HomeMy WebLinkAbout2010-150B UtC� 15U
STATE OF FLORIDA
INDIAN RIVER COUNTY L' � I � � Iv
THIS IS TO CERTIFY THAT THIS I5 1 A 3 .
A TRUE AND CORRECT COPY OF APX31
THE ORIGINAL ON FILE IN THIS �
DUNS No . : 07-920-8989 OFFICE ContractNo . : Mm * * as
CSFA No . .• 55 . 008
JEFFREY K . BARTON , CLERK Financial Project No . : 421787 - 1 - G'1'F,� ..
COUNTY : INDIAN RIVER '( • J'
a
tBY ATE �„ '
C
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
COUNTY INCENTIVE GRANT PROGRAM AGREEMENT •'o�. �
qy • �, .
RNfR •COU •° `++•
THIS County Incentive Grant Program Agreement "AGREEMENT") , entered into tfl'r " 000% Yo
a� day of JUn.� , 20is an Agreement 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 has the authority, under Section 334 . 044 , Florida Statutes ,
to enter into this Agreement ; and
WHEREAS , the County Incentive Grant Program has been created by Section 339 . 2817 ,
Florida Statutes , to provide grants to counties to improve a transportation facility which is located on
the State Highway System or which relieves traffic congestion on the State Highway System ; and
WHEREAS , the COUNTY has certified to the DEPARTMENT that it has met the eligibility
requirements of said Section 339 . 2817 , Florida Statutes ; and
WHEREAS , the DEPARTMENT is willing to provide the COUNTY with financial
assistance under Financial Management (FM) No . 421787 - 1 - 58 - 01 for Construction and
Construction Engineering Inspection (CEI) Services along 26"' Street from 43 'd Avenue to US - 1 in
Vero Beach, Florida , hereinafter referred to as the " PROJECT , " in accordance with Section
339 . 2817 , Florida Statutes ; and
WHEREAS , the COUNTY by Resolution No . 2010 - 050
dated the 15th day of dune 2010 , a copy of which is attached
hereto and made a part hereof, has authorized the Chairman of its Board of Commissioners to enter
into this Agreement .
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 to be restated herein .
2 - SERVICES AND PERFORMANCE
A . The COUNTY shall furnish the services with which to construct the PROJECT . Said
PROJECT consists of: Construction and Construction Engineering Inspection (CEI) Services , as
further described in Exhibit "A" , Scope of Services , attached hereto and made a part hereof.
Page 1 of 14
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 that the PROJECT has been completed in accordance with the
applicable standards , statutes , rules and regulations in writing .
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 written quarterly progress reports .
D . The DEPARTMENT must approve any consultant and/or contractor scope of services
including Project budget in writing . The COUNTY shall obtain DEPARTMENT approval of plans
specifications prior to bidding the Project .
E . The COUNTY must certify that the consultant has been selected in accordance with the
Consultants Competitive Negotiation Act (Section 287 . 055 , Florida Statutes) . Contractor must be
prequalified by the DEPARTMENT as required by Section 2 of the Standard Specifications for Road
and Bridge Construction (2010) , as amended .
F . The COUNTY shall not sublet, assign , or transfer any work under this Agreement
without prior written consent of the DEPARTMENT .
G . All notices under this Agreement shall be directed to the following addresses :
TO DEPARTMENT : TO COUNTY .
Jeff Weidner Phil Matson, MPO Staff Director
Florida Department of Transportation Indian River County
3400 W . Commercial Blvd . 1801 27`h Street
Ft . Lauderdale , FL 33309 Vero Beach, FL 32960 - 3388
Copy to : Office of the General Counsel Copy to : County ' s Attorney
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 , 2012 , whichever occurs first .
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 .
