Loading...
HomeMy WebLinkAbout2015-073ao (5 8.6. ants -013 AGREEMENT FOR FEDERAL TRANSIT GRANT ADMINISTRATION CONSULTING SERVICES by and between THE INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS and CIVILSURV DESIGN GROUP, INC. THIS AGREEMENT, entered into this 11141 day of 2015, by and between the Indian River County Board of County Commissioners, hereinafter referred to as the "County" and, CivilSury Design Group, Inc., hereinafter referred to as the "Consultant." WITNESSETH THAT: WHEREAS, the County has entered into an agreement with the Federal Transit Administration, hereinafter referred to as the "FTA", providing for financial assistance for transit system capital improvements; and, WHEREAS, the County desires to engage the Consultant to render such assistance and advice necessary to complete the responsibilities of the County under the agreement. NOW, THEREFORE, the parties hereto do mutually agree as follows: I. SCOPE OF SERVICES The parties agree that the foregoing recitals are true, and they are incorporated into this Agreement by this reference. The Consultant shall provide oversight and advise the County in carrying out the scope of services in a satisfactory and proper manner. Said scope of services are attached to this Agreement as Attachment 1 and made a part thereof. II. ADDITIONAL RESPONSIBILITIES OF THE CONSULTANT 1. The Consultant shall abide by all agreements between the County and the FTA. The executed Indian River County/FTA Section 5309 Grant is hereby made part of this document by reference as Attachment 2 while the Standard Federal Transit Administration Certifications and Assurances will be made part of this document by reference as Attachment 3. 2. The services rendered by the Consultant shall be commenced upon written notice from the County. 3. The Consultant agrees that no work shall be undertaken or commenced prior to the execution date of the Agreement which shall be the date executed by the last party F\Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\Contract.docx Page 1 hereto. 4. The Consultant shall submit copies of all proposed changes to the project scope of services for review and approval by the County staff before authorization of any contract change order. After said review and approval by the County, changes shall not be effective unless in writing and properly executed by the parties. 5. The Consultant shall comply with Title IV of the Civil Rights Act of 1964 (Public Law 88-352) and Title VI of the Act (42 USC 2000 D) in that: No person in the United States shall on the grounds of race, creed, color, national origin, sex, age, political affiliation, or religious beliefs be subjected to discrimination under any program or activity which the Consultant has agreed to undertake by and through the covenants and provisions set forth in the agreement. 6. The Consultant shall designate a representative to keep County staff informed as to all aspects of the project work. The name and address of consultant's designated representative is: _Christopher W. Murphy, 2400 Rhode Island Ave., Fort Pierce, FL 34950 . 7. The Consultant shall have all records and project work accessible for inspection and review by County staff at such time as is mutually agreeable to all parties. 8. The Consultant shall keep and maintain financial, invoice, and employment records pertaining to the contractual obligation between the County and the Consultant for pre -audit and post -audit purposes for a period of three years following the completion of all project work, or until all claims and audit findings involving the records have been received, whichever is later. The County, the FTA, or any of their duly authorized representatives shall have access to any books, documents, papers, and records of the Consultant which are directly pertinent to that specific agreement, for the purpose of making audit, examination, excerpts, and transcription. 9. The Consultant shall forward all documentation as it pertains to the project to the designated County Project Manager. Name: Phillip Matson Address: Indian River County, 1801 27th Street, Vero Beach, FL 32960 . 10. It is understood and agreed that all documents, including reports and other data prepared or obtained by the Consultant in connection with its services hereunder, shall be delivered to, and become the property of, the County prior to final payment to the Consultant. III. RESPONSIBILITIES OF THE COUNTY 1. The County shall provide the Consultant access to appropriate records, documents, and other materials necessary to complete the project. F•\Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\Contract.docx Page 2 2. The County Project Manager represents the County in all technical matters pertaining to the work and performance of this Agreement, whose responsibility shall include: a. Examination of all reports, surveys, and other documents presented by the Consultant and rendering, in writing, decisions pertaining thereto within a reasonable time so as not to materially delay the work of the Consultant. For purposes of this agreement, reasonable period of time will mean two weeks from receipt of applicable material. b. Transmission of instructions, receipt of information, interpretation and definition of County policies and decisions with regard to the work covered by this Agreement. c. Transmission of prompt written notice to the Consultant whenever the County observes or otherwise becomes aware of any defects or changes necessary in the project. IV. TIME OF PERFORMANCE The schedule for completion of the work will be approximately 15 months from, the date of the Notice to Proceed. The period of performance of the contract will be dependent on the design and construction schedules of the