Loading...
HomeMy WebLinkAbout2008-020a� r Y' FM No: 627: 32- 228627-1-52-01, 1 FEID No: VF- 6-00 - 79 Py X00 S? OX) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LOCALLY FUNDED AGREEMENT THIS Locally Funded Agreement (hereinafter referred to as "AGREEMENT"), entered into this day of 200_, by and between the State of Florida Department of Transportation hereinafter called the DEPARTMENT, and INDIAN RIVER COUNTY located at 1801 27TH Street, Vero Beach, Florida 32960, hereinafter called the PARTICIPANT. t WITNESSETH WHEREAS, the DEPARTMENT and the PARTICIPANT are desirous of having the DEPARTMENT make certain improvements in connection with Financial Management (FM) Number 228627-1-32-02, 228627=1-52= 01, & 228627-1-62-01 in (Fiscal Year 2009/2010) for Reconstruction and Widening of SR -60 from 82nd Avenue/CR-609 to 66th Avenue/CR-615 in Indian River County, Florida. Refer to Exhibit "A" of this Agreement for a detailed Scope of Services; and, WHEREAS, for purposes of this Agreement, improvements to be made as stated above are hereinafter referred to as the "PROJECT"; and, WHEREAS, in order to expedite the PROJECT in advance of the DEPARTMENT'S schedule, the PARTICIPANT is prepared to advance the funding of the PROJECT in Fiscal Year 2007/2008 for the PROJECT, pursuant to Section 339.12 Florida Statutes; and, WHEREAS, the DEPARTMENT is prepared to commit funds for the reimbursement of conditions, subject to the appropriation of funds by the Legislature; and, WHEREAS, said PROJECT is on the State Highway System, is not revenue producing and is contained in the DEPARTMENT'S Adopted Work Program; and, WHEREAS, the improvements are in the interest of both the PARTICIPANT and the DEPARTMENT and it would be more practical, expeditious, and economical for the DEPARTMENT to perform such activities; and, WHEREAS, the PARTICIPANT by Resolution No. 2007-025 adopted on March 13 , 2007, , a copy of which is attached hereto and made a part hereof, authorizes the proper officials to enter into this AGREEMENT. NOW, THEREFORE, in consideration of the mutual benefits to be derived from this Agreement for the PROJECT, the parties agree to the following: 1. The recitals set forth above are true and correct and are deemed incorporated herein. 2. The DEPARTMENT shall be responsible for assuring that the PROJECT complies with all applicable Federal, State and Local laws, rules, regulations, guidelines and standards. 3. The DEPARTMENT shall have the sole responsibility for resolving claims and requests for additional work for the PROJECT. The DEPARTMENT will make reasonable efforts to obtain the PARTICIPANT input in its decisions. 1 of 7 4: The construction of the PROJECT is estimated to be completed in January, 2011. The PARTICIPANT'S advanced funding for this PROJECT is in the amount of THIRTY FOUR MILLION SIX HUNDRED SIXTY NINE THOUSAND SIX HUNDRED ONE DOLLARS ($34,669,601.00). The PARTICIPANT will submit the advance funding for the project in three payments. The PARTICIPANT agrees that it will, within thirty (30) days of execution of this Agreement, furnish the DEPARTMENT with a check for the first payment which is 10% of the PROJECT estimate in the amount of THREE MILLION FOUR HUNDRED SIXTY SIX THOUSAND NINE HUNDRED SIXTY DOLLARS AND TEN CENTS ($3,466,960.10). The second payment, which is 40% of the PROJECT estimate, is THIRTEEN MILLION EIGHT HUNDRED SIXTY SEVEN THOUSAND EIGHT HUNDRED FORTY DOLLARS AND FORTY CENTS ($13,867,840.40) and will be due no later than the date of letting, currently scheduled for March 26, 2008. The third and final payment, which is 50% of the PROJECT estimate, is in the amount of SEVENTEEN MILLION THREE HUNDRED THIRTY FOUR THOUSAND EIGHT HUNDRED DOLLARS AND FIFTY CENTS ($17,334,800.50) and is due seven days prior to the execution of the construction contract by the DEPARTMENT. Currently, the construction contract is scheduled to be executed on May 9, 2008. The DEPARTMENT agrees to reimburse the PARTICIPANT for their participation in accordance with Section 339.12(4)(c), Florida Statutes. The PARTICIPANT acknowledges and agrees that it will not invoice the DEPARTMENT for any portion of the