Page 2 of 14
4 - COMPENSATION AND PAYMENT
A . The estimated Project cost is TWO MILLION FOUR HUNDRED THOUSAND
DOLLARS ($ 2 ,400 , 000 . 00) . The COUNTY and the DEPARTMENT agree to share the cost of this
Project . The COUNTY agrees to provide one-half ( 1 /2) of the cost of the Project expenditures and
the DEPARTMENT agrees to provide the other one-half ( 1 /2) pursuant to Florida Statutes 339 . 2817 .
The parties further agree that the DEPARTMENT ' s maximum participation is ONE MILLION TWO
HUNDRED THOUSAND DOLLARS ($ 1 ,200 , 000 . 00) and all remaining costs of the project will be
borne by the COUNTY .
i) The COUNTY shall submit one invoice (4 copies) plus supporting documentation
required by the DEPARTMENT to the Project Manager for approval and processing on a monthly
basis .
ii) The CEI services will be provided by hiring a DEPARTMENT prequalified
consultant firm including one individual that has completed the Advanced Maintenance of Traffic
Advanced Level Training . The CEI staff shall be present on the PROJECT at all times that the
contractor is working . Administration of the CEI staff shall be under the responsible charge of a
State of Florida licensed Professional Engineer . The DEPARTMENT shall approve all CEI
personnel .
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 .
B . The PARTICIPANT must submit the final invoice to the DEPARTMENT within 180
days after the final acceptance of the Project . Invoices submitted after the 180 days time period
will not be paid .
C . Payment shall be made only after receipt and approval of goods and services unless
advance payments are authorized by the DEPARTMENT ' s Comptroller 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 DEPARTMENT ' s obligation to pay under this Agreement is contingent upon an
annual appropriation by the Legislature .
F . Bills for fees or other compensation for services or expenses shall be submitted in detail
sufficient for a proper preaudit and postaudit thereof.
G . Travel costs will not be reimbursed .
H . The COUNTY providing goods and services to the DEPARTMENT should be aware of the
following time frames . Upon receipt, the DEPARTMENT has ten ( 10) working days to inspect and
approve the goods and services . The DEPARTMENT has twenty (20) days to deliver a request for
payment (voucher) to the Department of Financial Services . The twenty (20) days are measured from the
latter of the date the invoice is received or the goods or services are received , inspected , and approved .
Page 3 of 14
I . If a payment is not available within 40 days , a 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 the COUNTY because of
COUNTY preparation errors 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 .
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 agency . The Vendor
Ombudsman may be contacted at ( 850) 413 . 5516 or by calling the Chief Financial Officer' s Hotline,
1 - 877 - 693 - 5236 .
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 ,
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 fiends 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 .
M . It is unlawful for the board of county commissioners to expend or contract for the
expenditure in any fiscal year more than the amount budgeted in each fund ' s budget, except as
provided herein, and in no case shall the total appropriations of any budget be exceeded, except as
provided in Section 129 . 06 , Florida Statutes and any indebtedness contracted for any purpose against
either of the funds enumerated in this chapter or for any purpose , the expenditure for which is
chargeable to either of said funds , shall be null and void, and no suit or suits shall be prosecuted in
any court in this state for the collection of same , and the members of the board of county
commissioners voting for and contracting for such amounts and the bonds of such members of said
boards also shall be liable for the excess indebtedness so contracted pursuant to Section 129 . 07 ,
Florida Statutes .
N . 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,
Page 4 of 14
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 .
5 -INDEMNITY AND INSURANCE
A . 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 .
B . 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 .
C . LIABILITY INSURANCE . The COUNTY shall carry or cause its contractor/consultant
to 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 $ 200 , 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 . The COUNTY shall have the DEPARTMENT
endorsed as additionally insured with regards to the general liability requirements . 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 Section 743 of the DEPARTMENT' s Standard
Specifications for Road and Bridge Construction (2010) , as amended .
D . WORKERS ' COMPENSATION . The COUNTY shall also carry or cause its
contractor/consultant to 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 , and 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 .
Page 5 of 14
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 Section 337 . 274 , Florida Statutes .
