HomeMy WebLinkAbout2012-100 Appropriation Bill Number( s)/Line Number (s) Contract No . : ( ;, ►. 1 — < �� 8 M .
SB 2000 : Icl IaE .r. FM No . : 425883 - 1 -58 -0110101
0 � � l 0 Q
DUNS No . : 80 -989-7102 FEID No . : VF-596-000-679
CSFA No . : 55.026 COUNTY : INDIAN RIVER COUNTY
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
TRANSPORTATION REGIONAL INCENTIVE PROGRAM AGREEMENT
THIS Transportation Regional Incentive Program Agreement ("Agreement") , entered
into this ► ter day of tJLY" )E , 20_ 1 : , by and between the
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as
the " DEPARTMENT, " and INDIAN RIVER COUNTY, hereinafter referred to as the
" COUNTY . "
WITNESSETH
WHEREAS , the DEPARTMENT is willing to provide the COUNTY with financial assistance
under Financial Management (FM ) No . 425883 - 1 - 58 -01 for the Construction (widening and
reconstruction ) along 66th Avenue from SR- 60 to 41St Street . Refer to Exhibit A, Scope of
Services attached hereto and made a part hereof; and
WHEREAS , the purpose of this Agreement , the widening and reconstruction along 66th Avenue
from SR- 60 to 41 st Street hereinafter referred to as the " Project, " is in accordance with Fla . Stat .
§ 339 . 2819 ; and
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 Regional Transportation Council , acting as a designated
regional partnership under Fla . Stat § 339 . 155 ( 5 )(c) and formed by an interlocal agreement ,
designated 66th Avenue as a regional facility .
WHEREAS , the COUNTY y Resolution No . a0 I _- C) `i- i',
dated the 1 ` day of Mck 20 i t a copy of which is attached
hereto and made a part hereof, has aut orized the Chairman of its Board of Commissioners or
designee to enter into this Agreement.
Page 1
NOW , THEREFORE , in consideration of the mutual covenants , promises , and
representations contained herein , the parties agree as follows :
1 . The recitals set forth above are true and correct and are deemed incorporated herein .
2 . SERVICES AND PERFORMANCE
A) The COUNTY shall furnish the services with which to construct the Project . Said
Project consist of Construction , as further described in Exhibit A , Scope of Services ,
attached hereto and made apart hereof. The COUNTY is obligated to fulfill all of its
obligations as set forth in this Agreement and to commence construction of the Project
within twelve ( 12) months of the execution of this Agreement by both parties .
B ) The COUNTY agrees to undertake the construction of the Project in accordance with
all applicable , federal , state and local statutes , rules , 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 has been completed in accordance with the applicable
standards , statutes , rules , regulations , and standards .
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 monthly progress reports . The
County will submit written progress reports by the 15th day of each month detailing the
actual services performed related to the Construction of the Project . A DEPARTMENT
permit for construction within the DEPARTMENT ' s right of way is required .
D ) The COUNTY must certify that all consultants have been selected in accordance with
the Consultants Competitive Negotiation Act (Section 287 . 055 , Florida Statutes) .
E) Contractors must be prequalified by the DEPARTMENT as required by Section 2 of
the Standard Specifications for Road and Bridge Construction (2010) , as amended , if
work is proposed within the DEPARTMENT ' s right of way .
F) The COUNTY shall furnish construction engineering and inspection (CEI) Services for
the Project at its sole cost and expense .
The COUNTY is hereby precluded from hiring the same consulting firm providing
design services .
G) The COUNTY shall not sublet, assign , or transfer any work under this Agreement
without the prior written consent of the DEPARTMENT .
Page 2
H ) All notices under this Agreement shall be directed to the following addresses :
TO DEPARTMENT : TO COUNTY :
Florida Department of Transportation Indian River County-
Roadway Production
3400 West Commercial Blvd . 180127 tStreet
Fort Lauderdale , FL 33309 - 3421 Vero Beach , FL 32960
Attn : Leos A . Kennedy, Jr . Attn : Arjun Weragoda
With a copy to : Ellen Daniel With a copy to : County Attorney
A second copy : District General Counsel
3 . 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 December
31 , 2014 , whichever occurs first, or unless terminated earlier in accordance with the
terms of Paragraph 9 .
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 .
