HomeMy WebLinkAbout2006-417-1of2 Contract No. :
Catalog of State Financial Assistance No . 55M6 Financial Project No . : 421861-1 -53-01
COUNTY: INDIAN RIVER COUNTY
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
TRANSPORTATION REGIONAL INCENTIVE PROGRAM AGREEMENT
THIS AGREEMENT, entered into this I91'1day of
, 200 , by and between the STATE OF FLORIDA DEkARTMENT OF
TRANSPORTATION, hereinafter referred to as the "DEPARTMENT, " and INDIAN RIVER
COUNTY, hereinafter referred to as the "COUNTY. "
WITNESSETH
WHEREAS, the DEPARTMENT has the authority, under Fla. Stat. §334. 044, to enter into this
Agreement; and
WHEREAS, the Transportation Regional Incentive Program was created by Fla. Stat.
§339.2819 to provide funds to improve regionally significant transportation facilities in "regional
transportation areas" pursuant to Fla. Stat. §339. 155 (5); and
WHEREAS, the COUNTY has certified to the DEPARTMENT that it has met the eligibility
requirements of Fla. Stat. §339.2819; and
WHEREAS, the Treasure Coast Transportation Council, acting as a designated regional
partnership under Fla. Stat §339.155 (5)(c) and formed by an interlocal agreement, designated
Oslo Road as a regional facility by resolution, a copy of which is attached hereto and made a part
hereof as Exhibit " B".
WHEREAS, the DEPARTMENT is willing to provide the COUNTY with financial assistance
under Financial Management (FM) No. 421861- 1-58-01 for Construction and Construction
Engineering Inspection (CEI) Services of Oslo Road from 27th Avenue to 10th Avenue,
hereinafter referred to as the 'PROJECT, " in accordance with Fla. Stat. §339.2819 ; and
WHEREAS , the COUNTY by Resolution No. 2006 - 189 dated
the 12th dayof OPcPmhPr 200 6_, a copy of which is attached
hereto and made a part hereof, has authorized the Chairman of its Board of Commissioners or
designee to enter into this Agreement.
NOW, THEREFORE, in consideration of the mutual covenants, promises, and
representations contained herein, the parties agree as follows :
1 . SERVICES AND PERFORMANCE
A) The COUNTY shall furnish the services with which to construct the PROJECT. The
PROJECT consists of: Construction and Construction Engineering Inspection (CEI)
Services of Oslo Road from 27th Avenue to 101h Avenue.
B) The COUNTY agrees to undertake the construction of the PROJECT in accordance with
all applicable, federal, state and local statutes, rules and regulations, and standards. The
COUNTY shall be responsible for obtaining clearances/permits required for the construction
of the PROJECT from the appropriate permitting authorities. Upon completion of the
PROJECT, the COUNTY shall certify to the DEPARTMENT in writing that the PROJECT
1
Contract No. :
Catalog of State Financial Assistance No . 55M6 Financial Project No . : 421861-1 -53-01
COUNTY: INDIAN RIVER COUNTY
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
TRANSPORTATION REGIONAL INCENTIVE PROGRAM AGREEMENT
THIS AGREEMENT, entered into this I91'1day of
, 200 , by and between the STATE OF FLORIDA DEkARTMENT OF
TRANSPORTATION, hereinafter referred to as the "DEPARTMENT, " and INDIAN RIVER
COUNTY, hereinafter referred to as the "COUNTY. "
WITNESSETH
WHEREAS, the DEPARTMENT has the authority, under Fla. Stat. §334. 044, to enter into this
Agreement; and
WHEREAS, the Transportation Regional Incentive Program was created by Fla. Stat.
§339.2819 to provide funds to improve regionally significant transportation facilities in "regional
transportation areas" pursuant to Fla. Stat. §339. 155 (5); and
WHEREAS, the COUNTY has certified to the DEPARTMENT that it has met the eligibility
requirements of Fla. Stat. §339.2819; and
WHEREAS, the Treasure Coast Transportation Council, acting as a designated regional
partnership under Fla. Stat §339.155 (5)(c) and formed by an interlocal agreement, designated
Oslo Road as a regional facility by resolution, a copy of which is attached hereto and made a part
hereof as Exhibit " B".
WHEREAS, the DEPARTMENT is willing to provide the COUNTY with financial assistance
under Financial Management (FM) No. 421861- 1-58-01 for Construction and Construction
Engineering Inspection (CEI) Services of Oslo Road from 27th Avenue to 10th Avenue,
hereinafter referred to as the 'PROJECT, " in accordance with Fla. Stat. §339.2819 ; and
WHEREAS , the COUNTY by Resolution No. 2006 - 189 dated
the 12th dayof OPcPmhPr 200 6_, a copy of which is attached
hereto and made a part hereof, has authorized the Chairman of its Board of Commissioners or
designee to enter into this Agreement.
NOW, THEREFORE, in consideration of the mutual covenants, promises, and
representations contained herein, the parties agree as follows :
1 . SERVICES AND PERFORMANCE
A) The COUNTY shall furnish the services with which to construct the PROJECT. The
PROJECT consists of: Construction and Construction Engineering Inspection (CEI)
Services of Oslo Road from 27th Avenue to 101h Avenue.
B) The COUNTY agrees to undertake the construction of the PROJECT in accordance with
all applicable, federal, state and local statutes, rules and regulations, and standards. The
COUNTY shall be responsible for obtaining clearances/permits required for the construction
of the PROJECT from the appropriate permitting authorities. Upon completion of the
PROJECT, the COUNTY shall certify to the DEPARTMENT in writing that the PROJECT
1
has been completed in accordance with the applicable standards, statutes, rules and
regulations.
C) The DEPARTMENT will be entitled at all times to be advised, at its request, as to the
status of work being done by the COUNTY and of the details thereof. Coordination
shall be maintained by the COUNTY with representatives of the DEPARTMENT . The
COUNTY shall provide the DEPARTMENT with quarterly progress reports.
D) The COUNTY shall not sublet, assign or transfer any work under this Agreement
without prior written consent of the DEPARTMENT .
E) All notices under this Agreement shall be directed to the following addresses:
TO DEPARTMENT : TO COUNTY:
Florida Department of Transportation Indian River Coun . Public Works
3400 West Commercial Blvd. 1840 25� Street
Fort Lauderdale, FL 33309-3421 Vero Beach, FL 32960-3365
Attn : Leos A . Kennedy, Jr. Attn : Jim Davis , P.E.
With a copy to : Stacy L. Miller, P.E With a copy to : County Attorney
2, TERM
A) Except as otherwise set forth herein , this Agreement shall continue in effect and be
binding to both the COUNTY and the DEPARTMENT until the PROJECT is
completed as evidenced by the written acceptance of the DEPARTMENT or June 30,
2009 .
