HomeMy WebLinkAbout2004-028RESOLUTION NO. 2004- 028F=
RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF
INDIAN RIVER COUNTY, FLORIDA, APPROVING A LOCALLY
FUNDED AGREEMENT WITH THE FLORIDA DEPARTMENT OF
TRANSPORTATION TO FUND A PORTION OF THE PROJECT
DEVELOPMENT AND ENVIRONMENTAL (PDE) STUDY FOR CR 510
WHEREAS, the widening of CR 510 (Wabasso Road) has been an Indian River
Metropolitan Planning Organization (MPO) priority project for several years; and
WHEREAS, the Florida Department of Transportation (FDOT) is prepared to provide
federal funds to pay a portion of the cost for a Project Development and Environment (PDE)
Study for the CR 510 Widening project; and
WHEREAS, the Indian River County Board of County Commissioners is responsible for
paying 50 percent of the cost of the non-federal share for the study costs as its portion of the
required local match.
NOW THEREFORE, BE IT RESOLVED, that the Indian River County Board of
County Commissioners:
1. Approves the State of Florida Department of Transportation and Indian River
County Locally Funded Agreement; and
2. Authorizes the Chairman to execute the Locally Funded Agreement; and
3. Directs the Public Works Director to transmit the executed Locally Funded
Agreement to the Florida Department of Transportation.
THIS RESOLUTION was offered by Commissioner Neuberger
moved its adoption. The motion was seconded by Commissioner 1 nwther
upon being put to a vote, the vote was as follows:
Chairman Caroline D. Ginn
Vice -Chairman Arthur T. Neuberger
Commissioner Fran B. Adams
Commissioner Thomas S. Lowther
Commissioner Kenneth R. Macht
Aye
Aye
Ay e
Aye
Aye
Page 1 of 2
F:\Public Works\KimP\Resolutions\CR510 PDE Study, FDOT Cost Share Agr, BCC Resolution.doc
who
, and
RESOLUTION NO. 2004-028
The Chairman thereupon declared the resolution duly passed and adopted this 16th day
of March , 2004.
BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY, FLORIDA
Caroline D. Ginn, Chai
Jeffrey K:.B'arton,•.Clfrk of Co
Deputy.Clerk x j'
/4f€97/:; a:�1`cr`
hHEREBY CERTIFYthat on this day, before me, an officer duly authorized in the
State 'andCounty to take acknowledgements, personally appeared Caroline DGinn, as
Chairman,of,the{Board.of County Commissioners, and PAT FidC '' • RIDGE Y , Deputy
Clerk, to`me:known to be the persons described in and who executed the foregoing instrument
and they acknowledged before me that they executed the same.
gr
an
WITNESS my hand and official seal on the County and State last aforesaid this 16th
day of March , A.D., 2004.
By:,
' V if
William G. Collins, II, County Attorney
4
Approved as to Form and Legal Sufficiency
Notary Publico
. ` r.?� ,,, Kimberly E. Massung
rq. •.c,,
• � . ;: MY COMMISSION # DD216503 EXPIRES
.rte-. ,_
fa
July 15, 2007
BONDED THRU TROY FAIN INSURANCE, INC.
Page 2 of 2
F:\Public Works\KimP\Resolutions\CR510 PDE Study, FDOT Cost Share Agr, BCC Resolution.doc
FM NO. 416512-1-94-01
CONTRACT NO.
EXHIBIT "A"
PROJECT DESCRIPTION AND RESPONSIBILITIES
This exhibit forms an integral part of that certain Joint Participation Agreement between
the State of Florida, Department of Transportation and Indian River County Board of County
Commissioners, dated
PROJECT LOCATION:
Indian River County, Florida
PROJECT DESCRIPTION:
The purpose of this Agreement is to provide funding to Indian River County for access improvements to
Aviation Blvd. at the Vero Beach Airport.
SPECIAL CONSIDERATIONS BY AGENCY:
The audit report(s) required in paragraph 7.60 of the Agreement shall include a schedule of
project assistance that will reflect the Department's contract number, Financial Project Number
and the Federal Identification number, where applicable, and the amount of state funding action
(receipt and disbursement of funds) and any federal or local funding action and the funding action
from anyother source with respect to the project.
SPECIAL CONSIDERATIONS BY DEPARTMENT:
The Department has 10 days to review invoices after receipt of invoice package and corresponding
progress report.
725-030-06
PUBLIC TRANSPORTATION
06/03
Page 11 of 12
21.20 State: No funds received pursuant to this contract may be expended for lobbying the Legislature or a state
agency.