THIRTY FOUR MILLION SIX HUNDRED SIXTY NINE THOUSAND SIX HUNDRED ONE DOLLARS ($34,669,601.00) prior to July 1, 2009, the fiscal year the PROJECT is scheduled in the Department's Work program. After a receipt of a properly documented invoice, the payments will be made to the PARTICIPANT in seven (7) equal quarterly payments of FOUR MILLION THREE HUNDRED THIRTY THREE THOUSAND SEVEN HUNDRED DOLLARS AND TWELVE CENTS ($4,333,700.12) and the eighth (8th) quarterly payment of FOUR MILLION THREE HUNDRED THIRTY THREE THOUSAND SEVEN HUNDRED DOLLARS AND SIXTEEN CENTS ($4,333,700.16) , which equals THIRTY FOUR MILLION SIX HUNDRED SIXTY NINE THOUSAND SIX HUNDRED ONE DOLLARS ($34,669,601.00). Remittance shall be made payable to the Department of Financial Services, Revenue Processing. Payment shall be clearly marked to indicate that it is to be applied to FM Project No. 228627-1-32-02, 228627-1-52-01, & 228627-1-62-01. The DEPARTMENT shall utilize this deposit for payment of the cost of Projects No. 228627-1-32-02, 28627-1-52-01, & 228627-1- 62-01. Payment shall be mailed to: Florida Department of Transportation Professional Services Unit - 3400 W. Commercial Boulevard Fort Lauderdale, Florida 33309-3421 Attention: Leos A. Kennedy, Jr. 2 of 7 0 I Breakdown of Funding Design Services FM# 228627=1=32=02 Construction FM# 228627=1-52-01 CEI Services FM# 228627=1-62-01 $2502000.00 $309928,126.00 $3,4911475.00 Total estimated Project Cost = $34,669,601.00 (A) If the accepted bid amount plus allowances is in excess of the advance deposit amount, the PARTICIPANT will provide an additional deposit within fourteen (14) calendar days of notification from the DEPARTMENT or prior to posting of the accepted bid, whichever is earlier, so that the total deposit is equal to the bid amount plus allowances. The DEPARTMENT will notify the PARTICIPANT as soon as it becomes apparent the accepted bid amount plus allowances are in excess of the advance deposit amount; however, failure of the DEPARTMENT to so notify the PARTICIPANT shall not relieve the PARTICIPANT from its obligation to pay for its full participation. If the PARTICIPANT cannot provide the additional deposit within fourteen (14) days, a letter must be submitted to and approved by the DEPARTMENT'S project manager indicating when the deposit will be made. The PARTICIPANT understands the request and approval of the additional time could delay the PROJECT, and additional costs may be incurred due to delay of the PROJECT, (B) The DEPARTMENT intends to have it final and complete accounting of all costs incurred in connection with the work performed hereunder within three hundred sixty (360) days of final payments is made to the Contractor. The DEPARTMENT considers the PROJECT complete when the final payment is made to the Contractor, not when the construction work is complete. All PROJECT cost records and accounts shall be subject to audit by a representative of the PARTICIPANT fora period of five (5) years after final close out of the PROJECT. The PARTICIPANT will be notified of the final cost. Both parties agree that in the event the final accounting of total PROJECT costs pursuant to the terms of this Agreement is less than the total deposits to date, a refund of the excess will be made by the DEPARTMENT to the PARTICPANT. If the final accounting is not performed within three hundred and sixty (360) days, the PARTICIPANT is not relieved from its obligation to pay. (C) In the event the final accounting of total PROJECT costs is greater than the total deposits to date, the PARTICIPANT will pay the additional amount within forty (40) calendar days from the date of the invoice from the DEPARTMENT. The PARTICIPANT agrees to pay interest at a rate as established pursuant to Section 55.03, F. S., on any invoice not paid within forty (40) calendar days until the invoice is paid. 3 of 7 (D) The payment of funds under this Agreement will be made: Directly to the DEPARTMENT for deposit and as provided in the Memorandum of Agreement (MOA) between PARTICIPANT, DEPARTMENT, and the State of Florida, Department of Financial Services, Division of Treasury, a copy of which is attached hereto as Exhibit "B". NOTE: The MOA is a benefit to both the DEPARTMENT and the PARTICIPANT. Interest earned will be used for any additional costs of PARTICIPANT responsibility. Any unused funds, including interest, will be provided to the PARTICIPANT after the final accounting of the PROJECT has been performed. (E) The DEPARTMENT'S obligation to pay any sum pursuant to this Agreement is contingent upon an annual appropriation by the Florida Legislature. 