B ) This Agreement shall not be renewed. Any extension shall be in writing and executed by
both parties, and shall be subject to the same terms and conditions set forth in this
Agreement and contingent upon the DEPARTMENT' S Director of Transportation
Development or Designee ' s Approval .
3. COMPENSATION AND PAYMENT
A) The COUNTY and the DEPARTMENT agree to share the cost of this PROJECT FM#
421861 - 1 -58-01 . The COUNTY agrees to provide one-half (1 /2) of the match for
PROJECT expenditures and the DEPARTMENT agrees to provide the other one-half
(1 /2) pursuant to Fla . Stat. §339.2819 .
B) The estimated total cost as set forth in the DEPARTMENT' S adopted work program for
this PROJECT is EIGHT MILLION DOLLARS ($8,000,000.00) . The estimated
COUNTY share for one-half ( 1 /2) the PROJECT is FOUR MILLION DOLLARS
(S4,000,000.00) . The estimated DEPARTMENT share for one-half ( 1 /2) the PROJECT
is FOUR MILLION DOLLARS ($4,000,000.00) which is the maximum participation
by the DEPARTMENT , for actual costs incurred during the construction and CEI phase .
The parties further agree all remaining costs of the PROJECT shall be the sole
responsibility of the COUNTY .
2
has been completed in accordance with the applicable standards, statutes, rules and
regulations.
C) The DEPARTMENT will be entitled at all times to be advised, at its request, as to the
status of work being done by the COUNTY and of the details thereof. Coordination
shall be maintained by the COUNTY with representatives of the DEPARTMENT . The
COUNTY shall provide the DEPARTMENT with quarterly progress reports.
D) The COUNTY shall not sublet, assign or transfer any work under this Agreement
without prior written consent of the DEPARTMENT .
E) All notices under this Agreement shall be directed to the following addresses:
TO DEPARTMENT : TO COUNTY:
Florida Department of Transportation Indian River Coun . Public Works
3400 West Commercial Blvd. 1840 25� Street
Fort Lauderdale, FL 33309-3421 Vero Beach, FL 32960-3365
Attn : Leos A . Kennedy, Jr. Attn : Jim Davis , P.E.
With a copy to : Stacy L. Miller, P.E With a copy to : County Attorney
2, TERM
A) Except as otherwise set forth herein , this Agreement shall continue in effect and be
binding to both the COUNTY and the DEPARTMENT until the PROJECT is
completed as evidenced by the written acceptance of the DEPARTMENT or June 30,
2009 .
B ) This Agreement shall not be renewed. Any extension shall be in writing and executed by
both parties, and shall be subject to the same terms and conditions set forth in this
Agreement and contingent upon the DEPARTMENT' S Director of Transportation
Development or Designee ' s Approval .
3. COMPENSATION AND PAYMENT
A) The COUNTY and the DEPARTMENT agree to share the cost of this PROJECT FM#
421861 - 1 -58-01 . The COUNTY agrees to provide one-half (1 /2) of the match for
PROJECT expenditures and the DEPARTMENT agrees to provide the other one-half
(1 /2) pursuant to Fla . Stat. §339.2819 .
B) The estimated total cost as set forth in the DEPARTMENT' S adopted work program for
this PROJECT is EIGHT MILLION DOLLARS ($8,000,000.00) . The estimated
COUNTY share for one-half ( 1 /2) the PROJECT is FOUR MILLION DOLLARS
(S4,000,000.00) . The estimated DEPARTMENT share for one-half ( 1 /2) the PROJECT
is FOUR MILLION DOLLARS ($4,000,000.00) which is the maximum participation
by the DEPARTMENT , for actual costs incurred during the construction and CEI phase .
The parties further agree all remaining costs of the PROJECT shall be the sole
responsibility of the COUNTY .
2
i) In the event the COUNTY proceeds with the construction/construction inspection of
the PROJECT with its own forces, the COUNTY will only be reimbursed for direct costs
(this excludes general and administrative overhead).
ii) All costs charged to the PROJECT shall be supported by properly executed payrolls,
time records, invoices, contracts, or vouchers evidencing in proper detail the nature and
propriety of the charges.
C) Payment shall be made only after receipt and approval of goods and services unless
advance payments are authorized by the DEPARTMENT under Section 334.044 (29),
Florida Statutes.
D) If this Agreement involves units of deliverables, then such units must be received and
accepted in writing by the Contract Manager prior to payments.
E) The COUNTY must submit the final invoice to the DEPARTMENT within 180-days
after the final acceptance of the PROJECT. Invoices submitted after the 180-day time
period will not be paid.
F) The DEPARTMENT ' S obligation to pay under this Agreement is contingent upon an
annual appropriation by the Legislature.
G) Bills for fees or other compensation for services or expenses shall be submitted in detail
sufficient for a proper pre-audit and post-audit.
H) Travel costs will not be reimbursed.
I) The COUNTY shall submit one invoice (3 copies), plus supporting documentation
required by the DEPARTMENT to the Project Manager for approval and processing on
a monthly basis .
J) A Vendor Ombudsman has been established within the Department of Financial
Services. The duties of this individual include acting as an advocate for
contractors/vendors who may be experiencing problems in obtaining timely payments(s)
from a state and/or COUNTY. The Vendor Ombudsman may be contacted at (850) 410-
9724 or by calling the Department of Financial Services Hotline, 1 -800-848 -3792.
K) Records of costs incurred under terms of this Agreement shall be maintained and made
available upon request to the DEPARTMENT at all times during the period of this
Agreement and for five years after final payment is made. Copies of these documents
and records shall be furnished to the DEPARTMENT upon request. Records of costs
incurred includes the COUNTY'S general accounting records and the project records,
together with supporting documents and records of the COUNTY and all subcontractors
performing work on the project, and all other records of the COUNTY and
subcontractors considered necessary by the DEPARTMENT for a proper audit of costs.
L) The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability,
3
i) In the event the COUNTY proceeds with the construction/construction inspection of
the PROJECT with its own forces, the COUNTY will only be reimbursed for direct costs
(this excludes general and administrative overhead).
ii) All costs charged to the PROJECT shall be supported by properly executed payrolls,
time records, invoices, contracts, or vouchers evidencing in proper detail the nature and
propriety of the charges.
C) Payment shall be made only after receipt and approval of goods and services unless
advance payments are authorized by the DEPARTMENT under Section 334.044 (29),
Florida Statutes.
D) If this Agreement involves units of deliverables, then such units must be received and
accepted in writing by the Contract Manager prior to payments.
E) The COUNTY must submit the final invoice to the DEPARTMENT within 180-days
after the final acceptance of the PROJECT. Invoices submitted after the 180-day time
period will not be paid.
