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