HomeMy WebLinkAbout2022-115FDOT
Florida Department of Transportation
RON DESANTIS 3400 West Commercial Boulevard JARED W. PERDUE, P.E.
GOVERNOR Fort Lauderdale, FL 33309 SECRETARY
June 16, 2022
Ms. Jill Williams
Indian River County
Engineering Department
1801 27th Street
Vero Beach, Florida 32960
Contract No.: G -1W57, Amendment No. 1
RE: Small County Outreach Program Agreement
FM#: 438074-1-54-01
Description: Construction (Milling and Resurfacing) and construction, engineering, and
inspection (CEI) services of 6' Avenue from SR-5/US-1 to 21st Street
Dear Ms. Williams:
Enclosed please find an executed Small County Outreach Program Agreement Amendment for the
Project referenced above. Said documents is to be retained for your records.
If you have any questions, please do not hesitate to contact me. I can be reached at (954) 777-2285.
Sincerely,
Leos A. Kennedy, Jr.
Program Management Unit
District Four
lk/s
enc: State Funded Grant Agreement, Amendment
copy: District Financial Services
Michael Miller — FDOT Construction
Diego Velaquez — Treasure Coast Operations
Work Program Manager
File
www.fdot.gov
DocuSign Envelope ID: 937D743A-15B8-4191-833D-E6313045C4C6
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-01060
STATE -FUNDED GRANT PROGRAM MANAGEMENT
12/18
SUPPLEMENTAL AGREEMENT Page 1 of 2
SUPPLEMENTAL NO.
ONE
CONTRACT NO.
G1 W57
FPN
438074-1-54-01
Recipient: Indian River County
This Supplemental Agreement ("Supplemental"), dated June 16, 2022arises from the desire to supplement the State -
Funded Grant Agreement ("Agreement") entered into and executed on May 3, 2021 as identified above. All provisions in
the Agreement and supplements, if any, remain in effect except as expressly modified by this Supplemental.
The parties agree that the Agreement is to be amended and supplemented as follows:
This Supplement increases the Department's participating amount needed for the Construction and CEI Services of the
Project by FOUR HUNDRED THOUSAND DOLLARS AND ZERO CENTS ($400,000.00).
Paragraph 6a of the Agreement is amended to read as follows:
The estimated cost of the Project is $2,568,253.50. This amount is based upon the Schedule of Financial Assistance in
Exhibit "B", attached and incorporated in this Supplement.
Paragraph 6b of the Agreement is amended to read as follows:
The Department agrees to participate in the Project cost up to the maximum amount of $1,461,672.00 and as more
fully described in Exhibit "B" of this Supplemental, Schedule of Financial Assistance, attached hereto and made a part
hereof. The Department's participation is increased based on the actual bids being higher than the original estimated
amount. The Recipient is obligated for all expenses in excess of the amount of the Department's participation and any
cost overruns or deficits incurred in connection with completion of the Project.
The deliverables (Exhibit A Deliverables) of the Agreement are deleted in its entirety and is replaced with Exhibit A
Deliverables of this Amendment, attached hereto and made a part thereof.
The Scope of Services, Exhibit A of the Agreement are unchanged and shall remain in full force and effect.
Reason for this Supplemental and supporting engineering and/or cost analysis:
This Supplemental Agreement increases the Departments participating amount by $400,000.00 revising the original
State Funded Agreement total project cost with the Department's bid concurrence and Local Agency construction
contract/ Bid award.
DocuSign Envelope ID: 937D743A-15B8-4191-833D-E6313045C4C6
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010$0
STATE -FUNDED GRANT PROGRAM MANAGEMZN8
SUPPLEMENTAL AGREEMENT Page 2of2
IN WITNESS WHEREOF, the parties have caused these presents to be executed the day and year first above written.
. *@311TY �0 '••.