4 . COMPENSATION AND PAYMENT
A ) The COUNTY and the DEPARTMENT agree to share the cost of the Project FM
#425883 - 1 - 58 - 01 . The COUNTY agrees to provide one -half ( 1 /2) of the 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 ELEVEN MILLION FOUR HUNDRED NINETEEN THOUSAND
TWO HUNDRED FOUR DOLLARS ( $ 11 , 419 , 204 . 00) . The estimated COUNTY
share for 50 % of the Project cost is FIVE MILLION SEVEN HUNDRED NINE
THOUSAND SIX HUNDRED TWO DOLLARS ($ 5 , 709 , 602 . 00) . The estimated
DEPARTMENT share for 50% of the PROJECT cost is FIVE MILLION SEVEN
HUNDRED NINE THOUSAND SIX HUNDRED TWO DOLLARS ($ 5 , 709 , 602 . 00)
which , subject to the provision below is the maximum participation by the
DEPARTMENT, for actual costs incurred during the construction phase . The parties
further agree all remaining costs of the Project shall be the sole responsibility of the
COUNTY . However, in the event the total Project cost is less than the amount stated
above , the DEPARTMENT shall only pay 50% of the lesser amount and all remaining
costs of the Project will be paid by the COUNTY .
Page 3
i ) The COUNTY acknowledges and agrees that funding for this Project may be
reduced upon determination of the award amount and execution of an
Amendment .
ii ) In the event the COUNTY proceeds with the construction of the Project with
its own forces , the COUNTY will only be reimbursed for direct costs (this
excludes general and administrative overhead) . However, before the
COUNTY can proceed with its own forces, all personnel shall be pre -
approved in writing by the DEPARTMENT .
iii ) 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 . The COUNTY will be
reimbursed only for actual expenses incurred during the Agreement time
period that is directly related to the Project .
C) The COUNTY acknowledges and agrees that the DEPARTMENT ' S obligation to pay
under this Agreement is contingent upon an annual appropriation by the Legislature .
D) The COUNTY shall provide quantifiable, measurable , and verifiable units of
deliverables . Each deliverable must specify the required minimum level of services to
be performed and the criteria for evaluating successful completion . The deliverables
and CEI classifications for this Project are shown in Exhibit B, Deliverables , attached
hereto and made a part hereof.
E) 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 quarterly basis .
F) Upon submission of a quarterly invoice , the DEPARTMENT ' s Project manager will
notify the DEPARTMENT ' s local Operations Engineer to inspect and verify that
services by the COUNTY has met or does not meet the DEPARTMENT ' s standards/
minimum level of service .
G) Invoices shall be submitted by the COUNTY in detail sufficient for preaudit and
postaudit thereof, based on the quantifiable , measurable , and verifiable units of
deliverables as established in Exhibit B. Deliverables must be received and accepted
in writing by the DEPARTMENT ' s Project Manager or designee prior to any
reimbursement.
Supporting documentation must establish that the deliverables were received and
accepted in writing by the COUNTY and that the required minimum level of service
to be performed based on the criteria for evaluating successful completion as specified
in Paragraph 4F , has been met.
Page 4
H ) The COUNTY must submit the final invoice to the DEPARTMENT within 180 -days
after the final written acceptance of the Project . Invoices submitted after the 180 -day
time period may not be paid . The final balance due under this Agreement will be
reimbursed upon the completion of all Project services, receipt of final cost
documentation , and proper submission of a detailed invoice after the Project has been
inspected , approved , and accepted to the satisfaction of the DEPARTMENT in
writing .
I ) 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 .
J) The COUNTY providing goods and services to the DEPARTMENT should be aware
of the following time frames . Upon receipt, the DEPARTMENT has ten ( 10) business
days to inspect and approve the goods and services . The DEPARTMENT has twenty
five (25 ) calendar days to deliver a request for payment (voucher) to the Department
of Financial Services . The twenty five (25 ) calendar days are measured from the latter
of the date the invoice is received or the goods or services are received , inspected and
approved .
K) If a payment is not available within forty (40) calendar days , separate interest penalty
at a rate as established pursuant to Section 55 . 03 ( 1 ), F . S . , will be due and payable , in
addition to the invoice amount, to the COUNTY . Interest penalties of less than one
( 1 ) dollar will not be enforced unless the COUNTY requests payment . Invoices that
have to be returned to a COUNTY because of COUNTY preparation error will result
in a delay in the payment . The invoice payment requirements do not start until a
properly completed invoice is provided to the DEPARTMENT .