F) The DEPARTMENT ' S obligation to pay under this Agreement is contingent upon an
annual appropriation by the Legislature.
G) Bills for fees or other compensation for services or expenses shall be submitted in detail
sufficient for a proper pre-audit and post-audit.
H) Travel costs will not be reimbursed.
I) The COUNTY shall submit one invoice (3 copies), plus supporting documentation
required by the DEPARTMENT to the Project Manager for approval and processing on
a monthly basis .
J) A Vendor Ombudsman has been established within the Department of Financial
Services. The duties of this individual include acting as an advocate for
contractors/vendors who may be experiencing problems in obtaining timely payments(s)
from a state and/or COUNTY. The Vendor Ombudsman may be contacted at (850) 410-
9724 or by calling the Department of Financial Services Hotline, 1 -800-848 -3792.
K) Records of costs incurred under terms of this Agreement shall be maintained and made
available upon request to the DEPARTMENT at all times during the period of this
Agreement and for five years after final payment is made. Copies of these documents
and records shall be furnished to the DEPARTMENT upon request. Records of costs
incurred includes the COUNTY'S general accounting records and the project records,
together with supporting documents and records of the COUNTY and all subcontractors
performing work on the project, and all other records of the COUNTY and
subcontractors considered necessary by the DEPARTMENT for a proper audit of costs.
L) The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability,
3
or enter into any contract which, by its terms, involves the expenditure of money in
excess of the amounts budgeted as available for expenditure during such fiscal year.
Any contract, verbal or written, made in violation of this subsection is null and void, and
no money may be paid on such contract. The DEPARTMENT shall require a statement
from the Comptroller of the DEPARTMENT that funds are available prior to entering
into any such contract or other binding commitment of funds. Nothing herein contained
shall prevent the making of contracts for periods exceeding one year, but any contract so
made shall be executory only for the value of the services to be rendered or agreed to be
paid for in succeeding fiscal years. Accordingly, the State of Florida's performance and
obligation to pay under this Contract is contingent upon an annual appropriation by the
Legislature.
4 . ROADWAY LEVEL OF SERVICE
A) Fla. Stat. § 163.3180 requires that facilities funded through the Transportation Regional
Incentive Program adopt the level of service standards established by the
DEPARTMENT for the PROJECT limits.
B) The logical termini for the level of service purposes are 27th Avenue to Old Dixie
Highway.
C) The COUNTY agrees that once the additional capacity from the PROJECT is available
for purposes of concurrency under Fla. Stat. §163.3180, it will officially adopt the
DEPARTMENT'S level of service for the segment of Oslo Road between the logical
termini specified in (B), above. This will be accomplished through an update to the
comprehensive plan within one year of the completion of the PROJECT.
5. INDEMNITY AND INSURANCE
A) INDEMNITY
i) To the extent allowed by law, the COUNTY shall indemnify, defend, and hold
harmless the DEPARTMENT and all of its officers, agents, and employees from any
claim , loss, damages, cost, charge, or expense arising out of any act, error, omission,
or negligent act by the COUNTY, its agents, employees, consultants, contractors,
and/or subcontractors, during the performance of the Agreement, except that neither
the COUNTY, its agents, or its employees will be liable under this paragraph for any
claim , loss, damages, cost, charge, or expense arising out of any act, error, omission,
or negligent act by the DEPARTMENT, or any of its officers, agents, or employees,
during the performance of the Agreement.
ii) When either party receives notice of claim for damages that may have been caused by
the other party in the performance of services required under this Agreement, that
party will immediately forward the claim to the other party. Each party will evaluate
the claim, and report its findings to each other within fourteen ( 14) working days and
jointly discuss options in defending the claim . A party' s failure to promptly notify
the other of a claim will not act as a waiver or any right herein.
iii) The COUNTY agrees to include the following indemnification in all contracts with
contractors/subcontractors, consultants/subconsultants, who perform work in
connection with this Agreement:
4
or enter into any contract which, by its terms, involves the expenditure of money in
excess of the amounts budgeted as available for expenditure during such fiscal year.
Any contract, verbal or written, made in violation of this subsection is null and void, and
no money may be paid on such contract. The DEPARTMENT shall require a statement
from the Comptroller of the DEPARTMENT that funds are available prior to entering
into any such contract or other binding commitment of funds. Nothing herein contained
shall prevent the making of contracts for periods exceeding one year, but any contract so
made shall be executory only for the value of the services to be rendered or agreed to be
paid for in succeeding fiscal years. Accordingly, the State of Florida's performance and
obligation to pay under this Contract is contingent upon an annual appropriation by the
Legislature.
4 . ROADWAY LEVEL OF SERVICE
A) Fla. Stat. § 163.3180 requires that facilities funded through the Transportation Regional
Incentive Program adopt the level of service standards established by the
DEPARTMENT for the PROJECT limits.
B) The logical termini for the level of service purposes are 27th Avenue to Old Dixie
Highway.
C) The COUNTY agrees that once the additional capacity from the PROJECT is available
for purposes of concurrency under Fla. Stat. §163.3180, it will officially adopt the
DEPARTMENT'S level of service for the segment of Oslo Road between the logical
termini specified in (B), above. This will be accomplished through an update to the
comprehensive plan within one year of the completion of the PROJECT.
5. INDEMNITY AND INSURANCE
A) INDEMNITY
i) To the extent allowed by law, the COUNTY shall indemnify, defend, and hold
harmless the DEPARTMENT and all of its officers, agents, and employees from any
claim , loss, damages, cost, charge, or expense arising out of any act, error, omission,
or negligent act by the COUNTY, its agents, employees, consultants, contractors,
and/or subcontractors, during the performance of the Agreement, except that neither
the COUNTY, its agents, or its employees will be liable under this paragraph for any
claim , loss, damages, cost, charge, or expense arising out of any act, error, omission,
or negligent act by the DEPARTMENT, or any of its officers, agents, or employees,
during the performance of the Agreement.
ii) When either party receives notice of claim for damages that may have been caused by
the other party in the performance of services required under this Agreement, that
party will immediately forward the claim to the other party. Each party will evaluate
the claim, and report its findings to each other within fourteen ( 14) working days and
jointly discuss options in defending the claim . A party' s failure to promptly notify
the other of a claim will not act as a waiver or any right herein.
iii) The COUNTY agrees to include the following indemnification in all contracts with
contractors/subcontractors, consultants/subconsultants, who perform work in
connection with this Agreement:
4
%w .r
"The consultant, contractor, and/or subcontractor shall indemnify, defend, save,
and hold harmless the DEPARTMENT and all of its officers, agents or
employees from all suits, actions, claims, demands, liability of any nature
whatsoever arising out of, because of, or due to any negligent act or occurrence of
omission or commission of the contractor, their officers, agents, or employees.
