Please forward your check Jor $9~6S9~OO . ... made payable to the Florida Department of Transportation State Transportation Trust Fund by March 16, 1998 so we can proceed with the award of the project. Reference youdPA No~ 770io~65i8Qn the check and send to: . . Roy Brantley 719 S. Woodland Blvd. MS 2-546 DeLand, Florida 32720-6800 Please be prepared to discuss your planned utility work and assign your Utility Inspector when notified . of the upcoming pre-construction meeting. . Should you need additional information please contact Roy Brantley. District JPA Coordinator.at (904 )943-5249. Sincerely, ~fir~ District Utility Compliance Coordinator Attachment: .WOC #2 & Fact Sheet cc: P.E. File Comptroller .....,. .. 11 ,,'I !,.. ~ .'1.'.... :.~~,I;'~~~:.I!:'I;'::., ....'H."..... ..,.;'''.;'~'''4~~..:'"''~.;':~' 11"-" 1 .. '- , -IV J.V'L-! ,~U.UUV r.I.J0 FOP..\l110-0l0.01 Sf ATE OF FLOP.lDA DEPARThlBl'o'T OF TRANSPORTATION UTILITY WORK ORDER CHANGE NO. ...L- ...JOINT PROJECT AGREEMENT-- Ucililies 06.91 \VP NO. PROJECT NO. ST A IE ROAD NO. COUNTY DOC# FAP NO. 5117664 77010-6518 434 Seminole 2 N/A UTILITY OWNER'S NAME: CITY OF WINTER SPRINGS A, 1. The Agency is hereby authorized to observe the following changes in the plans and lor specifications to the subject Joint Project Agreement, and to perform such work accordingly, further described as: To adjust contract to Contractor's Bid 2. The items of work covered by this Work Order Change are referenced to a Joint Project Agreement ofrec.ord. dated 7.17.97 and a Supplemental Agreement is _ or Is.not -X- required. .,. . B. The Utility Relocation Work is to conform to that shown by the utility adjustmenq,lans ~: 1. a. - ATTACHED b. ....2L .lNCLUDED IN THE HIGHWAY CONTRACT PLANS 2. Participation for the cost of this Utility Work is to be in accord with the provisions s.et forth in Administrative Rule Chapter 14.46 as: a. ....2L NON.PARTICIPATION. Section .01(4)(A). b. - PARTICIPATION - Section .01 (4 )(B) (I) - Utility Installation by Highway Contractor (2) ....2L Constructi on. Modi fi cat ion (3) Other ESTIMATED COST OF WORK DUE TO THIS CHANGE ITEM ITEM UNIT WORK ELIMINATED (-) ADDITIONAL WORK (+) NO DESCRlPTION PRlCE QUANTm' AMOUNT QUI\NTiTY. : .AMOUNT 1 Adjustment of contract to Contractor's Bid. $9,645.82 CEA@ 2% $193.18 Sub - Totals :~:~~J~fj~~f{mW~~T%lK: ~;;;-'- $9.659.00 .xfP.~V...,.:: ? :~ . ~. ~::s,. .' ,....Y."..", .... Net Cost of Construction Changes, this order .............,................................................,............................ ,............".......... ............................. S 9 659 00 Cost of Construction, previously ordered ...... ........,...........,................ .... .............,.........."..........."". "...... .......,...'............. .,.........................., S 2.93040 Net Total Cost Construction changes to date ......................................................,..........................,......... ....,.................". ..................;........,. S 12.589.40 . Original Contract Amount .. .............",... ........... ............ ........,..............".............. ,,"..... ""...".... "..... ...... ......,.................. ............................. .$ .. 34.606.00 Estimated Cosl of Work Aulhorired to date ......."".......".."..."................................................"........".... .......,......,.......... ..........................u. $ 47.195.40 Examined as to provisions and participating Items of costs: Approved: N/A Date Appro\'~: DivIsion AdmlnlstriUor'. .. . . .. F~eraI Hlghwa)' Adinln.lstlatlori. . .. :..' ... I.' . . ~ .! r: " :'" / ...: :', ":~" .~. > ",: ," . ," '"'.. .1 . .' . . . ". . '. -', ", .::',.:) ::.t;.;,.~...<.;.;:::.<-it~~~~;r:~~;~;~~i;{~*~~;\~~.~;y;;\~.;.~~: .Lv.,L....J l'lU . V V""; ,- .V4 10f3 CITY OF WINTER SPRINGS FACT SHEET WP # 5117674 JP A # 77010-6518 Original Agreement (UIHC) $ 34,606.00 Adjust to Final Negotiated Estimate 2% CE&A $ 2,871.89 58,61 2.930.40 New Amended Contract Amt . (Work OrddChaoge No.1) ( $ 37.536.40 Amount Rec'd for Deposit $ 37,5.36.40 Amount remaining in escrow unencumbered $ 37,536.40. . **********************************************************.**.....*........... New Amende{! Contract Amt. (W.O.C. No.1) $ 37,536.40 Adjust to Contractors bid Administration @02% Contingency 10% $ 9,465.82 193,18 0.00 $ 9.659.00 Amended Contract Amt. (Work Order Change No.2) $ 47,195.40 Amount remaining in escrow unencumbered $ 0.00 ****************.************++**********....*.*...........*........*......... 11M ' :: l' .~~l.~.t'~';~:j~" ,:i'I' '!-":' ;.....j...,.. .....: .1'. '. ',l'l~:'''';!-'''I ':.':':'-'''~~';.'!l\~'''~';''\': ;. \ :. ';'7'. j.-,~:.