L ) 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 agency . The Vendor Ombudsman may be contacted at (850)
413 - 5516 or by calling the Division of Consumer Services , 1477 - 693 - 5236 .
M ) 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 (5 )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 .
Page 5
I ) The DEPARTMENT , during any fiscal year, shall not expend money, incur any
liability, 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 .
5 . 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 level of service purposes are 66`h Avenue from SR- 60 to 41 S`
Street .
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 66`h Avenue between the logical
termini specified in ( B) , above . This will be accomplished through an update to the
comprehensive plan within one year.
6 . INDEMNITY AND INSURANCE
A ) INDEMNITY
i) With respect to any of the COUNTY ' 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
COUNTY 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 .
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
Page 6
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) business
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 .
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 (2010) , as amended . Upon the DEPARTMENT ' S request the
COUNTY must provide documentation to the DEPARTMENT that shows that the
insurance requirements are being met in accordance with the Agreement .
C ) WORKERS ' COMPENSATION . kk
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 .
7 . 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 ,
consultants , subconsultants , contractors, and subcontractors are not agents of the
Page 7
DEPARTMENT as a result of this Agreement for purposes other than those set out in
§ 337 . 274 , Florida Statutes ,
E) E- Verify . The COUNTY / Vendor/ Contractor :
a . shall utilize the United States Department of Homeland Security ' s E - Verify
system to verify the employment eligibility of all new employees hired by the
COUNTY / Vendor/Contractor during the term of the contract ; and
b . shall expressly require any subcontractors performing work or providing
services pursuant to the state contract to likewise utilize the U . S . Department of
Homeland Security ' s E - Verify system to verify the employment eligibility of all
new employees hired by the subcontractor during the contract term .
8 . 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
Page 8
have a single or program - specific audit conducted in accordance with the
provisions of OMB Circular A - 133 , as revised . EXHIBIT C to this Agreement
attached hereto and made a part hereof 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 1, 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
31 , 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 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 .
PART II : STATE FUNDED
( 1 ) Recipients of state funds ( i . e . a nonstate entity as defined by Section 215 . 97(2) ( l) ,
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
C indicates state financial assistance awarded through the DEPARTMENT by this
Page 9
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 l ; 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 .
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 DEPARTMENT, 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 .
Page 10
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
Karen Maxon , District Single Audit Liaison
(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'" Street
Jeffersonville , IN 47132
(3 ) Other Federal agencies and pass -through entities in accordance with Sections . 320
(e) and ( 0 , OMB Circular A - 133 , as revised .
(4 ) In the event that a copy of the reporting package for an audit required by PART
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 :
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10'" 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 :
Page 11
Florida Department of Transportation
3400 W . Commercial Blvd .
Ft . Lauderdale , FL 33309
Karen Maxon, District Single Audit Liaison
(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
Karen Maxon , District Single Audit Liaison
( 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
Karen Maxon , District Single Audit Liaison
(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 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 .
Page 12
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 .
9 . TERMINATION AND DEFAULT
This Agreement may be canceled by either the COUNTY or the DEPARTMENT upon
sixty (60) days written notice . However and notwithstanding the foregoing, the
DEPARTMENT may terminate this Agreement in the event of the following :
A) 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 .
B ) If the DEPARTMENT requires termination of the Agreement for any reason
whatsoever in the sole discretion of the DEPARTMENT, the DEPARTMENT shall
notify the COUNTY of such termination , with instructions to the effective date of
termination or specify the stage of work at which the Agreement is to be terminated .
C ) 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 .
10 . 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 .
Page 13
C ) In no event shall the making by the DEPARTMENT of any payment to the COUNTY
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 with respect to judicial proceedings arising out of this
Agreement shall be in Broward County, Florida .
G) 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 .
H ) 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
Page 14
Two for a period of 36 months from the date of being placed on the convicted vendor
list .