Neither the consultant, contractor, or subcontractor, nor any of its officers, agents,
or employees will be liable under this section for damages arising out of injury or
damage to persons or property directly caused or resulting from the sole
negligence of the DEPARTMENT or any of its officers, agents, or employees. "
B) LIABILITY INSURANCE .
i) The COUNTY shall carry and keep in force during the period of this Agreement a
general liability policy or policies with a company or companies authorized to do
business in Florida, affording public liability insurance with combined bodily injury
limits of at least $ 100,000 per person and $300, 000 each occurrence, and property
damage insurance of at least $50,000 each occurrence, for the services to be rendered
in accordance with this Agreement. However, in the event the COUNTY maintains a
self-insurance fund to cover such liability, the COUNTY agrees to maintain
sufficient reserves in the fund to pay the above-described liability limits . In addition
to any other forms of insurance or bonds required under the terms of this Agreement,
the COUNTY must comply or cause its contractor to comply with §7- 13 of the
DEPARTMENT 'S Standard Specifications for Road and Bridge Construction
(2000) , as amended.
C) WORKERS ' COMPENSATION.
i) The COUNTY shall also carry and keep in force Workers' Compensation insurance
as required for the State of Florida under the Workers ' Compensation Law.
6, COMPLIANCE WITH LAWS
A) The COUNTY shall allow public access to all documents, papers, letters, or other
material subject to the provisions of Chapter 119 , Florida Statutes, made or received by
the COUNTY in conjunction with this Agreement. Failure by the COUNTY to grant
such public access shall be grounds for immediate unilateral cancellation of this
Agreement by the DEPARTMENT .
B) The COUNTY shall comply with all federal, state, and local laws and ordinances
applicable to the work or payment for work thereof, and shall not discriminate on the
grounds of race, color, religion, sex, or national origin in the performance of work under
this Agreement.
C) No funds received pursuant to this Agreement may be expended for lobbying the
Legislature, the judicial branch, or a state agency.
D) The COUNTY and the DEPARTMENT agree that the COUNTY, its employees, and
subcontractors are not agents of the DEPARTMENT as a result of this Agreement for
purposes other than those set out in §337.274, Florida Statutes.
5
%w .r
"The consultant, contractor, and/or subcontractor shall indemnify, defend, save,
and hold harmless the DEPARTMENT and all of its officers, agents or
employees from all suits, actions, claims, demands, liability of any nature
whatsoever arising out of, because of, or due to any negligent act or occurrence of
omission or commission of the contractor, their officers, agents, or employees.
Neither the consultant, contractor, or subcontractor, nor any of its officers, agents,
or employees will be liable under this section for damages arising out of injury or
damage to persons or property directly caused or resulting from the sole
negligence of the DEPARTMENT or any of its officers, agents, or employees. "
B) LIABILITY INSURANCE .
i) The COUNTY shall carry and keep in force during the period of this Agreement a
general liability policy or policies with a company or companies authorized to do
business in Florida, affording public liability insurance with combined bodily injury
limits of at least $ 100,000 per person and $300, 000 each occurrence, and property
damage insurance of at least $50,000 each occurrence, for the services to be rendered
in accordance with this Agreement. However, in the event the COUNTY maintains a
self-insurance fund to cover such liability, the COUNTY agrees to maintain
sufficient reserves in the fund to pay the above-described liability limits . In addition
to any other forms of insurance or bonds required under the terms of this Agreement,
the COUNTY must comply or cause its contractor to comply with §7- 13 of the
DEPARTMENT 'S Standard Specifications for Road and Bridge Construction
(2000) , as amended.
C) WORKERS ' COMPENSATION.
i) The COUNTY shall also carry and keep in force Workers' Compensation insurance
as required for the State of Florida under the Workers ' Compensation Law.
6, COMPLIANCE WITH LAWS
A) The COUNTY shall allow public access to all documents, papers, letters, or other
material subject to the provisions of Chapter 119 , Florida Statutes, made or received by
the COUNTY in conjunction with this Agreement. Failure by the COUNTY to grant
such public access shall be grounds for immediate unilateral cancellation of this
Agreement by the DEPARTMENT .
B) The COUNTY shall comply with all federal, state, and local laws and ordinances
applicable to the work or payment for work thereof, and shall not discriminate on the
grounds of race, color, religion, sex, or national origin in the performance of work under
this Agreement.
C) No funds received pursuant to this Agreement may be expended for lobbying the
Legislature, the judicial branch, or a state agency.
D) The COUNTY and the DEPARTMENT agree that the COUNTY, its employees, and
subcontractors are not agents of the DEPARTMENT as a result of this Agreement for
purposes other than those set out in §337.274, Florida Statutes.
5
7, AUDITS
A) The administration of resources awarded by the DEPARTMENT to the COUNTY may
be subject to audits and/or monitoring by the DEPARTMENT, as described in this
section.
B) MONITORING
i) In addition to reviews of audits conducted in accordance with OMB Circular A- 133
and Section 215 .97, F. S . , as revised (see "AUDITS" below), monitoring procedures
may include, but not be limited to, on-site visits by DEPARTMENT staff, limited
scope audits as defined by OMB Circular A- 133 , as revised, and/or other procedures.
By entering into this agreement, the recipient agrees to comply and cooperate fully
with any monitoring procedures/processes deemed appropriate by the Department. In
the event the DEPARTMENT determines that a limited scope audit of the recipient
is appropriate, the recipient agrees to comply with any additional instructions
provided by the DEPARTMENT staff to the COUNTY regarding such audit. The
COUNTY further agrees to comply and cooperate with any inspections, reviews,
investigations, or audits deemed necessary by the DEPARTMENT 'S Office of the
Inspector General, the Chief Financial Officer (CFO) or Auditor General .
C) AUDITS
i) PART I : FEDERALLY FUNDED
( 1 ) Recipients of federal funds (i. e. state, local government, or non-profit organizations
as defined in OMB Circular A- 133 , as revised) are to have audits done annually using
the following criteria:
(2) In the event that the recipient expends $ 500,000 for fiscal years ending after
December 31 , 2003 or more in Federal awards in its fiscal year, the recipient must
have a single or program -specific audit conducted in accordance with the provisions of
OMB Circular A- 133 , as revised. EXHIBIT "A" to this agreement indicates Federal
resources awarded through the DEPARTMENT by this agreement, if applicable. In
determining the Federal awards expended in its fiscal year, the recipient shall consider
all sources of Federal awards, including Federal resources received from the
DEPARTMENT. The determination of amounts of Federal awards expended should
be in accordance with the guidelines established by OMB Circular A- 133 , as revised.
An audit of the recipient conducted by the Auditor General in accordance with the
provisions OMB Circular A- 133 , as revised, will meet the requirements of this part.
