Loading...
HomeMy WebLinkAbout2024-190STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STATE -FUNDED GRANT SUPPLEMENTAL AGREEMENT SUPPLEMENTAL NO. 01 CONTRACT NO. G2S47 FPN 444270-1-54-01 Recipient: Indian River County A TRUE COPY CERTIFICATION ON LAST PAGE RYAN L. BUTLERPROGRAM Ct E$W0 12/18 Page 1 of 2 This Supplemental Agreement ("Supplemental"), dated arises from the desire to supplement the State -Funded Grant Agreement ("Agreement") entered into and executed on 12/15/2023 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: The first sentence of Paragraph 3 is amended as follows: This Agreement shall commence upon full execution by both Parties and the Recipient shall complete the project on or before June 30, 2026. Exhibit A in the original Agreement, dated 12/15/2023, is hereby deleted and replaced with the revised Exhibit A attached hereto and incorporated into this Supplemental. This Amendment increases the total Department participation needed for the construction of the project by FIVE HUNDRED FIFTY THOUSAND, NINE HUNDRED EIGHT DOLLARS AND ZERO CENTS (550,908.00) and increase the Local Funds by FOUR HUNDRED TWENTY THOUSAND, EIGHT HUNDRED SIX DOLLARS AND ZERO CENTS (420,806.00), as reflected in Exhibit B. Reason for this Supplemental and supporting engineering and/or cost analysis: The County's projected construction schedule for the project is 300 days. The County is scheduled to issue the NTP to start construction in October 2024. The County is requesting an extension to the grant agreement to 6/30/2026 to ensure sufficient time to meet the construction schedule, in anticipation of delays for materials and utility relocation delays. The bid tabulation items were modified, deleted and/or added, via addendums, during the bidding process of the project. The Exhibit A Items list of deliverables have been updated to reflect all plan updates. The Construction Engineering Inspection (CEI) Services were removed due to insufficent grant funds. The funding increase of the Small County Outreach Program (SCOP) and Local Funds is to reconcile the funds to the Bid Tabulation for the project. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STATE -FUNDED GRANT SUPPLEMENTAL AGREEMENT A TRUE COPY CERTIFICATION ON LAST PAGE RYAN L. BUTLER, CLERK 525-010-60 PROGRAM MANAGEMENT 12/16 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 i. By: ame: usan Adams itl - hairman yGOt`�MISS/o,;;•.STATE OF FLORIDA o�'�''9s•: DEPARTMENT OF TRANSPORTATION By . vR�Vf� Attest: Ryan L. Butler, Clerk of Circuit Court and C ptroller r By: Deputy Clerk Name: John P. Krane, P.E. Title: Director of Transportation Development Legal R . iew: A TRUE COPY CERTIFICATION ON LAST PAGE RYAN L. BUTLER, CLERK Alt Form 525-010-60eA STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525.011-0A STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT asizl EXHIBIT A PROJECT DESCRIPTION AND