7-AUDIT
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 LOCAL GOVERNMENT regarding such audit . The LOCAL
GOVERNMENT 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 . FEDERAL AUDITS
i) 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 :
ii) In the event that the recipient expends $ 500 , 000 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 "B " 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 .
iii) In connection with the audit requirements addressed in Subparagraph i) , the
recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of
OMB Circular A- 133 , as revised .
Page 6 of 14
iv) If the recipient expends less than $ 500 ,000 or more 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 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) .
v) 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 .
D . STATE AUDITS
i) 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 :
ii) In the event that the recipient expends a total amount of state financial assistance
equal to or in excess of $ 500 , 000 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 " B " 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 .
iii) In connection with the audit requirements addressed in sub-paragraph i) 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 .
iv) If the recipient expends less than $ 500 , 000 in state financial assistance in its fiscal
year, 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) .
v) 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 .
Page 7 of 14
E . OTHER AUDIT REQUIREMENTS
i) 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 .
ii) 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 .
F . REPORT SUBMISSION
i) Copies of reporting packages for audits conducted in accordance with OMB
Circular A- 133 , as revised , and required by Paragraph C (FEDERAL AUDITS ) of this agreement
shall be submitted, when required by Section . 320 (d) , OMB Circular A433 , as revised, by or on
behalf of the recipient directly to each of the following :
a) The DEPARTMENT at the following address :
Florida Department of Transportation
3400 W . Commercial Blvd .
Ft . Lauderdale , FL 33309
Karen Maxon, District Single Audit Liaison
b) The Federal Audit Clearinghouse designated in OMB Circular A4 33 , 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
c) Other Federal agencies and pass -through entities in accordance with Sections
. 320 (e) and (f) , OMB Circular A433 , as revised .
ii) In the event that a copy of the reporting package for an audit required by Paragraph
C (FEDERAL AUDITS ) 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 :
Page 8 of 14
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10th Street
Jeffersonville , IN 47132
a) In addition, pursuant to Section . 320 (f) , OMB Circular A433 , 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
Karen Maxon, District Single Audit Liaison
iii) Copies of financial reporting packages required by Paragraph D (STATE
AUDITS ) of this agreement shall be submitted by or on behalf of the recipient directly to the
following :
a) The DEPARTMENT at the following address :
Florida Department of Transportation
3400 W . Commercial Blvd .
Ft . Lauderdale , FL 33309
Karen Maxon, District Single Audit Liaison
b) 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
iv) Copies of reports or the management letter required by Paragraph E (OTHER
AUDIT REQUIREMENTS) of this agreement shall be submitted by or on behalf of the recipient
directly to the Department at the following address :
a) The DEPARTMENT at the following address :
Florida Department of Transportation
3400 W . Commercial Blvd .
Ft . Lauderdale , FL 33309
Karen Maxon, District Single Audit Liaison
v) 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 A433 , Florida Statutes , and Chapters 10 . 550 (local governmental entities) or 10 . 650
(nonprofit and for-profit organizations) , Rules of the Auditor General , as applicable .
Page 9 of 14
vi) 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 .
G . RECORD RETENTION
i) 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
This Agreement may be canceled by either the COUNTY or the DEPARTMENT upon sixty (60 )
days written notice . In addition, 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 , or (c) taking whatever action is deemed appropriate by the DEPARTMENT .
B . 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 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 .
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 .
Page 10 of 14
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
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, and the
parties agree that there are no commitments, agreements , or understandings concerning the subject
matter of this Agreement that are not contained in this document . Accordingly, it is agreed that no
deviation from the terms hereof shall be predicated upon any prior representation or agreements
whether oral or written . It is further agreed that no modification, amendment, or alteration in the
terms or conditions contained herein shall be effective unless contained in a written document
executed with the same formality and of equal dignity herewith .
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 any 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 .