(3 ) In connection with the audit requirements addressed in Part I, paragraph 1 , the
recipient shall fulfill the requirements relative to auditee responsibilities as provided in
Subpart C of OMB Circular A- 133 , as revised.
(4) If the recipient expends less than $500,000 for fiscal years ending after December
317 2003 in Federal awards in its fiscal year, an audit conducted in accordance with the
provisions of OMB Circular A- 133, as revised, is not required. In the event that the
6
7, AUDITS
A) The administration of resources awarded by the DEPARTMENT to the COUNTY may
be subject to audits and/or monitoring by the DEPARTMENT, as described in this
section.
B) MONITORING
i) In addition to reviews of audits conducted in accordance with OMB Circular A- 133
and Section 215 .97, F. S . , as revised (see "AUDITS" below), monitoring procedures
may include, but not be limited to, on-site visits by DEPARTMENT staff, limited
scope audits as defined by OMB Circular A- 133 , as revised, and/or other procedures.
By entering into this agreement, the recipient agrees to comply and cooperate fully
with any monitoring procedures/processes deemed appropriate by the Department. In
the event the DEPARTMENT determines that a limited scope audit of the recipient
is appropriate, the recipient agrees to comply with any additional instructions
provided by the DEPARTMENT staff to the COUNTY regarding such audit. The
COUNTY further agrees to comply and cooperate with any inspections, reviews,
investigations, or audits deemed necessary by the DEPARTMENT 'S Office of the
Inspector General, the Chief Financial Officer (CFO) or Auditor General .
C) AUDITS
i) PART I : FEDERALLY FUNDED
( 1 ) Recipients of federal funds (i. e. state, local government, or non-profit organizations
as defined in OMB Circular A- 133 , as revised) are to have audits done annually using
the following criteria:
(2) In the event that the recipient expends $ 500,000 for fiscal years ending after
December 31 , 2003 or more in Federal awards in its fiscal year, the recipient must
have a single or program -specific audit conducted in accordance with the provisions of
OMB Circular A- 133 , as revised. EXHIBIT "A" to this agreement indicates Federal
resources awarded through the DEPARTMENT by this agreement, if applicable. In
determining the Federal awards expended in its fiscal year, the recipient shall consider
all sources of Federal awards, including Federal resources received from the
DEPARTMENT. The determination of amounts of Federal awards expended should
be in accordance with the guidelines established by OMB Circular A- 133 , as revised.
An audit of the recipient conducted by the Auditor General in accordance with the
provisions OMB Circular A- 133 , as revised, will meet the requirements of this part.
(3 ) In connection with the audit requirements addressed in Part I, paragraph 1 , the
recipient shall fulfill the requirements relative to auditee responsibilities as provided in
Subpart C of OMB Circular A- 133 , as revised.
(4) If the recipient expends less than $500,000 for fiscal years ending after December
317 2003 in Federal awards in its fiscal year, an audit conducted in accordance with the
provisions of OMB Circular A- 133, as revised, is not required. In the event that the
6
`,, .r
recipient expends less than $ 500,000 for fiscal years ending after December 31 , 2003
in Federal awards in its fiscal year and elects to have an audit conducted in accordance
with the provisions of OMB Circular A- 133 , as revised, the cost of the audit must be
paid from non-Federal resources (i.e. , the cost of such an audit must be paid from
recipient resources obtained from other than Federal entities) .
(5) Federal awards are to be identified using the Catalog of Federal Domestic
Assistance (CFDA) title and number, award number and year, and name of the
awarding federal agency.
ii) PART II : STATE FUNDED
( 1 ) Recipients of state funds (i. e. a nonstate entity as defined by Section 215 . 97(2) (1),
Florida Statutes) are to have audits done annually using the following criteria:
(2) In the event that the recipient expends a total amount of state financial assistance
equal to or in excess of $ 500,000 for fiscal years ending on September 30, 2004,
and thereafter in any fiscal year of such recipient, the recipient must have a State
single or project-specific audit for such fiscal year in accordance with Section
215 . 97 , Florida Statutes; applicable rules of the Department of Financial Services
and the CFO; and Chapters 10. 550 (local governmental entities) or 10. 650
(nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT
"A" to this agreement indicates state financial assistance awarded through the
Department by this agreement, if applicable. In determining the state financial
assistance expended in its fiscal year, the recipient shall consider all sources of
state financial assistance, including state financial assistance received from the
Department, other state agencies, and other nonstate entities. State financial
assistance does not include Federal direct or pass-through awards and resources
received by a nonstate entity for Federal program matching requirements.
(3) In connection with the audit requirements addressed in Part II, paragraph 1 ; the
recipient shall ensure that the audit complies with the requirements of Section
215 .97(7) , Florida Statutes . This includes submission of a financial reporting
package as defined by Section 215 . 97(2)(d) , Florida Statutes, and Chapters 10. 550
(local governmental entities) or 10 .650 (nonprofit and for-profit organizations),
Rules of the Auditor General .
(4) If the recipient expends less than $500,000 in state financial assistance in its fiscal
year ending on September 30, 2004, and thereafter, an audit conducted in
accordance with the provisions of Section 215 .97, Florida Statutes, is not required.
In the event that the recipient expends less than $500, 000 in state financial
assistance in its fiscal year and elects to have an audit conducted in accordance
with the provisions of Section 215 .97, Florida Statutes, the cost of the audit must
be paid from the nonstate entity' s resources (i .e. , the cost of such an audit must be
paid from the recipient' s resources obtained from other than State entities) .
(5) State awards are to be identified using the Catalog of State Financial Assistance
(CSFA) title and number, award number and year, and name of the state agency
awarding it.
7
`,, .r
recipient expends less than $ 500,000 for fiscal years ending after December 31 , 2003
in Federal awards in its fiscal year and elects to have an audit conducted in accordance
with the provisions of OMB Circular A- 133 , as revised, the cost of the audit must be
paid from non-Federal resources (i.e. , the cost of such an audit must be paid from
recipient resources obtained from other than Federal entities) .
(5) Federal awards are to be identified using the Catalog of Federal Domestic
Assistance (CFDA) title and number, award number and year, and name of the
awarding federal agency.
ii) PART II : STATE FUNDED
( 1 ) Recipients of state funds (i. e. a nonstate entity as defined by Section 215 . 97(2) (1),
Florida Statutes) are to have audits done annually using the following criteria:
(2) In the event that the recipient expends a total amount of state financial assistance
equal to or in excess of $ 500,000 for fiscal years ending on September 30, 2004,
and thereafter in any fiscal year of such recipient, the recipient must have a State
single or project-specific audit for such fiscal year in accordance with Section
215 . 97 , Florida Statutes; applicable rules of the Department of Financial Services
and the CFO; and Chapters 10. 550 (local governmental entities) or 10. 650
(nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT
"A" to this agreement indicates state financial assistance awarded through the
Department by this agreement, if applicable. In determining the state financial
assistance expended in its fiscal year, the recipient shall consider all sources of
state financial assistance, including state financial assistance received from the
Department, other state agencies, and other nonstate entities. State financial
assistance does not include Federal direct or pass-through awards and resources
received by a nonstate entity for Federal program matching requirements.
