Loading...
HomeMy WebLinkAbout2023-060S I A I1 OF 1 t ORIOA UI PAN I MINI OF TRANSPOR I A I ION STATE -FUNDED GRANT SUPPLEMENTAL AGREEMENT SUPPLEMENTAL NO. 1 CONTRACT NO. G2720 FPN 441919-1-54-01 Recipient: Indian River County This Supplemental Agreement ("Supplemental"), dated 525-010-60 PROGRAM MANAGEMENT 1218 Page 1 of 2 arises from the desire to supplement the State -Funded Grant Agreement ("Agreement") entered into and executed on March 24, 2022 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 SEVENTY-FIVE THOUSAND EIGHT HUNDRED EIGHTEEN DOLLARS AND ZERO CENTS ($475,818.00). The Exhibit A Deliverables and the Exhibit B Schedule of Financial Assistance of the agreement are deleted and replaced with Exhibit A Deliverables and Exhibit B Schedule of Financial Assistance of this Amendment which are attached hereto and made a part thereof. Paragraph 6a of the Agreement is amended to read as follows: The estimated cost of the Project is FIVE MILLION FIVE HUNDRED FIFTY-EIGHT THOUSAND SIX HUNDRED SEVENTY-ONE DOLLARS AND ZERO CENTS ($5,558,671.00).This amount is based upon the Schedule of Financial Assistance in Exhibit B, attached and incorporated in this Supplement. The Schedule of Financial Assistance may be modified by execution of an amendment of the Agreement by the Parties. 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 THREE MILLION EIGHT HUNDRED FORTY-FIVE THOUSAND SEVEN HUNDRED TWENTY-FOUR DOLLARS AND ZERO CENTS ($3,845,724.00) and additionally the Department's participation in the Project shall not exceed 75% of the total cost of the Project, 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 agrees to bear 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 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 Department's participating amount by FOUR HUNDRED SEVENTY-FIVE THOUSAND EIGHT HUNDRED EIGHTEEN DOLLARS AND NO CENTS ($475,818.00) revising the original State Funded Agreement total project cost with the Department's bid concurrence and Local Agency construction contract/bid award. Based on a project scope review, this supplemental updates the deliverables to include the CEI classifications necessary for the project. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STATE -FUNDED GRANT SUPPLEMENTAL AGREEMENT 525-010-60 PROGRAM MANAGEMENT 12118 Page 2 of 2 IN WITNESS WHEREOF, the parties have caused these presents to be executed the day and year first above written. RECIPIENT: Indian River County By: Name: Joseph 1. Farman Title: Chairman Attest: Jeffrey R. Smith, Cleric of Circuit Court and Comptroller l� � or Deputy Clerk APPROVED AS TO F40, 'V� AND LS FIS BY WII_L1AM . DEB+3AAL DEPUTY COUNTY M DRNEY VM ?CO M STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION By: Name: Steven C. Braun, P.E, Title: Director of Transportation Development Legal Review: DELIVERABLES FM# 441919-1-54-01 CONSTRUCTION (MILLING AND RESURFACING) AND CEI SERVICES OF CR-603/INDIAN RIVER BLVD FROM MERRILL BARBER BRIDGE TO 53RD STREET Item No. Description Unit Quantity 01011 MOBILIZATION LS 1 01021 MAINTENANCE OF TRAFFIC LS 1 PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND 0104 1 WATER POLLUTION LS 1 01101 1 CLEARING & GRUBBING LS 1.0 01201 REGULAR EXCAVATION LS 1 01206 EMBANKMENT LS 1 01604 TYPE B STABILIZATION (12" SUBGRADE, LBR 40, MINIMUM) SY 14,580 "0285 706 OPTIONAL BASE, BASE GROUP 06 (8" CEMENTED COQUINA) SY 1,576 *'0285 711 OPTIONAL BASE, BASE GROUP 11 (12" CEMENTED COQUINA) SY 120 0327 70 6 MILLING EXISTING ASPHALT PAVEMENT, 1 1/2" AVG DEPTH SY 119,833 SUPERPAVE ASPHALTIC CONC. TRAFFIC C (PG76-22, S.P. 12.5,2" 03341 13 TN 13,252 THICK) GRATE FOR EXISTING DRAINAGE STRUCTURE, FURNISH AND 0425 14 1 SF 63 INSTALL **0425 6 VALVE BOXES, ADJUST EA 1 05201 10 CONCRETE CURB & GUTTER, TYPE F LF 256 CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK (FIBERMESH 05222 SY 12 REINFORCED 05272 DETECTABLE WARNINGS SF 9 05701 2 PERFORMANCE TURF, SOD (BAHIA) SY 3,000 0570 1 2A PERFORMANCE TURF, SOD FLORATAM SY 3000.0 0630211 CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF 33000 0630212 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 2349 0633 1123 FIBER OPTIC CABLE, F&I, UNDERGROUND, 49-96 FIBERS LF 18000 0635212 PULL & SPLICE BOX, F&I, 24"X36" COVER SIZE (PULL BOX) EA 35 0635213 PULL & SPLICE BOX, F&I, 30"X60" RECTANGULAR OR 36" ROUND EA 9 COVER SIZE (SLACK BOX) 07061 3 RAISED PAVEMENT MARKER, TYPE B (BI-DIRECTIONAL EA 291 AMBER/AMBER 070613A EA 1503 RAISED PAVEMENT MARKER, TYPE B (BI-DIRECTIONAL EA 67 0706 1 3B WHITE/MONO THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR 0711 11123 LF 773 CROSSWALK AND ROUNDABOUT THERMOPLASTIC, STANDARD, WHITE, SOLID, 18" FOR DIAGONALS 0711 11124 LF 1269 AND CHEVRONS THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" FOR STOP LINE 0711 11125 LF 364 AND CROSSWALK THERMOPLASTIC, STANDARD, WHITE, 2-4 DOTTED GUIDELINE/6-10 0711 11141 GM 2 GAP EXTENSION, 6" DELIVERABLES FM# 441919-1-54-01 CONSTRUCTION (MILLING AND RESURFACING) AND CEI SERVICES OF CR-603/INDIAN RIVER BLVD FROM MERRILL BARBER BRIDGE TO 53RD STREET Item No. Description Unit Quantity THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL 0711 11160 HELMETED BICYCLE SYMBOL AND BIKE LANE ARROW EA 50 THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL 0711 11160A EA 12 MERGE WITH ARROW THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL 071111160B (ONLY) EA 6 0711 11170 THERMOPLASTIC, STANDARD, WHITE, ARROW EA 96.0 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" FOR DIAGONAL 0711 11224 LF 344 OR CHEVRON THERMOPLASTIC, STANDARD, YELLOW, 2-4 DOTTED GUIDELINE/6- 0711 11241 GM 0.24 10 DOTTED EXTENSION LINE, 6" 0711 16 101 THERMOPLASTIC, STANDARD -OTHER SURFACES, WHITE, SOLID, 6" GM 11.12 0711 16 102 THERMOPLASTIC, STANDARD -OTHER SURFACES, WHITE, SOLID, 8" GM 0.52 THERMOPLASTIC, OTHER -SURFACES, WHITE, SKIP, 6", 10-30 SKIP 0711 16 131 GM 5.26 OR 3-9 LANE DROP THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW, SOLID, 0711 16 201 GM 5.21 **999-1 CONSTRUCTION LAYOUT/RECORD DRAWINGS LS 1 (**) Non -participating CEI CLASSIFICATIONS Sr. Project Engineer Project Administrator Sr. Inspector Contract Support Specialist Inspector At Form 521) 010 60eB S FAT E OF FLORIDA DEPARTMENT OF TRANSPORTATION 525 -011 -OR STATE -FUNDED GRANT AGREEMENT PROGRAM 1801 27th Street MANAGEMENT Vero Beach, FL 32960 8121 Page 1 of 1 EXHIBIT B ) LOCAL FUNDS SCHEDULE OF FINANCIAL ASSISTANCE Indicate source of Local funds RECIPIENT NAME & BILLING ADDRESS: FINANCIAL PROJECT NUMBER: Indian River County 441919-1-54-01 1801 27th Street Vero Beach, FL 32960 MAXIMUM PARTICIPATION TOTAL PROJECT FUNDS ) LOCAL FUNDS STATE FUNDS Indicate source of Local funds PHASE OF WORK by Fiscal Year: Design- Phase 34 Maximum Department Participation $ $ $ E] 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 44Maximum Department Participation $ $ $ In -Kind FY: (Insert Program Name) E] Cash FY: Maximum Department Participation $ $ $ E] In -Kind (Insert Program Name) El Cash Total Right -of -Way Cost $ 0.00 $ 0.00 $ 0.00 Construction- Phase 54 Maximum Department Participation $2,561,609.00 $1,123,303.00 $1,438,306.60 In -Kind FY: 2022 (Small County Outreach Program ® Cash FY: 2023 Maximum Department Participation $3,027,062.00 $619,645.00 $2,407,418.00 E] In -Kind (ISmall County Outreach Program) ® Cash Total Construction Cost $5,588,671.00 $1,742,948.00 $3,845,724.00 Construction Maximum Department Participation $ $ $ In -Kind Engineering and (Insert Program Name) El 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) E]Cash FY: Maximum Department Participation $ $ $ E] In -Kind (Insert Program Name) E] Cash Total Cost $ 0.00 $ 0.00 $ 0.00 TOTAL COST OF THE PROJECT $5,588,671.00 $1,742,948.00 $3,845,724.00 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. Susan Dale District Grant Manager Name Signature Date