SPACE INTENTIONALLY LEFT BLANK
Page 15
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 00 Sk - 4 f ', 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 : J .K . BARTON
kow' o CLERK CIRCUIT COURT
' / +• O���SSIONEhJ
BY C BY : Lc/
It 4
CLERK ( SEAL )
NAME : Gary C . Wheeler
TITLE : CHAIRMAN ve
`'•• �NOIAN RO`kl
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY :
BYO
d COUNTY ATTORNEY
` rw4t
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ` Y"071 d
ATTEST :
BY : /�i��YYd(J } J BY :
EXECUTIVE SECRETARY ( SEAL ) DIRECTO OF TR SPORTATION DEV/
EV LOPMENT
DISTR [ T 4
• F + r� • 7 rr r rt ;
%yri �v
6V 4 � 1 - 12.,
Print Name ( bate) Print Name (Date)
LEGAL REVIEW
BY . � . '
OF ICE/THE GENERAL COUNSEL ( Date)
Availability of Funds Approval :
3 / - '�Qc: i
(Date)
Page 16
EXHIBIT A
SCOPE OF WORK
FM# 4258834 -5 & 01
The proposed improvements to 66th Avenue consist of the widening and reconstruction of the
roadway to a 4- lane divided roadway section within the Project limits .
Curb and gutter and a raised median will be provided . An eight - foot wide concrete sidewalk
will be provided on the west side of the roadway . The existing bridges at all intersecting side
streets will be removed and replaced . The side streets on the east and west of the intersection
approaches will be widened and reconstructed to a three lane roadway section .
The three lane section on the side streets will consist of.
• One 1246ot wide travel lane in each direction
• A 12 - foot wide left turn lane
• 8 - foot wide shoulders (4 ' paved)
The side streets will transition to match the existing two lane roadway section east and west of
the intersections .
A closed storm water drainage system will be constructed within the Project limits . The storm
water drainage system will consist of inlets and a subsurface pipe system to collect and convey
storm water runoff from the roadway . From 182 feet North of SR- 60 to 26th Street, storm water
drainage will be conveyed to the Vista Plantation development for water quality treatment and
attenuation . From 26th Street to 33 `d Street , storm water runoff will be conveyed to the Trillium
development for water quality treatment and attenuation . North of 33 `d Street storm water
detention ponds will be constructed along the west side of the roadway to provide for water
quality treatment and attenuation in accordance with the requirements of the Indian River
Farms Water Control District ( IRFWCD) and the St. Johns River Water Management District
( SJRWMD) .
Traffic signals exist at the following intersections, and will be modified to match
the proposed improvements :
• 182 feet North of SR 60 and 66th Avenue
• 26th Street and 66th Avenue
New traffic signals will be installed at the following intersections :
• 33 `d Street and 66th Avenue
• 41St Street and 66th Avenue
Page 17
EXHIBIT B
DELIVERABLES
66th AVENUE WIDENING & RECONSTRUCTION FROM SR - 60 TO 41st STREET
INDIAN RIVER COUNTY , FLORIDA