(3) In connection with the audit requirements addressed in Part II, paragraph 1 ; the
recipient shall ensure that the audit complies with the requirements of Section
215 .97(7) , Florida Statutes . This includes submission of a financial reporting
package as defined by Section 215 . 97(2)(d) , Florida Statutes, and Chapters 10. 550
(local governmental entities) or 10 .650 (nonprofit and for-profit organizations),
Rules of the Auditor General .
(4) If the recipient expends less than $500,000 in state financial assistance in its fiscal
year ending on September 30, 2004, and thereafter, an audit conducted in
accordance with the provisions of Section 215 .97, Florida Statutes, is not required.
In the event that the recipient expends less than $500, 000 in state financial
assistance in its fiscal year and elects to have an audit conducted in accordance
with the provisions of Section 215 .97, Florida Statutes, the cost of the audit must
be paid from the nonstate entity' s resources (i .e. , the cost of such an audit must be
paid from the recipient' s resources obtained from other than State entities) .
(5) State awards are to be identified using the Catalog of State Financial Assistance
(CSFA) title and number, award number and year, and name of the state agency
awarding it.
7
iii) PART III : OTHER AUDIT REQUIREMENTS
( 1 ) The recipient shall follow up and take corrective action on audit findings .
Preparation of a summary schedule of prior year audit findings, including
corrective action and current status of the audit findings is required. Current year
audit findings require corrective action and status of findings.
(2) Records related to unresolved audit findings, appeals, or litigation shall be retained
until the action is completed or the dispute is resolved. Access to project records
and audit work papers shall be given to the FDOT, the Comptroller, and the
Auditor General. This section does not limit the authority of the Department to
conduct or arrange for the conduct of additional audits or evaluations of state
financial assistance or limit the authority of any other state official .
iv) PART IV: REPORT SUBMISSION
( 1 ) Copies of reporting packages for audits conducted in accordance with OMB
Circular A- 133 , as revised, and required by PART I of this agreement shall be
submitted, when required by Section .320 (d), OMB Circular A- 133 , as revised, by
or on behalf of the recipient directly to each of the following :
Florida Department of Transportation ,
3400 W. Commercial Blvd,
Ft. Lauderdale, FL 33309
Antonette P. Adams, Professional Services Administrator
Stacy Miller, Project Manager
(2) The Federal Audit Clearinghouse designated in OMB Circular A- 133 , as revised
(the number of copies required by Sections . 320 (d)( 1 ) and (2), OMB Circular A-
133 , as revised, should be submitted to the Federal Audit Clearinghouse), at the
following address :
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10`h Street
Jeffersonville, IN 47132
(3) Other Federal agencies and pass-through entities in accordance with Sections . 320
(e) and (f), OMB Circular A- 133 , as revised.
(4) In the event that a copy of the reporting package for an audit required by PART I of
this agreement and conducted in accordance with OMB Circular A- 133 , as revised,
is not required to be submitted to the Department for reasons pursuant to section
.320 (e)(2), OMB Circular A- 133 , as revised, the recipient shall submit the required
written notification pursuant to Section . 320 (e)(2) and a copy of the recipient' s
audited schedule of expenditures of Federal awards directly to the following:
8
iii) PART III : OTHER AUDIT REQUIREMENTS
( 1 ) The recipient shall follow up and take corrective action on audit findings .
Preparation of a summary schedule of prior year audit findings, including
corrective action and current status of the audit findings is required. Current year
audit findings require corrective action and status of findings.
(2) Records related to unresolved audit findings, appeals, or litigation shall be retained
until the action is completed or the dispute is resolved. Access to project records
and audit work papers shall be given to the FDOT, the Comptroller, and the
Auditor General. This section does not limit the authority of the Department to
conduct or arrange for the conduct of additional audits or evaluations of state
financial assistance or limit the authority of any other state official .
iv) PART IV: REPORT SUBMISSION
( 1 ) Copies of reporting packages for audits conducted in accordance with OMB
Circular A- 133 , as revised, and required by PART I of this agreement shall be
submitted, when required by Section .320 (d), OMB Circular A- 133 , as revised, by
or on behalf of the recipient directly to each of the following :
Florida Department of Transportation ,
3400 W. Commercial Blvd,
Ft. Lauderdale, FL 33309
Antonette P. Adams, Professional Services Administrator
Stacy Miller, Project Manager
(2) The Federal Audit Clearinghouse designated in OMB Circular A- 133 , as revised
(the number of copies required by Sections . 320 (d)( 1 ) and (2), OMB Circular A-
133 , as revised, should be submitted to the Federal Audit Clearinghouse), at the
following address :
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10`h Street
Jeffersonville, IN 47132
(3) Other Federal agencies and pass-through entities in accordance with Sections . 320
(e) and (f), OMB Circular A- 133 , as revised.
(4) In the event that a copy of the reporting package for an audit required by PART I of
this agreement and conducted in accordance with OMB Circular A- 133 , as revised,
is not required to be submitted to the Department for reasons pursuant to section
.320 (e)(2), OMB Circular A- 133 , as revised, the recipient shall submit the required
written notification pursuant to Section . 320 (e)(2) and a copy of the recipient' s
audited schedule of expenditures of Federal awards directly to the following:
8
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10`h Street
Jeffersonville, IN 47132
(5) In addition, pursuant to Section . 320 (f), OMB Circular A- 133 , as revised, the
recipient shall submit a copy of the reporting package described in Section .320
(c), OMB Circular A- 133, as revised, and any management letters issued by the
auditor, to the Department at the following address :
Florida Department of Transportation ,
3400 W. Commercial Blvd.
Ft. Lauderdale, FL 33309
Antonette P. Adams, Professional Services Administrator
Stacy Miller, Project Manager
(6) Copies of financial reporting packages required by PART II of this agreement
shall be submitted by or on behalf of the recipient directly to the following:
Florida Department of Transportation,
3400 W. Commercial Blvd,
Ft . Lauderdale, FL 33309
Antonette P. Adams, Professional Services Administrator
Stacy Miller, Project Manager
(7) The Auditor General ' s Office at the following address :
Auditor General ' s Office
Room 401 , Pepper Building
111 West Madison Street
Tallahassee, Florida 32399- 1450
(8) Copies of reports or the management letter required by PART III of this
agreement shall be submitted by or on behalf of the recipient directly to the
DEPARTMENT at the following address :
Florida Department of Transportation ,
3400 W. Commercial Blvd.
Ft . Lauderdale, FL 33309
Antonette P. Adams, Professional Services Administrator
Stacy Miller, Project Manager
(9) Any reports, management letter, or other information required to be submitted to
the Department pursuant to this agreement shall be submitted timely in
accordance with OMB Circular A- 133 , Florida Statutes, and Chapters 10. 550
(local governmental entities) or 10 . 650 (nonprofit and for-profit organizations),
Rules of the Auditor General, as applicable.