RECIPIENT:
Indian River County Board of Commfssiol
By:_
� \,
Name: Peter D. O'Bryan c0�ytY Fio��OP
Title: Chairman
APPROVED AS TO FOiK.M
AND LEGAL SIV
FI Cic'
BY
0ae=A
WILLIAM K. DEBRAAL
DEPUTY COUNTY ATTORNEY
Attest: Jeffrey R. Smith, Clerk of
Circuit Court and Comptroller
—�jlJ1A, oku' AQ ' l�
Deputy Clerk
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
DDocuSigned by::
f,
By. �W lA, f WAWA, 6/15/2022 1 5:47 PM E
Name: Steven C. Braun, P.E.
Title: Director of Transportation Development
Legal Review:
DocuSigned by:
vA�1 uvL t Sat"'
DocuSign Envelope ID: 937D743A-15B8-4191-833D-E6313045C4C6
EXHIBIT A
DELIVERABLES
438074-1-54-01
6th Avenue Milling & Resurfacing from U.S. 1/S.R. 5 to 21st Street IRC -1638
Pay ItemNumb
Pay Item Description
Unit
Quantity
01010
MOBILIZATION
LS
1
0102 1
MAINTENANCE OF TRAFFIC
LS
1
01041
EROSION CONTROL
LS
1
**0110 1 1
STANDARD CLEARING & GRUBBING
AC
13.5
0110410
REMOVAL OF EXISTING CONCRETE PAVEMENT/ REMOVAL OF
EXISTING CONCRETE
SY
1220
01201
REGULAR EXCAVATION
CY
313
01206
EMBANKMENT
CY
156
01604
STABILIZATION TYPE B
SY
20
02861
TURNOUT CONSTRUCTION / DRIVEWAY BASE - OPTIONAL
MATERIALS
SY
20
0327 70 6
MILLING EXISTING ASPHALT PAVEMENT (1-1/T AVG DEPTH)
SY
39457
0337783
ASPHALTIC CONCRETE FRICTION COURSE (TRAFFIC C) (FC 12.5)
(PG 76-22)
TN
4053.2
0400011
CONCRETE CLASS NS. GRAVITY WALL
CY
1.33
**0425 6
VALVE BOXES, ADJUST
EA
15
0425 1552
INLET TOP, REPLACE, DITCH BOTTOM INLET
EA
1
051512
PIPE HANDRAIL - GUIDERAIL, ALUMINUM
LF
14
0520 1 10
CONCRETE CURB & GUTTER. TYPE F
LF
879
05222
CONCRETE SIDEWALKS & DRIVEWAYS, 6" THICK (3,000 PSI
FIBERMESH REINFORCED)
SY
3158
05272
DETECTABLE WARNINGS
SF
948
05701 2
PERFORMANCE TURF, SOD (BAHIA)
SY
1533
**0630 2 11
CONDUIT, FURNISH & INSTALL, OPEN TRENCH
LF
3044
**0630 2 12
CONDUIT. FURNISH & INSTALL. DIRECTIONAL BORE
LF
7.87
**0632 7 1
SIGNAL CABLE - NEW OR RECONSTRUCTED INTERSECTION,
FURNISH & INSTALL
PI
3
**0633 1 123
FIBER OPTIC CABLE, F&I, UNDERGROUND, 49-96 FIBERS
LF
12918
**0635 2 11
PULL & SPLICE BOX, F&I, 13" X 2, COVER SIZE
EA
54
**0635 2 12
PULL & SPLICE BOX. F&I, 2, X 36" COVER SIZE
EA
25
**0635 2 13
PULL & SPLICE BOX, F&I, 30" X 60" RECTANGULAR OR 36" ROUND
COVER SIZE
EA
7
06461 11
ALUMINUM SIGNALS POLE, PEDESTAL
EA
4
0646 1 12
ALUMINUM SIGNALS POLE, FURNISH & INSTALL PEDESTRIAN
DETECTOR POST
EA
5
06461 60
ALUMINUM SIGNALS POLE. REMOVE
EA
4
0653111
PEDESTRIAN SIGNAL, FURNISH & INSTALL LED COUNTDOWN, 1
WAY
AS
7
0653112
PEDESTRIAN SIGNAL, FURNISH & INSTALL LED COUNTDOWN, 2
WAYS
AS
4
0653160
PEDESTRIAN SIGNAL, REMOVE PED SIGNAL-POLE/PEDESTAL TO
