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