( 10)Recipients, when submitting financial reporting packages to the
DEPARTMENT for audits done in accordance with OMB Circular A- 133 or
9
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10`h Street
Jeffersonville, IN 47132
(5) In addition, pursuant to Section . 320 (f), OMB Circular A- 133 , as revised, the
recipient shall submit a copy of the reporting package described in Section .320
(c), OMB Circular A- 133, as revised, and any management letters issued by the
auditor, to the Department at the following address :
Florida Department of Transportation ,
3400 W. Commercial Blvd.
Ft. Lauderdale, FL 33309
Antonette P. Adams, Professional Services Administrator
Stacy Miller, Project Manager
(6) Copies of financial reporting packages required by PART II of this agreement
shall be submitted by or on behalf of the recipient directly to the following:
Florida Department of Transportation,
3400 W. Commercial Blvd,
Ft . Lauderdale, FL 33309
Antonette P. Adams, Professional Services Administrator
Stacy Miller, Project Manager
(7) The Auditor General ' s Office at the following address :
Auditor General ' s Office
Room 401 , Pepper Building
111 West Madison Street
Tallahassee, Florida 32399- 1450
(8) Copies of reports or the management letter required by PART III of this
agreement shall be submitted by or on behalf of the recipient directly to the
DEPARTMENT at the following address :
Florida Department of Transportation ,
3400 W. Commercial Blvd.
Ft . Lauderdale, FL 33309
Antonette P. Adams, Professional Services Administrator
Stacy Miller, Project Manager
(9) Any reports, management letter, or other information required to be submitted to
the Department pursuant to this agreement shall be submitted timely in
accordance with OMB Circular A- 133 , Florida Statutes, and Chapters 10. 550
(local governmental entities) or 10 . 650 (nonprofit and for-profit organizations),
Rules of the Auditor General, as applicable.
( 10)Recipients, when submitting financial reporting packages to the
DEPARTMENT for audits done in accordance with OMB Circular A- 133 or
9
Chapters 10 . 550 (local governmental entities) or 10 .650 (nonprofit and for-profit
organizations) , Rules of the Auditor General, should indicate the date that the
reporting package was delivered to the recipient in correspondence accompanying
the reporting package.
V) PART V: RECORD RETENTION
( 1 ) The recipient shall retain sufficient records demonstrating its compliance with the
terms of this agreement for a period of at least five years from the date the audit
report is issued, and shall allow the DEPARTMENT, or its designee, the state
CFO or Auditor General access to such records upon request. The recipient shall
ensure that the independent audit working papers are made available to the
DEPARTMENT, or its designee, the state CFO, or Auditor General upon request
for a period of at least five years from the date the audit report is issued, unless
extended in writing by the DEPARTMENT .
8. TERMINATION AND DEFAULT
A) This Agreement may be canceled by either the COUNTY or the DEPARTMENT upon
sixty (60) days written notice.
B) If the DEPARTMENT determines that the performance of the COUNTY is not
satisfactory, the DEPARTMENT shall have the option of (a) immediately terminating
the Agreement, or (b) notifying the COUNTY of the deficiency with a requirement that
the deficiency be corrected within a specified time, otherwise the Agreement will be
terminated at the end of such time, or (c) taking whatever action is deemed appropriate
by the DEPARTMENT.
C) If the DEPARTMENT requires termination of the Agreement for reasons other than
unsatisfactory performance of the COUNTY, the DEPARTMENT shall notify the
COUNTY of such termination, with instructions as to the effective date of termination
or specify the stage of work at which the Agreement is to be terminated.
D) If the Agreement is terminated before performance is completed, the COUNTY shall be
paid only for that work satisfactorily performed for which costs can be substantiated.
Such payment, however, may not exceed an amount which is the same percentage of the
contract price as the amount of work satisfactorily completed is a percentage of the total
work called for by this Agreement. All work in progress will become the property of
the DEPARTMENT and will be turned over promptly by the COUNTY.
9, MISCELLANEOUS
A) All words used herein in the singular form shall extend to and include the plural. All
words used in the plural form shall extend to and include the singular. All words used
in any gender shall extend to and include all genders.
B) The DEPARTMENT shall not be obligated or liable hereunder to any party other than
the COUNTY.
C) In no event shall the making by the DEPARTMENT of any payment to the COUNTY
10
Chapters 10 . 550 (local governmental entities) or 10 .650 (nonprofit and for-profit
organizations) , Rules of the Auditor General, should indicate the date that the
reporting package was delivered to the recipient in correspondence accompanying
the reporting package.
V) PART V: RECORD RETENTION
( 1 ) The recipient shall retain sufficient records demonstrating its compliance with the
terms of this agreement for a period of at least five years from the date the audit
report is issued, and shall allow the DEPARTMENT, or its designee, the state
CFO or Auditor General access to such records upon request. The recipient shall
ensure that the independent audit working papers are made available to the
DEPARTMENT, or its designee, the state CFO, or Auditor General upon request
for a period of at least five years from the date the audit report is issued, unless
extended in writing by the DEPARTMENT .
8. TERMINATION AND DEFAULT
A) This Agreement may be canceled by either the COUNTY or the DEPARTMENT upon
sixty (60) days written notice.
B) If the DEPARTMENT determines that the performance of the COUNTY is not
satisfactory, the DEPARTMENT shall have the option of (a) immediately terminating
the Agreement, or (b) notifying the COUNTY of the deficiency with a requirement that
the deficiency be corrected within a specified time, otherwise the Agreement will be
terminated at the end of such time, or (c) taking whatever action is deemed appropriate
by the DEPARTMENT.
C) If the DEPARTMENT requires termination of the Agreement for reasons other than
unsatisfactory performance of the COUNTY, the DEPARTMENT shall notify the
COUNTY of such termination, with instructions as to the effective date of termination
or specify the stage of work at which the Agreement is to be terminated.
D) If the Agreement is terminated before performance is completed, the COUNTY shall be
paid only for that work satisfactorily performed for which costs can be substantiated.
Such payment, however, may not exceed an amount which is the same percentage of the
contract price as the amount of work satisfactorily completed is a percentage of the total
work called for by this Agreement. All work in progress will become the property of
the DEPARTMENT and will be turned over promptly by the COUNTY.