Page 11 of 14
IN WITNESS WHEREOF , the COUNTY has caused this Agreement to be executed in its behalf
this 15 day of June 2010 , by the Chairman of the Board of Commissioners ,
authorized to enter into and execute same by Resolution Number 2010 - 050 of the Board on
the 15th day of June 2010 , and the DEPARTMENT has executed this
Agreement through its District Secretary for District , Florida Department of
Transportation, this day of VAL , �•
INDIAN > �'1�R COUNTY, FLORIDA
b y • vP SAL ` y ;
ATTEST : J K . B - )
Fit CHAIRMAN , BOARD OF
GLER1( -CIRCUIT COUi; I
";1!40 * so •'��°� COUNTY COMMISSIONERS
+�
STATE OF FL PARTMENT OF TRANSPORTATION
eb
io
ATTEST : u2L) °' :.-
EXECUTIVE SE RET AR�� DIRECTOR OF TRANSPORTATION
DEVELOPEMENT
y� e
NAME : 6, o • erreDISTRICT
Availability of Funds Approval : Legal Review :
i
APO
2�
ate
APPROVED
AS "f c
faNU �'BY
116/VvL
Page 12 of 14 iat " UT`( CcaLLh4TYAT ]
L',� s Y
Exhibit A
SCOPE OF SERVICES
FM# 421787= 1 -5 &01
This Project consists of the COUNTY performing the construction and construction engineering
inspection (CEI) services along 26`" Street/Aviation Boulevard Corridor from 43 `d Avenue to US 1 in
Vero Beach . The design of the Project is essentially complete at this time and the COUNTY is
currently seeking the appropriate permits . It is anticipated that construction will begin early in FY
2010/ 11 .
The COUNTY shall perform services including but not limited to the following :
1 . Construction of transit turnouts and/or shelters .
2 . Construction of bicycle lanes .
3 . Designation of roadway pedestrian crossing
4 . Roadway widening (from 2 to 4 lanes)
5 . Drainage Improvements
6 . Curb & Gutter
7 . Signing & Marking
8 . Signalization
9 . Construction of raised medians
10 . Construction of a multi -purpose path (which constitute the southern portion of the Central
Indian River County Greenway)
EXHIBIT "B "
SINGLE AUDIT COMPLIANCE REQUIREMENTS
STATE RESOURCES :
State Agency Catalog of State Financial Assistance (Number & Title) Amount
DOT 55 . 008 County Incentive Grant Program $ 1 ,200 , 000 . 00
(Department of Transportation)
Compliance Requirements
Activities Allowed : The grants are to be used for improvements to transportation facilities
which are located on the State Highway System or which relieve traffic
congestion on the State Highway System , as provided by section
339 . 2817 ( 1 ) , Florida Statutes .
Allowable Costs . See above
Eligibility : To be considered eligible for funding , the Project must satisfy the
following minimum requirements . It must :
(A) Be a facility . CIGP funds cannot be used for operational expenses .
(B ) Be either located on the State Highway System or relieve traffic
congestion on the State Highway System .
(C) Be consistent to the maximum extent feasible with the Florida
Transportation Plan (FTP) .
(D) Be consistent to the maximum extent feasible , where appropriate ,
with the local Metropolitan Planning Organization (MPO) Long Range
Transportation Plan (LRTP) . *
(E) Be consistent with, to the maximum extent feasible , with any local
comprehensive plans . *
* If the Project is not in these plans , it must be amended into them within
six months of application .
Matching : The Department shall provide 50 percent of the Project costs for eligible
Projects .
In-kind services or right of way that comprise integral parts of the
Project and contribute to its ultimate completion may be used as all or
part of the local matching funds . The value for land donated is the
current market value , as properly supported .
For in-kind services , a detailed report of the costs incurred as recorded
in the cost accounting system must be provided to the District to
substantiate the amount of in-kind services costs to be used as the
county' s share of participation.
Page 14 of 14