RESPONSIBILITIES FPN: 444270-1-54-01 This exhibit forms an integral part of the Agreement between the State of Florida, Department of Transportation and Indian River County (the Recipient) PROJECT LOCATION: ❑ The project is on the National Highway System. ❑ The project is on the State Highway System. PROJECT LENGTH AND MILE POST LIMITS: 43rd Avenue from milepost 4.536 to 5.285 PROJECT DESCRIPTION: Construction 43rd Ave Pedistrian & Bicycle Access Improvements Including but not limited to adding a bike lane 5' wide and restripe, 6' concrete sidewalk that will be ADA compliant. SPECIAL CONSIDERATIONS BY RECIPIENT: The Recipient is required to provide a copy of the design plans for the Department's review and approval to coordinate permitting with the Department, and notify the Department prior to commencement of any right-of-way activities. The Recipient shall commence the project's activities subsequent to the execution of this Agreement and shall perform in accordance with the following schedule: a) Study to be completed by n/a. b) Design to be completed by n/a. c) Right -of -Way requirements identified and provided to the Department by n/a. d) Right -of -Way to be certified by n/a . e) Construction contract to be let by n/a. f) Construction to be completed by 6/30/2026 If this schedule cannot be met, the Recipient will notify the Department in writing with a revised schedule or the project is subject to the withdrawal of funding. SPECIAL CONSIDERATIONS BY DEPARTMENT: Page 1 of 1 A TRUE COPY CERTIFICATION ON LAST PAGE RYAN L. BUTLER, CLERK Deliverables Exhibit A 444270-1-54-01 43RD AVENUE FROM 12TH STRFFT T() 1RTH STRFFT Pay Item Pay Item Description Quantity 101-1 MOBILIZATION/DEMOBILIZATION LS 1 102-1 MAINTENANCE OF TRAFFIC LS 1 104-2 PREVENTION, CONTROL, & ABATEMENT OF EROSION & WATER POLLUTION LS 1 110-1-1 CLEARING AND GRUBBING LS 1.0 110-7-1 MAIL BOX (F&I) EA 15 120-1 REGULAR EXCAVATION CY 2,424.00 120-6 EMBANKMENT CY 3,034 160-4 TYPE'B' STABILIZATION SY 7,800 210-1-2A REWORKING EXISTING BASE SY 12,390 285-706 OPTIONAL BASE GROUP 06 CEMENTED COQUINA, LBR 100, 8" SY 5,900 285-716 OPTIONAL BASE GROUP 18 CEMENTED COQUINA, LBR 100, 18" SY 300 327-70-13 MILLING EXISTING ASPHALT PAVEMENT 1.75" SY 12,390 334-1-13 SUPERPAVE ASPHALT CONCRETE SP -12.5 TRAFFIC C 1.5" TN 1,591 337-7-82 ASPHALTIC CONCRETE FRICTION COURSE (FC -9.5) (TRAFFIC C, PG 76- 22) (1.0" TN 1,070 400-0-11 CLASS NS CONCRETE GRAVITY WALL SCHEME 2 CY 270 400-153 NON -SHRINK GROUT CF 630 400-2-1A CONCRETE, CLASS II 4,000 PSI CONCRETE COLLARS EA 4 400-91A CONSTRUCTION DEWATERING LS 1 425-1-521 INLETS, DT BOT, TYPE'C', < 10' EA 11 425-1-551 INLETS, DT BOT, TYPE'E', < 10' EA 31 425-1-551A INLETS, DT BOT, TYPE 'E', < 10' w/ CONC. APRON EA 1 425-2-41 MANHOLE, TYPE 7 W/ P -BOTTOM <10' w/ 3' DIA. RING & COVER EA 4 425-2-61 MANHOLE, TYPE 8 W/ P -BOTTOM <10' w/ T DIA. RING & COVER EA 3 425-6 ADJUST VALVE BOX EA 12 