9, MISCELLANEOUS
A) All words used herein in the singular form shall extend to and include the plural. All
words used in the plural form shall extend to and include the singular. All words used
in any gender shall extend to and include all genders.
B) The DEPARTMENT shall not be obligated or liable hereunder to any party other than
the COUNTY.
C) In no event shall the making by the DEPARTMENT of any payment to the COUNTY
10
constitute or be construed as a waiver by the DEPARTMENT of any breach of
covenant or any default which may then exist, on the part of the COUNTY, and the
making of such payment by the DEPARTMENT while any such breach or default
exists shall in no way impair or prejudice any right or remedy available to the
DEPARTMENT with respect to such breach or default.
D) This document incorporates and includes all prior negotiations, correspondence,
conversations, agreements, or understandings applicable to the matters contained herein.
The parties agree that all commitments, agreements, or understandings concerning the
subject matter of this Agreement are 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 or conditions contained herein shall
be effective unless contained in a written document executed by the COUNTY and the
DEPARTMENT .
E) If any part of this Agreement shall be determined to be invalid or unenforceable by a
court of competent jurisdiction or by any other legally constituted body having the
jurisdiction to make such determination, the remainder of this Agreement shall remain
in full force and effect provided that the part of this Agreement thus invalidated or
declared unenforceable is not material to the intended operation of this Agreement.
F) This Agreement shall be governed by and construed in accordance with the laws of the
State of Florida. Venue of any judicial proceedings arising out of this Agreement shall
be in Broward County, Florida.
G) This Agreement shall be effective upon execution by both parties and shall continue in
effect and be binding on the parties until the PROJECT is completed and accepted and
payment made by the DEPARTMENT or terminated in accordance with Paragraph 8
TERMINATION AND DEFAULT .
H) An entity or affiliate which has been placed on the discriminatory vendor list may not
submit a bid on a contract to provide any goods or services to a public entity, may not
submit a bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit bids on leases of real property to a public
entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business with
any public entity.
I) A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of a public building or public work, may not submit
bids on leases of real property to a public entity, may not be awarded or perform work
as a contractor, supplier, subcontractor, or consultant under a contract with any public
entity and may not transact business with any public entity in excess of the threshold
amount provided in Section 287.017, Florida Statutes, for Category Two for a period of
36 months from the date of being placed on the convicted vendor list.
11
constitute or be construed as a waiver by the DEPARTMENT of any breach of
covenant or any default which may then exist, on the part of the COUNTY, and the
making of such payment by the DEPARTMENT while any such breach or default
exists shall in no way impair or prejudice any right or remedy available to the
DEPARTMENT with respect to such breach or default.
D) This document incorporates and includes all prior negotiations, correspondence,
conversations, agreements, or understandings applicable to the matters contained herein.
The parties agree that all commitments, agreements, or understandings concerning the
subject matter of this Agreement are 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 or conditions contained herein shall
be effective unless contained in a written document executed by the COUNTY and the
DEPARTMENT .
E) If any part of this Agreement shall be determined to be invalid or unenforceable by a
court of competent jurisdiction or by any other legally constituted body having the
jurisdiction to make such determination, the remainder of this Agreement shall remain
in full force and effect provided that the part of this Agreement thus invalidated or
declared unenforceable is not material to the intended operation of this Agreement.
F) This Agreement shall be governed by and construed in accordance with the laws of the
State of Florida. Venue of any judicial proceedings arising out of this Agreement shall
be in Broward County, Florida.
G) This Agreement shall be effective upon execution by both parties and shall continue in
effect and be binding on the parties until the PROJECT is completed and accepted and
payment made by the DEPARTMENT or terminated in accordance with Paragraph 8
TERMINATION AND DEFAULT .
H) An entity or affiliate which has been placed on the discriminatory vendor list may not
submit a bid on a contract to provide any goods or services to a public entity, may not
submit a bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit bids on leases of real property to a public
entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business with
any public entity.
I) A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of a public building or public work, may not submit
bids on leases of real property to a public entity, may not be awarded or perform work
as a contractor, supplier, subcontractor, or consultant under a contract with any public
entity and may not transact business with any public entity in excess of the threshold
amount provided in Section 287.017, Florida Statutes, for Category Two for a period of
36 months from the date of being placed on the convicted vendor list.
11
IN WITNESS WHEREOF, the COUNTY has caused this Agreement to be executed in its
behalf, by the Chairman/Councilman of INDIAN RIVER COUNTY or its designee, as
authorized by Resolution Number 2006 - 189 , and the FLORIDA
DEPARTMENT OF TRANSPORTATION has caused this Agreement to be executed in its
behalf through its District Secretary or authorized designee:
INDIAN RIVER COUNTY, FLORIDA
ATTEST
CLERK �� ,ea9 TIiTLE/_ Chairman
APPROVED AS TO FORM C . Wheeler 12 / 12 /06
AND L ALSUFFICMY Date Print Name � Date
BY
WILLIAM K. DEB AAL
ASSISTANT COUNTY ATTORNEY
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
ATTEST
6OF FbA
By:
EXECUTIVE SECRETAR I o DIREC OR OF TkANSPORTA ION
9
DEVELOPMENT
ofTFtAN�QO
.•F DISTRICT
jktrI4, fi'.,r},�r�z ., Ji ' lld - GERRY 05REILLY EE.
Print Name Date Print Name Uat6
Fla. Dept. of Trans . Legal Review :
By:
B
ate
i
Availability of Funds Approval :
Date
12
IN WITNESS WHEREOF, the COUNTY has caused this Agreement to be executed in its
behalf, by the Chairman/Councilman of INDIAN RIVER COUNTY or its designee, as
authorized by Resolution Number 2006 - 189 , and the FLORIDA
DEPARTMENT OF TRANSPORTATION has caused this Agreement to be executed in its
behalf through its District Secretary or authorized designee:
INDIAN RIVER COUNTY, FLORIDA
ATTEST
CLERK �� ,ea9 TIiTLE/_ Chairman
APPROVED AS TO FORM C . Wheeler 12 / 12 /06
AND L ALSUFFICMY Date Print Name � Date
BY
WILLIAM K. DEB AAL
ASSISTANT COUNTY ATTORNEY
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
ATTEST
6OF FbA
By:
EXECUTIVE SECRETAR I o DIREC OR OF TkANSPORTA ION
9
DEVELOPMENT
ofTFtAN�QO
.•F DISTRICT
jktrI4, fi'.,r},�r�z ., Ji ' lld - GERRY 05REILLY EE.
Print Name Date Print Name Uat6
Fla. Dept. of Trans . Legal Review :
By:
B
ate
i
Availability of Funds Approval :
Date
12