REMAIN
AS
9
06651 11
PEDESTRIAN DETECTOR. FURNISH & INSTALL. STANDARD
EA
15
06651 40
PEDESTRIAN DETECTOR, RELOCATE
EA
1
0665 1 50
PEDESTRIAN DETECTOR, ADJUST/MODIFY ON EXISTING POLE
EA
1
DocuSign Envelope ID: 937D743A-15B8-4191-833D-E6313045C4C6
06651 60
**0676 1500
0700 1 11
0700 1 50
PEDESTRIAN DETECTOR, REMOVE- POLE/PEDESTAL TO REMAIN
TRAFFIC SIGNAL CONTROLLER CABINET. ADJUST/MODIFY
SINGLE POST SIGN, F&I GROUND MOUNT, UP TO 12 SF
SINGLE POST SIGN, RELOCATE
EA
8
EA
3
AS
20
AS
6
070611
RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE
MARKINGS
EA
699
071090
0711 11123
PAINTED PAVEMENT MARKINGS. FINAL SURFACE
THERMOPLASTIC, STANDARD, WHITE, SOLID, IT FOR
CROSSWALK AND ROUNDABOUT
LS
1
LF
2894
0711 11125
THERMOPLASTIC, STANDARD, WHITE, SOLID, 2, FOR STOP LINES
AND CROSSWALK
LF
674
0711 11160
0711 11170
0711 1124
THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL
THERMOPLASTIC, STANDARD, WHITE, ARROWS
THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" FOR
DIAGONALS AND CHEVRONS
EA
71
EA
34
LF
221
0711 16101
0711 16131
0711 16201
071116231
**1080 21108
**0999 1
**999-25
THERMOPLASTIC, STANDARD -OTHER SURFACES, WHITE, SOLID,
6"
THERMOPLASTIC, OTHER SURFACES, WHITE, SKIP, 6.,1030 SKIP
OR 3-9 LANE DROP
THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW,
SOLID, 6"
THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW. SKIP.
6"
UTILITY FIXTURE, VALVE BOX, FURNISH & INSTALL, 8"
AS BUILT SURVEY (BY REGISTERED SURVEYOR)
FORCE ACCOUNT
GM
3.41
GM
0.032
GM
3.444
GM
0.112
EA
41
LS
1
"Non -Participating Items
CEI CLASSIFICATIONS
ASSISTIANT PUBLIC WORKS DIRECTOR
ROADWAY PRODUCTION MANAGER
SR. INSPECTOR
INSPECTOR
DocuSign Envelope ID: 937D743A-15B84191-833D-E6313045C4C6
All Form 525-01D-60eB STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
525-011.013
STATE -FUNDED GRANT AGREEMENT
MANAGEMENT ANAGEMENT
INDIAN RIVER COUNTY
8/21
Page 1 of 1
EXHIBIT B
180127TH STREET
SCHEDULE OF FINANCIAL ASSISTANCE
RECIPIENT NAME & BILLING ADDRESS:
FINANCIAL PROJECT NUMBER:
INDIAN RIVER COUNTY
438074-1-54-01
180127TH STREET
VERO BEACH, FL 32960
MAXIMUM PARTICIPATION
TOTAL PROJECT FUNDS
LOCAL FUNDS
STATE FUNDS
Indicate source of
PHASE OF WORK by Fiscal Year:
Local funds
Design- Phase 34 Maximum Department Participation
$
$
$
❑ In -Kind
FY: (insert Program Name)
❑ Cash
FY: Maximum Department Participation
$
$
$
❑ In -Kind
(Insert Program Name)
❑ Cash
Total Design Cost
$ 0.00
$ 0.00
$ 0.00
Right -of -Way- Phase 44 Maximum Department Participation
$
$
$
❑ In -Kind
FY: (Insert Program Name) .