ITEM ESTIMATED
QTYS . UNIT
MOBILIZATION 1 LS
MAINTENANCE OF TRAFFIC I LS
SEDIMENT BARRIER 21 , 517 LF
FLOATING TURBDITY BARRIER 520 LF
SOIL TRACKING PREVENTION DEVICE 9 , FA
INLET PROTECTION SYSTEM31 ; EA
NPDES COMPLIANCE I LS
CLEARING AND GRUBBING 1 LS
REMOVAL OF EXISTING STRUCTURE (DWELLING ) 5 EA
REGULAR EXCAVATION 5 , 271 CY
CHANNEL EXCAVATION (LAKE EXCAVATION) 44 , 438 CY
EMBANKMENT, COMPACTED IN PALCE 815346 CY
FLOWABLE FILL 100 CY
TYPE B STABILIZATION 63 , 928 SY
OPTIONAL BASE , BASE GROUP 0959 , 418 SY
TURNOUT CONSTRUCTION 27114 SY
TURNOUT CONSTRUCTION - ASPHALT 118 TN
MILLING EXISTING ASPHALT PAVEMENT, l " AVERAGE DEPTH 84 SY
SUPERPAVE ASPHALTIC CONCRETE , TRAFFIC C 10 , 540 TN
ASPHALT CONCRETE FRICTION COURSE , TRAFFIC C . FC - 9 . 5 , RUBBER 37860 TN
MISCELLANEOUS ASPHALT PAVEMENT 147 IN
PLAIN CEMENT CONCRETE PAVEMENT, 6 " 892 SY
CONCRETE CLASS NS , GRAVITY WALL 498 CY
CONCRETE CLASS I , ENDWALLS 40 CY
INLETS , CURB , TYPE P-5 , < 10 ' 2 EA
INLETS , CURB , TYPE P- 6 , < 10' 19 EA
INLETS , CURB , TYPE P- 6 , > 10 ' 3 EA
INLETS , CURB , TYPE J - 5 , < 10 ' 1 EA
INLETS , CURB , TYPE J -6 , < 10 ' 3 EA
INLETS , DITCH BOTTOM , TYPE C . < 10 ' 7 EA
INLETS , CLOSED FLUME , TYPE II , DOUBLE BARREL 2 EA
MANHOLES , P- 7 , < 10 , , 4 EA
MANHOLES , P- 7 , > I 0 ' l EA
MANHOLES , J- 7 , < 10 ' ; 4 EA
MANHOLES , J -7 , > 10 ' 1 EA
MANHOLES , ADJUST 1 EA
MODIFY EXISTING CONTROL STRUCTURE 2 EA
CONTROL STRUCTURE 3 EA
PIPE CULVERT, RCP, ROUND, 18 " S/CD 2 , 501 LF
PIPE CULVERT, CAP , ROUND , 18 " S/CD 160 LF
PIPE CULVERT, RCP , ROUND, 24 " S/CD 440 LF
PIPE CULVERT, RCP , ROUND, 30 " S/CD 3 , 436 LF
PIPE CULVERT, CAP , ROUND , 30 " S/CD 60 LF
PIPE CULVERT, RCP , ROUND, 36 " S/CD 581 LF
PIPE CULVERT, RCP , ROUND , 42 " S/CD 488 LF
PIPE CULVERT, RCP , ROUND, 48 " S/CD LF
The COUNTY will need written approval from the DEPARTMENT, if deviating from the items s own in Exhibit B .
Page 18
EXHIBIT B
DELIVERABLES
66th AVENUE WIDENING & RECONSTRUCTION FROM SR - 60 TO 41st STREET
INDIAN RIVER COUNTY , FLORIDA
ITEM ESTIMATED UNIT
QTYS .
PIPE CULVERT, RCP , ROUND, 60 " S/CD 32 LF
PIPE CULVERT, RCP, ROUND , 84 " S/CD 126 LF
PIPE CULVERT, CAP , OTHER - ELLIPTICAL, 36 " S/CD 40 LF
PIPE CULVERT, RCP, OTHER - ELLIPTICAL, 36 " S/CD 399 LF
PIPE CULVERT, RCP , OTHER - ELLIPTICAL , 42 " S/CD 438 LF
PIPE CULVERT, RCP , OTHER - ELLIPTICAL , 48 " S/CD 601 1_ F
MITRED END SECTION, RCP , 18 " 13 EA
UNDERDRAIN WITH SOCK FILTER (4 " DIAMETER) 1 , 483 LF
UNDERDRAIN WITH SOCK FILTER ( 6 " DIAMETER) ' 244 LF
UNDERDRAIN OUTLET PIPE , 10 " 87 LF
UNDERDRAIN OUTLET PIPE , 12 " 35 LF
SHEET PILING STEEL- F& I PERMANET 75304 SF
ALUMINUM PEDESTRIAN BULLET BARRIER RAILING 332 LF
CONCRETE CURB & GUTTER , TYPE F 24 , 477 LF
TRAFFIC SEPARATOR CONCRETE , Y WIDE ' 516 LF
FDO'T INDEX 6120 COPING/ SIDEWALK 332 LF
FDOT INDEX 423 BARRIER WALL 332 LF
SIDEWALK CONCRETE , 4 " 'THICK 5 , 485 Sy
SIDEWALK CONCRETE , 6 " THICK 774 Sy