430-175-118 PIPE CULVERT, ROUND, 18" REINFORCED CONCRETE PIPE CL III , S/CD LF 1,284 430-175-124 PIPE CULVERT, ROUND, 24" REINFORCED CONCRETE PIPE CL III , S/CD LF 3,348 430-175-124A PIPE CULVERT, ROUND, 24" CORRUGATED ALLUMINUM PIPE (12 GAUGE), S/CD LF 50 430-175-130 PIPE CULVERT, ROUND, 30" REINFORCED CONCRETE PIPE CL III , S/CD LF 668 430-175-215 PIPE CULVERT, ELLIPTICAL, 12"x18" REINFORCED CONRETE PIPE (CL III), S/CD LF 40 430-175-230 PIPE CULVERT, ELLIPTICAL, 24"x38" REINFORCED CONCRETE PIPE (CL III), S/CD LF 49 430-175-260 PIPE CULVERT, ELLIPTICAL, 48"x76" REINFORCED CONCRETE PIPE (CL 111), S/CD LF 136 430-982-125 MITERED END SECTION 18" ROUND 4:1 CD EA 2 430-984-623 MITERED END SECTION 12"x18" ELLIPTICAL 4:1 SD EA 2 515-1-2 PIPE HANDRAIL - GUIDERAIL ALUMINUM LF 840 520-1-10 CONCRETE CURB AND GUTTER TYPE F 3000 PSI MIN. LF 206 522-2 CONCRETE SIDEWALK AND DRIVEWAYS (6" THICK) (FIBER REINFORCED) (3000 PSI MIN. SY 5,104 527-2 DETECTABLE WARNINGS SF 576 530-3-4 RIPRAP - RUBBLE (F&I) (DITCH LINING TN 175 570-1-1 PERFORMANCE TURF SOD BAHIA SY 15,100 630-2-12A CONDUIT (F&I) (DIRECTIONAL BORE 2-2" PVC LF 2,646 630-2-100 CONDUIT (RELOCATE CONDUIT WITH FIBER/WIRE REMAINING OPERATIONAL) LF 50 633-1-121 FIBER OPTIC CABLE (F&I) (UNDERGROUND 12 STRAND LF 75 633-1-124 FIBER OPTIC CABLE (F&I) (UNDERGROUND 144 STRAND LF 4,542 633-1-620 FIBER OPTIC CABLE REMOVE UNDERGROUND 96 STRAND LF 1,377 633-2-31 FIBER OPTIC CONNECTION (F&I) (SPLICE EA 204 633-2-32 FIBER OPTIC CONNECTION (F&I) (TERMINATION EA 108 635-2-12 PULL & SPLICE BOX (F&I) (24'X36" PULL BOX 24" DEEP EA 4 635-2-15 PULL & SPLICE BOX (F&I) (30"X48" SLACK BOX 24" DEEP EA 2 700-1-111 SINGLE POST SIGN, F&I, GROUND MOUNT, UP TO 12 SF EA 5 700-1-112 SINGLE POST SIGN, F&I, GROUND MOUNT, 12 TO 20 SF EA 11 706-1-3 RETRO -REFLECTIVE PAVEMENT MARKERS RPMs EA 1 149 A TRUE COPY CERTIFICATION ON LAST PAGE RF YAN L. BUTLER, CLERK 711-11-121 THERMOPLASTIC STANDARD WHITE SOLID 6" LF 11,109 711-11-123 THERMOPLASTIC STANDARD WHITE SOLID 12" LF 1,431 711-11-125 THERMOPLASTIC STANDARD WHITE SOLID 24" LF 855 711-11-141 THERMOPLASTIC STANDARD WHITE 2'-4- SKIP 6" LF 2,002 711-11-160 THERMOPLASTIC STANDARD WHITE MESSAGES EA 17 711-11-171 THERMOPLASTIC STANDARD WHITE 6'-10' SKIP 6" LF 433 711-11-221 THERMOPLASTIC STANDARD YELLOW SOLID 6" LF 5,821 711-14-170 DIRECTIONAL ARROW PREFORMED THERMOPLASTIC EA 6 630-2-11 CONDUIT, F&I, OPEN TRENCH LF 153 630-2-12 CONDUIT, F&I, DIRECTIONAL BORE LF 190 630-2-14 CONDUIT, F&I, ABOVEGROUND LF 40 632-7-1 SIGNAL CABLE F&I PI 2 632-7-6 SIGNAL CABLE, REMOVE- INTERSECTION P1 2 635-2-14 PULL & SPLICE BOX (F&I) (17" X 30" COVER SIZE 12" DEEP EA 10 646-1-11 ALUMINUM SIGNALS POLE, PEDESTAL EA 10 646-1-60 ALUMINUM SIGNALS POLE, REMOVE EA 3 653-1-11 PEDESTRIAN SIGNAL, F&I, LED COUNTDOWN, 1 WAY AS 10 653-1-60 PEDESTRIAN SIGNAL, REMOVE PED SIGNAL- POLE/PEDESTAL TO REMAIN AS 2 665-1-11 PEDESTRIAN DETECTOR, F&I, STANDARD EA 10 