22.00 Vendors Rights: Vendors (in this document identified as Agency) providing goods and services to the
Department should be aware of the following time frames. Upon receipt, the Department has five (5) working days to
inspect and approve the goods and services unless the bid specifications, purchase order or contract specifies
otherwise. The Department has 20 days to deliver a request for payment (voucher) to the Department of Financial
Services. The 20 days are measured from the latter of the date the invoice is received or the goods or services are
received, inspected and approved.
If a payment is not available within 40 days after receipt of the invoice and receipt, inspection and approval of goods and
services, a separate interest penalty in accordance with Section 215.422(3)(b), F.S. will be due and payable, in addition
to the invoice amount to the Agency. The interest penalty provision applies after a 35 day time period to health care
providers, as defined by rule. Interest penalties of less than one (1) dollar will not be enforced unless the Agency
requests payment. Invoices which have to be retumed to an Agency because of vendor 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.
A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual
include acting as an advocate for Agencies who may be experiencing problems in obtaining timely payment(s) from the
Department. The Vendor Ombudsman may be contacted at (850)410-9724 or by calling the Department
of Financial Services Hotline, 1-800-848-3792.
23.00 Public Entity Crime: Pursuant to 287.133(3)(a) F.S. the following is applicable to this agreement.
287.133(2)(a) "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 s. 287.017, F.S. for CATEGORY TWO for a period of 36 months from the date of being
placed on the convicted vendor list."
24.00 Discrimination: An entity or affiliate who 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.
FM NO. 416512-1-94-01
CONTRACT NO.
EXHIBIT "C"
This exhibit forms an integral part of that certain Joint Participation Agreement between
the State of Florida, Department of Transportation and Indian River County Board of County
Commissioners, dated:
Reference statues as applicable. Chapter 341
DOCUMENTS REQUIRED TO BE SUBMITTED TO THE DEPARTMENT BY THE
AGENCY IN ACCORDANCE WITH THE TERMS OF THIS AGREEMENT:
1. All proposals, plans, specifications, and 3rd party contracts covering the project for
Departmental approval.
2. Copies of all correspondence related to this project.
3. Audit Reports as described in Section 7.60 of this JPA.
4. Quarterly Progress Reports provided within thirty (30) days of the end of the
quarter.
5. Three (3) original Invoice Summaries and backup information must be submitted to
the District Office when requesting payment.
725-030-08
PUBLIC TRANSPORTATION
06/03
Pape 12 of 12
Financial Project No. 41651219401
Contract No.
Agreement Date
N WITNESS WHEREOF, the parties hereto have caused these presents be executed, the day and year first above written.
GENCY. FDOT
Idian River County Board of County Commissioners See attached Encumbrance Form for date of Funding
AGENCY NAME Approval by Comptroller
Caroline D. Ginn
SIGNATORY (PRINTED OR TYPED)
SIGNATURE
Chairman
TITLE
C'Approved: .November 9., 2004.
LEGAL REVIEW
DEPARTMENT OF TRANSPORTATION
DEPARTMENT OF TRANSPORTATION
District Director of Transportation Development
TITLE
FM NO. 416412-1-94-01
CONTRACT NO.
EXHIBIT "B"
PROJECT BUDGET
This exhibit forms an integral part of that certain Joint. Participation Agreement between
the State of Florida, Department of Transportation and Indian River County Board of County
Commissioners, dated
I. PROJECT COST: $3,200,000.00
Expenses related to access improvements to Aviation Blvd.
II. PARTICIPATION:
Maximum Federal Participation
FTA, FAA
Agency Participation
In -Kind
Cash
Other
Maximum Department Participation,
Primary
(DS) (DDR) (DIM) (PORT) (TOP)
Federal Reimbursable (DU)(CM)(DFTA)
Local Reimbursable (DL)
TOTAL PROJECT COST
III. FUNDING YEARS
Fiscal Year
2004/2005
2005/2006
2006/2007
2007/2008
Committed Dollars
$400,000.00
$400,000.00
$400,000.00
$400,000.00
( %).. or $
( %) $
( 50%) or $ 1,600,000.00
( %) $
( 50%) or
( %)or
( %) or
Fund Type
DDR
DDR
DS
DS
$ 1,600,000.00
$ 3,200,000:00
Note: Per paragraph 17.10, The State of Florida's performance and obligation to pay
under this agreement is contingent upon an annual appropriation by the Legislature.