GUARDRAIL- ROADWAY ( INCLUDES PIPE RAIL FULL LENGTH) 3 , 772 LF
SPECIAL GUARDRAIL POST 18 EA
GUARDRAIL - BRIDGE ANCHORAGE ASSEMBLY , FURNISH & INSTALL 4 EA
GUARDRAIL REMOVAL 145 LF
GUARDRAIL ANCHORAGE - CONCRETE BARRIER WALL 1 EA
GUARDRAIL END ANCHORAGE ASSEMBLY - PARALLEL l EA
GUARDRAIL END ANCHORAGE ASSEMBLY - TYPE 11 3 EA
GUARDRAIL END ANCHORAGE ASSEMBLY - TYPE CRT ' 1 EA
GUARDRAIL RESET 580 LF
CRASH CUSHION - QUADGAURD 1 EA
CRASH CUSHION - TAU - II , 2 EA
FENCING , TYPE B . 5 . 1 -6 . 0 , WNFNYL COATING 45280 LF
FENCE GATE , TYPE B . SINGLE , 12 . 1 - 18 . 0 ' OPENING
3 ; EA
STEEL GUIDERAII. 2372 LF
RIPRAP, SAND CEMENT 57 CY
PERFORMANCE TURF ' 255334 Sy
PERFORMANCE TURF, SOD 77 , 975 Sy
CONDUIT- SIGNALS (F& I ) (UNDERGROUND) 1 0 , 61 0 LF
CONDUIT- SIGNALS (F& I) (UNDERPAVEMENT SAWCUT) 648 LF
CONDUIT- SIGNALS (F) (UNDERGROUND) 102 LF
CABLE - SIGNAL (F& I) , I PI
CABLE- FIBER OPTIC (F& I ) (UNDERGROUND) ; 5 , 554 ; LF
PULL & JUNCTION BOXES (F&I ) (PULL BOX ) 7 EA
PULL & JUNCTION BOXES ( F& I ) (FIBER OPTICS ) 13 EA
ELECTRICAL POWER SERVICE ( SIGNALS) 1 AS
The COUNTY will need written approval from the DEPARTMENT, if deviating from the items shown in Exhibit B .
Page 19
EXHIBIT B
DELIVERABLES
66th AVENUE WIDENING & RECONSTRUCTION FROM SR - 60 TO 41st STREET
INDIAN RIVER COUNTY , FLORIDA
ITEM ESTIMATED UNIT
QTYS .
ELECTRICAL SERVICE WIRE 100 LF
MAST ARM ASSEMBLY ( F& l ) ( 150 ) ( SINGLE ARE W/LUM ) ( 46) 2 EA
MAST ARM ASSEMBLY (F&I) ( 150) ( SINGLE ARE W/LUM ) ( 60) 2 A
MAST ARM ASSEMBLY (F& I ) ( 150) ( SINGLE ARE W/LUM ) ( 70 . 5 ) 2 EA
TRAFFIC SIGNAL (F&I) ( 3 SECT l - WAY ) (STD) 6 AS
TRAFFIC SIGNAL (F&I ) ( 5 SECT I - WAY) ( STD) 4 AS
SIGNAL , PEDESTRIAN (F71 ) (LED-COUNTDOWN ) 8 AS
SIGNAL HEAD AUXILIARES (F&I) (BACK PLATES , 3 SEC) 2 EA
SIGNAL HEAD AUXILIARES (F & I) (ALUMINUM PEDESTAL) 3 EA
SIGNAL HEAD AUXILIARES (F & I ) (BACK PLATES , 5 SEC CLUST . ) 2 EA
VEHICLE DECTOR ASSEMBLIES (F& I) (OPTICAL) 4 EA
PEDESTRIAN DECTOR (F& 1) (POLE MOUNTED) 8 EA
TRAFFIC CONTROLLER ASSEMBLY (F&I) (NEMA) l AS
CONTROLLER ACCESSORIES (F& I ) (TYPE IV TIME SWITCH) 1 EA
SYSTEM AUXILIARIES (UNTERUPTIBLE POWER SOURCE) 1 EA
SYSTEM AUXILIARIES (TELEMETRY TRANSCEIVER) 1 EA
SYSTEM AUXILIARIES ( INTERFACE PANEL) ] EA
CLOSE CIRCUIT TELEVISION EQUIPMENT (F& I ) (CAMERA ASSEMBLY ) 1 EA
SIGNAL HEAD TRAFFIC ASSEMBLY , REMOVAL 4 EA
SIGNAL PEDESTRIAN ASSEMBLY , REMOVAL 4 EA
POLE REMOVAL ( SHALLOW) 2 EA
CONTROLLER ASSEMBLY , REMOVAL 1 EA
DETECTOR VEHICLE ASSEMBLY , REMOVE 4 EA
DETECTOR PEDESTRIAN ASSEMBLY , REMOVE 4 EA
SPAN WIRE ASSEMBLY REMOVE ' l EA
CONDUIT AND CABLING, REMOVE l PI
SIGNAL EQUIPMENT, MISCELLANEOUS REMOVE I PI
INTERNALLY ILLUMINATED SIGN ( 66TH AVENUE) 2 EA
INTERNALLY ILLUMINATED SIGN ( 26TH STREET) 2 EA
SINGLE POST SIGN , F& I , LESS THAN 12SF 4 AS
SINGLE POST SIGN , F& 1 , 12 - 20 SF 5 AS
SINGLE POST SIGN , F& I , 21 -30 SF 5 AS
SINGLE POST SIGN , RELOCATE 4 AS
SINGLE POST SIGN , REMOVE 3 AS
SIGN PANEL (F& I) ( 15 OR LESS) (FTP 25 04) (PUSH BUTTON TO CROSS 66TH