665-1-60 PEDESTRIAN DETECTOR, REMOVE- POLE/PEDESTAL TO REMAIN EA 1 *** 1050-15-222 UTILITY PIPE ADJUST/MODIFY PVC WATER MAIN 2" LF 40 ***1050-15-222A UTILITY PIPE ADJUST/MODIFY PVC(WATER MAIN 4" LF 120 '**1050-15-223 UTILITY PIPE ADJUST/MODIFY PVC WATER MAIN 6" LF 40 ***1050-15-224 UTILITY PIPE ADJUST/MODIFY PVC WATER MAIN 8" LF 160 **'1055-31-208 UTILITY FITTING (F&I) (45 DEGREE BEND WATER MAIN 8" EA 16 ***1080-21-518 UTILITY FIXTURE WATER METER ADJUST EA 10 """1644-800 FIRE HYDRANT RELOCATE EA 1 —999-1 ASBUILT SURVEYING AND RECORD DRAWING PREPARATION (BY IREGISTERED SURVEYOR) LS 1 *"*999-25 FORCE ACCOUNT LS 1 UTILITY WORK BY HIGHWAY CONTRACTOR UWHC ***1 MOBILIZATION, DEMOBILIZATION, MOT (See City of Vero Beach Specification Section 01025) LS 1 **'2 INSTALL 2 -INCH HDPE WATER MAIN, HDD LF 200 **'3 INSTALL 2 -INCH HDPE FORCE MAIN, HDD LF 3,800 *"4 INSTALL 6 -INCH PVC WATER MAIN C900 LF 150 '*'5 INSTALL 8 -INCH PVC WATER MAIN C900 LF 3,600 ***6 INSTALL 8 -INCH HDPE WATER MAIN, HDD LF 280 ***7 INSTALL 6 -INCH LINE STOP EA 2 ***8 INSTALL 8 -INCH LINE STOP EA 1 ***9 FIRE HYDRANT ASSEMBLY (include 1 Anchor Coupling & 1- 6"Gate Valve with Valve Box) EA 7 ***10 RESILIENT SEAT GATE VALVE - 6 -INCH EA 2 *'*11 RESILIENT SEAT GATE VALVE - 8 -INCH EA 7 **'12 INSTALL WATER SERVICE SINGLE 2 -INCH EA 10 ***13 INSTALL WATER SERVICE DOUBLE 2 -INCH EA 3 ***14 REMOVE EXISTING 6 -INCH WATER MAIN (Including all Fittings, Valves, Water Service Taps, Retainer Glands, & Etc.) LF 2,400 *'*15 ADJUST VALVE BOX EA 3 *"*16 GROUT AND ABANDON 6 -INCH WATER MAIN LF 70 ***17 GROUT AND ABANDON 8 -INCH WATER MAIN LF 70 ***18 INSTALL SAMPLE POINTS PER DETAIL EA 7 '**19 INSTALL TEMPORARY JUMPER PER DETAIL EA 1 **'20 INSTALL BRANCH CONNECTION PER DETAIL EA 9 '*'21 AS -BUILT SURVEY LS 1 ***999-25A IFORCEACCOUNT I LS 1 **' Non -Participating Items STATE OF FLORIDA MOM 01 WR COUNTY THIS IS TO CERTIFY THAT T I6 A TRUE MID CORRECT COPY OF TyE OR F M T"S OFFICE Alt Form 525-010-W&B STATE OF FLORIDA DEPARTMENT OF TRANSPOBRT D.C. 525-011-0B STATE -FUNDED GRANT AG PROGRAM MANAGEMENT 8/21 Page 1 of 1 EXHIBIT B SCHEDULE OF FINANCIAL ASSISTANCE RECIPIENT NAME & BILLING ADDRESS: FINANCIAL PROJECT NUMBER: Indian River County 444270-1-54-01 180127m Street Vero Beach, FL 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 $ $ $ IIn-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) 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 $4,546,186.00 $3,075,576.00 $1,470,610.00 In -Kind FY: 2024 (Small County Outreach Program Cash FY: 2025 Maximum Department Participation $971,714.00 $420,806.00 $550,908.00 In -Kind (Small County Outreach Program) Cash Total Construction Cost $5,517,900.00 $3,496,382.00 $2,021,518.00 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 $5,517,900.00 $3,496,382.00 $2,021,518.00 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. Jason Nwamah District Grant Manager Name Signature Date