❑ Cash
FY: Maximum Department Participation
$
$
$
❑ In -Kind
(Insert Program Name)
❑ Cash
Total Right -of -Way Cost
$ 0.00
$ 0.00
$ 0.00
Construction- Phase 54 Maximum Department Participation
$1,797,126.83
$977,479.83
$819,647.00
❑ In -Kind
FY: 2021 (SMALL COUNTY OUTREACH PROGRAM)
® Cash
FY:2022 Maximum Department Participation
$771,126.67
$129,101.67
$642,025.00
❑ In -Kind
(SMALL COUNTY OUTREACH PROGRAM)
® Cash
Total Construction Cost
$2,568,253.50
$1,106,581.50
$1,461,672.00
Construction Maximum Department Participation
$
$
$
❑ In -Kind
Engineering and (Insert Program Name)
❑ Cash
Inspection - Phase 64
FY:
FY: Maximum Department Participation
$
$
$
❑ In -Kind
(Insert Program Name)
❑ Cash
Total Construction Engineering and Inspection Cost
$ 0.00
$ 0.00
$ 0.00
(Phase: ) Maximum Department Participation
$
$
$
❑ In -Kind
FY: (Insert Program Name)
❑ Cash
FY: Maximum Department Participation
$
$
$
❑ In -Kind
(Insert Program Name)
❑ Cash
Total Cost
$ 0.00
$ 0.00
$ 0.00
%
%
TOTAL COST OF THE PROJECT
$2,568,253.50
$1,106,581.50
$1,461,672.00
COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES:
I certify that the cost for each line item budget category has been evaluated and determined to be allowable, reasonable, and necessary as required by
Section 216.3475, F.S. Documentation is on file evidencing the methodology used and the conclusions reached.
Leos Kennedy
Susan Dale
District Grant Manager Name
Focu gned by:
0-c' ' M" 41� 6/16/2022 1 8:11 AM EDT
Signa ure Date
DocuSign Envelope ID: 937D743A-15B8-4191-833D-E6313045C4C6
To: Leos. Kennedy@dot.state.fl.us
FLORIDA DEPARTMENT OF TRANSPORTATION
Supplemental
FUNDS APPROVAL
APPROVED
G1W57
55043010404
6/15/2022
CONTRACT INFORMATION
Object Code:
Contract:
G 1 W57
Contract Type:
GD - GRANT DISBURSEMENT (GRANT)
Method of Procurement:
G - GOVERMENTAL AGENCY (287.057,F.S.)
Vendor Name:
INDIAN RIVER COUNTY BOARD OF CO
VendorlD:
F596000674074
Beginning Date of This Agreement:
05/03/2021
Ending Date of This Agreement:
12/31/2023
Contract Total/Budgetary Ceiling:
ct = $1,461,672.00
Description:
Construction (Milling and Resurfacing) and CEI Services for6th Ave. from SR-5/US-1 to
00
21st Street.
FUNDS APPROVAL INFORMATION
FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER ON 6/15/2022
Action:
Supplemental
Reviewed or Approved:
APPROVED
Organization Code:
55043010404
Expansion Option:
AN
Object Code:
751000
Amount:
$400,0 )0.00
Financial Project:
43807415401
Work Activity (FCT):
215
CFDA:
Fiscal Year:
2022
Budget Entity:
55150200
Category/Category Year:
085576/22
Amendment ID:
S001
Sequence:
00
User Assigned ID:
1
Enc Line (6s)/Status:
0003/04
Total Amount: $400,000.00
Pagel of 1