AVENUE ) 4 ; EA
SIGN PANEL (F & I) ( 15 OR LESS) (FTP 25 04) (PUSH BUTTON TO CROSS 26TH
STREET) 4 EA
EXIST, SIGN PANEL (REMOVE) 2 EA
RETRO-REFLECTIVE PAVEMENT MARKERS (AMBER/AMBER) 425 EA
RETRO-REFLECTIVE PAVEMENT MARKERS (WHITE/RED) 414 EA
THERMOPLASTIC , STANDARD , WHITE , SOLID , 6 " 3 . 78 NM
THERMOPLASTIC , STANDARD , WHITE , SOLID , 8 " 0 . 53 NM
THERMOPLASTIC , STANDARD , WHITE, SOLID , 12 " 1 , 055 LF
THERMOPLASTIC , STANDARD , WHITE , SOLID , I8 " 704 LF
THERMOPLASTIC , STANDARD , WHITE , SOLID , 24 " 255 LF
The COUNTY will need written approval from the DEPARTMENT, if deviating from the items shown in Exhibit B .
Page 20
EXHIBIT B
DELIVERABLES
66th AVENUE WIDENING & RECONSTRUCTION FROM SR - 60 TO 41st STREET
INDIAN RIVER COUNTY , FLORIDA
ITEM ESTIMATED UNIT
QTYS .
"THERMOPLASTIC, STANDARD , WHITE , SKIP , 6115 10 - 30 SKIP 0 .47 GM
THERMOPLA_STI_C, STANDARD, WHITE , SKIP, 6 " , 6 - 10 SKIP 768 LF
THERMOPLASTIC, STANDARD, WHITE , SKIP , 611
5 2 - 4 SKIP 58 LF
THERMOPLASTIC, STANDARD, WHITE, ARROW 50 EA
THERMOPLASTIC , STANDARD , YELLOW , SOLID , 6 " 1 . 85 NM
THERMOPLASTIC , STANDARD , YELLOW , SOLID, 18 " 375 LF
THERMOPLASTIC, STANDARD , YELLOW, DOTTED/GUIDELINE/6 - 10 GAP
EXTENSION, 6 " 288 ' LF
BRIDGE REMOVAL AND REPLACEMENT ( 33RD STR . & 37TH STR ) 1 LS
The COUNTY will need written approval from the DEPARTMENT, if deviating from the items shown in Exhibit B .
Page 21
EXHIBIT C
STATE RESOURCES :
State Agency Catalog of State Financial Assistance (Number & Title) Amount
DOT 55 . 026 Transportation Regional Incentive Program $ 5 , 709 , 602 . 00
( Department of Transportation)
Compliance Requirements
Activities Allowed : The TRIP Program is intended to provide state matching funds for
capital projects , not operating expenses , on regionally significant
facilities .
Allowable Costs . See above .
Eligibility : 339 . 2819 F . S . establishes several minimum eligibility criteria in
order to qualify for TRIP funds . They include :
1 . Support those transportation facilities that serve national ,
statewide , or regional functions and function as an integrated
regional transportation system .
2 . Be identified in the capital improvements element of a
comprehensive plan that has been determined to be in compliance
with part II of chapter 163 , after July 1 , 2005 , or to implement a
long -term concurrency management system adopted by a local
government in accordance with Is . 163 . 3177 (9) . Further, the project
shall be in compliance with local government comprehensive plan
policies relative to corridor management.
3 . Be consistent with the Strategic Intermodal System Plan
developed under s . 339 . 64 .
4 . Have a commitment for local , regional , or private financial
matching funds as a percentage of the overall project cost .
Matching : The percentage of matching funds provided from the Transportation
Regional Incentive Program shall be 50 percent of project costs .
