Loading...
HomeMy WebLinkAbout2002 07 22 Consent B SR 434 Overpass Funds 072202 Consent 8 SR 434 Overpass Funds COMMISSION AGENDA ITEM B Consent X Informational Public Hearing Regular July 22, 2002 Meeting Mgr. ~ 1 Dept. Authotization REQUEST: City Manager requesting the City Commission to authorize $241,687 from the I-cent Local Option Sales Tax Funds to funs a portion of the cost overruns on the Cross Seminole County Overpass over SR 434 PURPOSE: This agenda item is needed to cover a portion of the cost overruns for the overpass. CONSIDERATIONS: The overpass was estimated to cost $678,000 in 1999. The actual bid cost was $2,980,000 in 2002 representing a $1,302,000 cost overrun. Federal FDOT Winter Springs Seminole County Total $1,678,000 $ 322,333 $ 241,687 $ 737.980 $2,980,000 Based upon the revised numbers Winter Springs would be paying the following portion of the cost. 8% of total cost of $2,980,000 19% of the total overrun cost of $1 ,302,000 FUNDING: The $241,687 would be funded from the I-cent Local Option Sales Tax. RECOMMENDATION: It is recommended that the Commission authorize the expenditure of $241,687 from the Local Option Sales Tax funds to cover a portion of the cost overruns for the Cross Seminole County Trail bridge over SR 434. ATTACHMENTS: County Engineer Jerry McCollum letter of June 26, 2002 COMMISSION ACTION: ~ - PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION July 2, 2002 RECEIVED JUL 0 8 2002 Mr. Ronald McLemore, City Manager City of Winter Springs 1126 East State Road 434 Winter Springs, FL 32708 CITY OF WINTER SPRINGS City Manager - RE: State Road 434 Trail Overpass Dear Mr. McLemore: In response to your letter dated June 26, 2002, regarding funding for the referenced project, the following is provided: 1. The funding provided by the Federal Grant for this project is $1,678,000. This was an earmarked authorization from TEA-21 in the late 1990's and because it was an off-the-top allocation, there is no additional feder'al funding available for this particular project. , 2. As indicated in your letter, we have exhausted every avenue to acquire additional funds. Attached is a breakdown of the funding commitments necessary to complete this project. The Florida Department of Transportation (FDOT) is willing to consider funding $322,333 and the County would provide $737,980. Therefore, the funding share necessary from the City of Winter Springs would be $241,687 (not $272,000 as indicated in my letter dated June 20, 2002). I trust this information has demonstrated that we have made every effort to secure additional funding but at this point we have maximized all available revenues sources. Therefore, we would like the City to consider funding the $241,687 so we can award the contract for the trail overpass Thank you for your assistance in this matter and if I may be of any assistance, please feel free to contact me. Sincerely, SEMINOLE COUNTY l~ IM/dr Attachment McCollum, P.E. ty Engineer' . c: J. Kevin Grace, County Manager Frank M. Van Pelt, ill, CPM, Principal Engineer 520 West Lake Mary Boulevard Suite 200 Sanford FL 32773-7424 Telephone (407) 665-5674 Fax (407) 665-5789 ~ :,. SEMINOLE COUNTY '- SEMINOLE COUNTY flORIDA'S NATURAL CHOICE Engineering Division 520 W. Lake Mary Blvd., Suite 200 Sanford, Florida 32773 Phone: (407) 665-5674 FAX: (407) 665-5789 June 7, 2002 MEMORANDUM TO: Daryl G. McLain, Chairman, Board of County Commissioners Grant Maloy, Vice Chairman, Board of County Commissioners Dick Van Der Weide, Commissioner, District 3 Randy Morris, Commissioner, District 2 _ / i'Jrlton Henley, Commissioner, District 4 FRo~rank M. Van Pelt, III, CPM, Principal Engineer THROUGH: Jerry McCollum, P.E., County Enginee~/ SUBJECT: 5.R. 434 Trail Overpass (Winter SPring~project OB-607-01 BJC As part of Agenda Item Number 55 on the June 11, 2002, Board of County Commissioners Meeting, the following information is provided to detail funding options at this particular time. Information on FOOT participation has just been received and is discussed in the subsequent information. On April 25, 2002 a Public Works Department selection committee reviewed the project Technical and Price Proposals submitted by three short listed firl}1s: The firms are listed below in order of committee preference for negotiation including their respective costs for the bridge structure option selected by the committee. Ranking Company Bridge Option w/o Equestrian Preference w/ Equestrian 1. Jones Bros/HardinQ ESE $2,980,000 $2,645,000 2. Haskell Co. / STV $2,738,313 $2,373,313 3. EBY Const./RS&H $5,718,000 $3,976,000 Page 1 of 2 .. ., This is an FOOT funded project. The available funding balance for this project is $1,678,000. FOOT will not fund the cost of equestrian facilities. The cost of the ~ recommended bridge option incorporating on-bridge equestrian facilities is $2,980,000. The cost without on-bridge equestrian facilities is $2,645,000. FOOT has indicated a willingness to consider supplemental funding of approximately $322,333 equal to 1/3 of the current difference between the programmed amount of $1,678,000 and the proposed $2,645,000 cost of the preferred firm's non-equestrian bridge facility. The City of Winter Springs, our partner in the selection process, has verbally indicated a willingness to provide the County with supplemental funding that represents the price differential between the number one ranked proposal and the number two ranked proposal. Bridge FOOT Funding City of Winter Springs Unfunded Need Including Supplement Supplement With On-Bridge $2,000,333 $241,687 $737,980 Equestrian Facility Without On-Bridge $2,000,333 $271,687 $372,980 Equestrian Facility In summary if the County selects the number one ranked Jones Brothers/Harding ESE proposal, additional funding will be needed ranging from $372,980 to $737,980 dependent upon the inclusion of on-bridge equestrian facilities and fulfillment of preliminary funding commitments by FOOT and the City of Winter Springs. If supplemental funding is not provided by the FOOT or the City of Winter Springs and the recommended firm and bridge option are selected, the County would need to provide the full cost differential of $1 ,302,000. If you have any questions, please feel free to contact us. FVP/dr c: J. Kevin Grace, County Manager W. Gary Johnson, P.E., Director, Department of Public Works Pam Hastings, Administrative Manager, Department of Public Works Betsy Cohen, Contracts Supervisor, Purchasing Division David Martin, P.E., Principle Engineer, Special Projects Maureen Landgraf, Analyst Page 2 of 2