5. In the event the PROJECT modifications or changes to bid items occur that increase or exceed the amount authorized in paragraph 4, the PARTICIPANT will be notified by the DEPARTMENT. The PARTICIPANT agrees to provide, without delay, additional funding needed to complete the PROJECT by means of a Supplemental Amendment, to be signed by both parties before work is undertaken. The DEPARTMENT acknowledges and agrees that any additional funding provided by the PARTICIPANT shall be reimbursed in addition to the amount authorized in paragraph 4, during the scheduled reimbursement. The DEPARTMENT shall notify the PARTICIPANT as soon as it becomes apparent the actual costs will overrun the award amount. However, failure of the DEPARTMENT to so notify the PARTICIPANT shall not relieve the PARTICIPANT from its obligation to pay for its full participation during the PROJECT and on final accounting as provided herein. Funds due from the PARTICIPANT during the PROJECT not paid within forty (40) days calendar days from the date of the invoice are subject to an interest charge at a rate established pursuant to Section 55.03, F.S. 6. In the event it becomes necessary for the DEPARTMENT to institute suit for the enforcement of the provisions of this Agreement, each party shall be responsible to pay their own attorney fees and court costs. 7. This AGREEMENT and any interest herein shall not be assigned, transferred or otherwise encumbered by the PARTICIPANT under any circumstances without the prior written consent of the DEPARTMENT. However, this AGREEMENT shall run to the DEPARTMENT and its successors. 8. Except as otherwise set forth herein, this AGREEMENT shall continue in effect and be binding to both the PARTICIPANT and the DEPARTMENT until the PROJECT is completed as evidenced by the written acceptance of the DEPARTMENT, or June 30, 2011 whichever occurs first. 9. The PARTICIPANT warrants that it has not employed or obtained any company or person, other than bona fide employees of the PARTICIPANT, to solicit or secure this AGREEMENT, and it has not paid or agreed to pay any company, corporation, individual or firm, other than a 4of7 V bona fide employee employed by the PARTICIPANT. For breach or violation of this provision, the DEPARTMENT shall have the right to terminate the AGREEMENT without liability. 10. With respect to any of the PARTICIPANT'S agents, consultants, subconsultants, contractors, and/or sub -contractors, such party in any contract for this Project shall agree to indemnify, defend, save and hold harmless the DEPARTMENT from all claims, demands, liabilities, and suits of any nature arising out of, because of or due to any intentional and/or negligent act or occurrence, omission or commission of such agents, consultants, subconsultants, contractors and/or subcontractors. The PARTICIPANT shall provide to the DEPARTMENT written evidence of the foregoing upon the request of the DEPARTMENT. It is specifically understood and agreed that this indemnification clause does not cover or indemnify the DEPARTMENT for its own negligence. 11. This AGREEMENT is governed by and construed in accordance with the laws of the State of Florida. 12. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein, and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representation or agreements whether oral or written. It is further agreed that no modification, amendment, or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 13. Any or all notices (except invoices) given or required under this Agreement shall be in writing and either personally delivered with .receipt acknowledged or sent by certified mail, return receipt requested. All notices delivered shall be sent to the following addresses: If to the DEPARTMENT: Florida Department of Transportation - District Four 3400 West Commercial Blvd. Fort Lauderdale, Florida 33309-3421 Attn: Leos A. Kennedy, Jr. With a copy to: Betsy Jeffers A second copy to: District General Counsel If to the PARTICIPANT: Indian River County 1801 27th Street Vero Beach, Florida 32960 Attn: Jim Davis, P.E. With a copy to: Joseph Baird County Administrator With a second copy to: County Attorney 5 of 7 IN WITNESS WHEREOF, this Agreement is to be executed by the parties below for the purposes specified herein. Authorization has been given to enter into and execute this Agreement by Resolution No. L. `� . hereto attached. INDIAN RIVER COUNTY BY: NAME TITLE ATTEST: M Sandra L. Bowden hai•rman COUNTY CLERK F UN .i ti,'�e CLERK CIRCUIT COURT APPROVED: BY: (SEAL) COUNTY ATTORNEY STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: ROSIELYN QUIROZ DIRECTOR OF TRANSPORTATION SUPPORT APPROVED: (AS TO FORM) BY: DISTRICT GENERAL COUNSEL APPROVED: BY: PROFESSIONAL SERVICES ADMINISTRATOR 6of7 IV RESOLUTION NO, 2007- 025 A RESOLUTION OF THE BOARD OF CONY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AUTHORIZING THE CHAIRMAN TO EXECUTE JOINT PARTICIPATION AGREEMENTS WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION TO ADVANCE CONSTRUCTION OF SEGMENTS OF STATE ROAD 60 WHEREAS, the anticipated transportation demands on State Road 60 from 66th Avenue to 82nd Avenue and from 82nd Avenue to I-95 (the Segments) will exceed the level of service established in the Comprehensive Plan; and WHEREAS, if improvements are not made to the Segments, and traffic exceeds the level of service, applications for New Development would be denied as they would not meet the requirements of the Concurrency Management System; and WHEREAS, improvement to the Segments will eliminate existing deficiencies and create new capacity on the Segments; and - WHEREAS, in order for the Segments to meet the requirements of the Concurrency Management System, the improvements must appear in the first three years of the Florida Department of Transportation's work plan; and WHEREAS, in order for the improvements to the Segments to appear in the first three years of the FDOT work plan, the County must supply the funding to FDOT; and WHEREAS, the County, by resolution, has determined to agree with the Florida Department of Transportation to enter into Advance Construction Agreements providing for the advance construction of the Segment Improvements conditioned upon the advancement of their cost of construction by the County; and WHEREAS, the Advance Construction Agreements will provide for reimbursement to the County from available State and Federal Funds of the principal amount advanced but do not provide or allow for any reimbursement to the County for the Interest Component; and WHEREAS, the County and FDOT have agreed to enter into a Joint Participation Agreement for advancing construction of SR 60, whereby construction funding of approximately $38 Million will be advanced by Indian River County in 2007/08, and an additional $30 million will be advanced by Indian River County in 2008/09; STATE OF FLORIDA INDIAN RIVER COUNTY THIS IS g0 CERTIFY THAT THIS IS A TRITE AND CORRECT COPY OF 'rs.IE ORIGINAL ON FILE IN THIS 0FFICE S FFREY K. BARTON, CLERK BY t REASOLUTION NO. 2007- 025 1. The Chairman of the Board of County Commissioners is authorized to execute any documents necessary to complete the Advance Construction Agreement for the improvements to the Segments of State Road 60. The forgoing Resolution was offered by Commissioner 01 Bryan and seconded by Commissioner Wheeler and upon being put to a vote, the vote was as follows: Gary C. Wheeler, Chairman Aye Sandra L. Bowden, Vice Chairman Aye Wesley S. Davis, Commissioner Aye Joe Flescher, Commissioner Nay Peter D. O'Bryan, Commissioner Aye The Chairman thereupon declared the resolution duly passed and adopted at a meeting held this 13th day of March, 2007, BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA BY: Gary Wheeler, Chairman ATTEST: '�Z 4"K Jeffrey K. Barton, Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY William G. Collins II, County Attorney FAAttorncy\Bill\Ordinance Atnendments\State Road 60\BCC Resolution of Execution of Agreennent.doc Exhibit "A" Scope of Services The Department will reconstruct and widen SR -60 from a 4 -lane rural to a 6 -lane urban section. The proposed typical section will consist of a raised 22' median with curb and gutter at the inside edge of pavements and curb and gutter with sidewalk at the outside edge of pavements. The landscaping, lighting, signing, pavement markings, and 3 signalized intersections will be upgraded for the corridor. This Project also includes the replacement of a large portion of an open canal (R-3 Canal) located along the south side of the corridor with an underground pipe. 7of7 THIS AGREEMENT, made and entered into this , day of 200 , by and between the State of Florida, Department of Transportation, hereinafter referred to as "FDOT" and the State of Florida, Department of Financial Services, Division of Treasury and INDIAN RIVER COUNTY hereinafter referred to as the "Participant". WHEREAS, "FDOT" is currently constructing the following project: Financial Project Number: 228627-1-32-02, 228627-1-52-01, & 228627=1-62-01 County: INDIAN RIVER hereinafter referred to as the "Project". WHEREAS, FDOT and the Participant entered into a Locally Funded Agreement (LFA) dated , wherein DOT agreed to perform certain work on behalf of the Participant in conjunction with the Project. WHEREAS, the parties to this AGREEMENT mutually agreed that it would be in the best interest of the FDOT and the Participant to establish an interest bearing escrow account to provide funds for the work performed on the Project on behalf of the Participant by the FDOT. NOW THEREFORE, in consideration of the premises and the covenants contained herein, the parties agree to the following. 1. FDOT and the PARTICIPANT agree that the recitals set forth above are true and correct and deemed incorporated herein. 2. An initial deposit in the amount of THREE MILLION FOUR HUNDRED SIXTY SIX THOUSAND NINE HUNDRED SIXTY DOLLARS AND TEN CENTS ($3,466,960.10) will be made by the Participant into an interest bearing escrow account established by the FDOT for the purposes of the Project. Subsequent deposits will be made into the account in accordance with the Locally Funded Agreement. Said escrow account will be opened with the Department of Financial Services, Division of Treasury, Bureau of Collateral Management on behalf of the FDOT upon receipt of this Memorandum of Agreement. Such account will be an asset of FDOT. 3. Other deposits will be made only by the Participant as necessary to cover the cost of additional work prior to the execution of any Supplemental Agreements. IV 4. All deposits shall be made payable to the Department of Financial Services, Revenue Processing and mailed to the FDOT District Four Office, The District Four Office will then forward the check, along with required documentation to the FDOT Central Office for appropriate processing at the following address: Florida Department of Transportation Office of Comptroller General Accounting Office, LFA Section 605 Suwannee Street, Mail Station #42B Tallahassee, Florida 32399 5. The FDOT'S Comptroller or designee shall be the sole signatories on the escrow account with the Department of Financial Services and shall have sole authority to authorize withdrawals from said account. 6. Unless instructed otherwise by the parties hereto, all interest accumulated in the escrow account shall remain in the account for the purposes of the project as defined in the LFA. 7. The Department of Financial Services agrees to provide written confirmation of receipt of funds to the FDOT. 8. The Department of Financial Services further agrees to provide periodic reports to the FDOT. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION COMPTROLLER APPROVED AS ,TO FORt`3, AN� °@ S P` F9IEf�MCY SY - WILLIAM K. DEBRAAL DEPUTY COUNTY ATTORNEY BY: STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF TREASURY Sandra L. Bowden, Chairman PARTICIPANT NAME & TITLE 180127 TH Street Vero Beach FL 32960 PARTICIPANT ADDRESS F-596-000-79 FEDERAL EMPLOYER I.D. NUMBER