NOTE : Section . 400 (d ) of OMB Circular A433 , as revised , and Section 215 . 97 (5)(a) ,
Florida Statutes , require that the information about Federal Programs and State Projects
included in Exhibit A be provided to the recipient.
Page 22
RESOLUTION NO . 2012 - 048
RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA,
WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION AUTHORIZING THE CHAIRMAN ' S
EXECUTION OF A TRANSPORTATION REGIONAL INCENTIVE PROGRAM AGREEMENT FOR
CONSTRUCTION ( WIDENING AND RECONSTRUCTION ) ALONG 66T" AVENUE FROM SR-60 TO 411T
STREET.
WHEREAS, the widening and reconstruction along 66th Avenue from SR- 60 to 41 " Street is an
Indian River County priority project ; and
WHEREAS , the Florida Department of Transportation ( FDOT) is prepared to provide funds to
pay a portion of the cost for widening and reconstruction along 66th Avenue from SR - 60 to 41St Street
under the Transportation Regional Incentive Program ( TRIP ) ; and
WHEREAS , the Indian River County Board of County Commissioners is responsible for paying 50
percent of the cost of the project costs as its portion of the required local match .
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN
RIVER COUNTY, FLORIDA, that the Chairman of the Board is hereby authorized to make , execute, and
deliver to the State of Florida , Department of Transportation , a Transportation Regional Incentive
Program Agreement for the aforementioned project .
The foregoing resolution was offered by Commissioner Davls who moved
its adoption . The motion was seconded by Commissioner Wheeler and, upon being put to a
vote , the vote was as follows :
Chairman Gary C . Wheeler Aye
Vice - Chairman Peter D . O ' Bryan Ave
Commissioner Wesley S . Davis Aye
Commissioner Joseph E . Flescher Ave
Commissioner Bob Solari Aye IV
S• 2 Z / Z
The Chairman thereupon declared the resolution passed and adopted thisr22nd
of J 2012 . ( z
y :
Cn
BOARD OF COUNTY COMMISSSIONERS ' ° , ; • , -
OF INDIAN RIVER COUNTY, FLORIDA z a�' • '
, . • Q' .*
'U�} p•••
� C
Cr.
By
Gary C . W eeler, Chairman
Attest . `�..4 � 0 AN
Jeffrey K . Barton , Clerk 1 �U? FN
Au
IV lee B� o
l , County Attorney Deputy Clerk
Approved as to Form and Legal Sufficiency
F : APublic Works\ENGINEERING DIVISION PROJECTS \0545 -66Th Ave SR60 to 57th St ( Arcadis)AAdmim\agenda itemsResolution TRIP
Agreement 05 -07- 12 . doc
Kennedy , Leos
From . The job F1989WMR
Sent : Thursday , May 31 , 2012 3 : 01 PM
To : Kennedy , Leos
Subject : FUNDS APPROVAL/ REVIEWED FOR CONTRACT AQN66
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
Contract #AQN66 Contract Type : Method of Procurement :
Vendor Name : INDIAN RIVER
Vendor ID : VF596000679001
Beginning date of this Agmt : 06 / 01 / 12
Ending date of this Agmt : 12 / 31 / 14
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
* * * * * * * * * * * * * * *
ORG - CODE * EO * OBJECT * AMOUNT * FIN PROJECT * FCT * CFDA
( FISCAL YEAR ) * BUDGET ENTITY * CATEGORY / CAT YEAR
AMENDMENT ID * SEQ . * USER ASSIGNED ID * ENC LINE ( 6S ) / STATUS
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
* * * * * * * * * * * * * * *
Action : ORIGINAL Funds have been : APPROVED
55 043010404 * OM * 750076 * 5709602 . 00 * 42588315801 * 215
2012 * 55150200 * 088717 / 12
0001 * 00 * * 0001 / 04
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - - - - - - -
TOTAL AMOUNT : * $ 5 , 709 , 602 . 00
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
- - - - - - - - - - - - - - - - - - - - - - - - - - - -
FUNDS APPROVED / REVIEWED FOR ROBIN M . NAITOVE , CPA , COMPTROLLER
DATE : 05 / 31 / 2012
Please provide us your feedback on the Contract Funds Management System .
A survey is available at the following link :
http • / / cosharepoint dot . state . fl . us / sites / OOC / FMO / CFM / default . aspx
under the Surveys tab .
Thank you in advance for your time !
1