Interoffice Memorandum
DATE: March 16, 2026
TO: Mayor Jerry L. Demings and County Commissioners
FROM: Carrie Mathes, FNIGP, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division
CONTACT: Brian Sanders, Manager, Transportation Planning Division
PHONE: 407-836-8022
SUBJECT: Approval of Amendment No. 3, Contract Y20-830, Chuluota Road Roadway Conceptual Analysis (RCA)
ACTION REQUESTED:
title
Approval of Amendment No. 3, Contract Y20-830, Chuluota Road Roadway Conceptual Analysis (RCA), with Johnson, Mirmiran & Thompson, Inc., in the amount of $116,718.85 for a revised total contract amount of $1,231,607.37. ([Public Works Department Transportation Planning Division] Procurement Division).
body
PROCUREMENT:
This amendment authorizes additional professional services including the enhancement of the existing RCA to include Chuluota Road from Colonial Drive to Lake Pickett Road. The additional services will develop documentation to the National Environmental Policy Act compliant study for use as part of the Saint Johns River Water Management District permitting process. The services will establish procedures for compliance with Florida Department of Transportation Project Development and Environmental guidelines procedures and applicable federal and state regulations. This project is located in District 5.
FUNDING:
Funding is available in account number 1328-072-5004-3110.
APPROVALS:
The Transportation Planning Division concurs with this recommendation.
REMARKS:
On October 13, 2020, the Board approved the selection of Johnson, Mirmiran & Thompson, Inc. to provide professional services for the Chuluota Road Roadway Conceptual Analysis (RCA), in the total contract award amount of $549,904.80. The contract was executed on June 21, 2021.
Previous change orders and amendments are as follows in chronological order:
Change Order #1, September 2, 2022 - Added 375 days to the contract term.
Change Order #2, December 5, 2023 - Added funds for additional services in the amount of $488,713.99, for a revised total contract amount of $1,038,618.79, and added 550 days to the contract term. Approved by Board October 24, 2023.
Change Order #3, February 26, 2024 - Issued to reallocate funds.
Change Order #4, December 12, 2024 - Added funds for additional services in the amount of $19,799.78, for a revised total contract amount of $1,058,418.57 and added 152 days to the contract term.
Change Order #5, July 28, 2025 - Added funds for additional services in the amount of $56,469.95, for a revised total contract amount of $1,114,888.52.
Change Order #6, August 12, 2025 - Issued for encumbrance of $158,870.59.
Amendment #1, January 30, 2026 - Added 425 days to the contract term.
Amendment #2, March 4, 2026 - Addition of Sub-Consultant.
Change Order #7, March 9, 2026 - Issued for de-encumbrance of $158,870.59.