project. At its discretion, the County may extend the time period of these services if such an extension is in the best interest of the County. V. TERMINATION The obligation to provide services under this Agreement will be terminated upon completion of all work as described in Attachment 1, Scope of Services, and the Consultant has submitted all products to the County and all deliverables have been deemed satisfactory by the County. In addition, the obligation to provide services under this Agreement may be terminated by either party upon seven (7) days' written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party. In the event that the agreement is terminated by either party prior to the Consultant's satisfactory completion of all Tasks listed in Attachment 1, Scope of Services, the project will be deemed abandoned, and no compensation will be paid by the County to the Consultant for Tasks or portions thereof not yet satisfactorily completed. The County may unilaterally cancel this Contract for refusal by the Consultant to 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 Consultant in conjunction with the Contract. VI. AUDIT RIGHTS The County reserves the right to audit the records of the Consultant related to this Agreement at any F•\Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\Contract.docx Page 3 time during the execution of the work included herein and for a period of three years after final payment is made. Bills for fees or other compensation for services or expenses shall be submitted to the County in detail sufficient for a proper pre -audit and post audit thereof. VII. WARRANTY The Consultant warrants that he has not employed or retained any company or person other than a bona fide employee working solely for the Consultant to solicit or secure this contract and that he has not paid or agreed to pay any company or person other than a bona fide employee working solely for the Consultant any fee, commission, percentage fee, gifts or any other consideration, contingent upon or resulting from the award of making of this contract. For breach of violation of this warranty, the County shall have the right to annul this contract without liability. VIII. ENTIRE AGREEMENT This Agreement and its Attachments hereto embody the whole agreement of the parties, and there are no provisions, terms, conditions, or obligations other than those contained herein. This agreement shall supersede all previous communications, representations, or oral agreements between the parties, and no amendment hereto shall be effective unless reduced to writing and signed by the parties hereto. IX. INDEPENDENT CONTRACTOR It is specifically understood and acknowledged by the parties hereto that the Consultant or employees or subcontractors of the Consultant are in no way to be considered employees of the County, but are independent contractors performing solely under the terms of the Agreement and not otherwise. X. COMPENSATION AND METHOD OF PAYMENT The County shall pay to the Consultant professional fees not to exceed the total amount of $24,930. Consultant will invoice the County monthly based on the percent of work completed during the preceding 30 -day period. Each monthly invoice will document the work performed. The County Project Manager will determine if the work performed is consistent with the amount of the invoice and will authorize payment as appropriate. XI. INSURANCE AND INDEMNIFICATION The Consultant shall not commence work on this contract until he has obtained all insurance required under this paragraph and such insurance has been approved by the County's representative. The Consultant shall indemnify and hold harmless the County, its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the consultant and other persons employed or utilized by the consultant in the performance of the contract. F\Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\Contract.docx Page 4 The Consultant shall maintain during the term of this Agreement the following insurance: A. Business Automobile Liability Insurance covering all owned, non -owned and hired vehicles with minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for bodily injury and property damage. B. Commercial General Liability Insurance for premises/operations, products/completed operations, contractual liability, and independent contractors with minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for bodily injury and property damage. C. Worker's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as presently written or hereinafter amended. The policy must include Employers Liability with a limit of $100,000 for each accident, $500,000 for disease (policy limit), and $100,000 for disease (employee limit). All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida. All such insurers must have an A.M. Best rating of no less than A+VII. The Consultant shall furnish certificates of insurance to the County prior to the commencement of operations, which certificates shall clearly indicate that the Consultant has obtained insurance in the type, amount, and classification as required for strict compliance with this section and that no material change or cancellation of this insurance shall be effective without thirty (30) days prior written notice to the County. Compliance with the foregoing requirements shall not relieve the Consultant of his liability and obligations under this section or under any other portion of this Agreement. XII. PROHIBITED INTERESTS No member, officer, or employee of the County or of the member governments during his/her tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof This requirement also applies to any subcontract entered into by the Consultant concerning this project. ATTACHMENTS: Attachment 1: Project Scope of Services Attachment 2: Federal Transit Administration Section 5309 Bus Livability Grant Attachment 3: Federal Certifications and Assurances F \Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\Contract.docx Page 5 4 Dylan Reingold County Attorney CONCLUSION It is mutually agreed between the County and Consultant that this Agreement, including all attachments to it, constitutes an agreement, made in Florida, and that it shall be construed according to the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this agreement shall be in Indian River County, Florida, or, in the event of federal jurisdiction, in the United States District Court for the Southern District of Florida. IN WITNESS OF THE FOREGOING, the parties have read this Agreement and attachments to it and have affixed their signatures, effective on the date first appearing above. ATTEST: BY:6D1/l,(. 0Lg • Vl i tr) ,D.0 ' J.R. SMITH CLERK CIRCUIT COURT ATTEST: BY: Approved as to Form and Legal Sufficiency 0,0 ' `j� GOI�fM�s� INDIAN RIVER COUNTY •o BOARD OF COUNTY i•* COMMISSIONERS i 1-i'; -0:3• %.."14.'4:113:1-.T. O BY Wesley S. Davis Chairman CIVILSURV DESIGN GROUP, INC. BY: F\Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\Contract.docx Page 6 SCOPE OF SERVICES PROJECT ADMINISTRATION CONSULTANT PROJECT DESCRIPTION: The project involves administration services for the capital portion of a mass transit grant awarded to the County by the Federal Transit Administration (FTA). As an FTA recipient, the County is required to follow FTA regulations regarding procurement and contracting. Consequently, certain federal and state requirements (such as equal employment opportunity provisions) will apply to the contract for this project. Task 1: Project Administration Services The specific sub -tasks involved with this project include, but are not limited to the following: • Establishing the financial procedures for receiving funds and disbursing payments. Assessing the local government's compliance with federal regulations concerning procurement, employment, personnel and property management, records retention, ethics, and others. • Reviewing contractor bid documents. • Evaluating proposals and determining eligibility and compliance. • Reviewing contract documents. • Monitoring contractor performance and compliance with contract requirements. • Supervising all payment authorizations to ensure proper documentation and appropriate payments. • Review contractor certified payroll associated with pay requests for EEO compliance. • Maintaining all required files. • Producing and submitting required program reports. • Representing the local government during monitoring visits. Responding to monitoring reports. • Responding to questions and/or complaints from citizens. A TACIT AE NT 1 • Recommending policy and/or grant amendments. Taking necessary actions, such as advertising, conducting public hearings, and updating project environmental review files. • Performing program close-out activities, including submission of reports and provision of follow-up information. • Ensuring compliance with FTA requirements . • Other administrative tasks related to FTA Grants and procedures. Task 1 will be performed throughout the three (3) major phases of the project. The phases are 1.) Design Phase, 2.) Bid Phase, and 3.) Construction Phase. Fees The services will be provided on a Fee Not to Exceed basis based on Time & Material. All invoices will be submitted monthly as hourly invoices for work performed. The project labor budget, fee schedule, and total project budget detail are included in attachments B.1 and B.2 to this scope. Total Base Fee for these services is: $24,930.00 EXHIBIT 'B.11 CivilSury Design Group, Inc. Indian River County Transit Hub Project Administration Consultant Services Budget DESCRIPTION Senior Project Manager-CSDG Project Manager-CSDG -Task Totals Chris Murphy, P.E. Hetty Harmon, AICP $150 per hour $90 per hour HR Cost HR Cost TASK 1: Phase 1 DESIGN PHASE SERVICES 16.0 $ 2,400.00 8.0 $ 720.00 $ 3,120.00 TASK 1: Phase 2 BID PHASE SERVICES 36.0 $ 5,400.00 20.0 $ 1,800.00 $ 7,200.00 TASK 1: Phase 3 CONSTRUCTION PHASE SERVICES 56.0 $ 8,400.00 69.0 $ 6,210.00 $ 14,610.00 Sub -total: 108.0 $ 16,200.00 97.0 $ 8,730.00 $ 24,930.00 3/16/2015 Staff EXHIBIT '6.2' CivilSury Design Group, Inc. Indian River County Transit Hub Project Administration Consultant Services Budget Monthly Labor Estimate Phase 1. Design Phase (4 months) Phase 2: Bid Phase (5 months) 1 2 3 4 5 6 7 8 9 Phase 3: Construction Phase (6 months) Rate ($/hr) 10 11 12 13 14 15 Chris Muprhy, P.E. (hrs) 4 4 4 4 8 8 8 4 8 8 8 8 8 12 12 Hetty Harmon, AICP (hrs) 2 2 2 2 4 4 4 4 4 12 12 12 12 11 10 3/16/2015 Total hrs Rate ($/hr Total Fee 108 $ 150 $ 16,200 97 $ 90 $ 8,730 Total: $ 24,930.00 View Print Page 1 of 10 DOT FTA U.S. Department of Transportation Application Federal Transit Administration Recipient ID. 5630 Recipient Name INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS Project ID FL -04-0182-00 Budget Number 1 - Budget Approved Project Information BLV FY12 Intermodal Transit Hub Part 1: Recipient Information Project Number FL -04-0182-00 Recipient ID 5630 Recipient Name INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS Address 1801 27TH STREET , VERO BEACH, FL 32960 3365 Telephone (772) 226-1455 Facsimile (772) 978-1806 Union Information Recipient ID: 5630 Union Name. TEAMSTERS LOCAL 769 Address 1. 3400 43rd Ave #3 Address 2. City. Vero Beach, FL 32960 Contact Name* Steve Myers Telephone (772) 978-0011 Facsimile. E-mail. Website Part 2: Project Information Project Type Grant Gross Project Cost: $1,150,000 ATTACHMENT 2 https://ftateamweb.fta.dot.gov/teamweb/ApplicationsNiewPrint/V iewPrintRes.asp?GUI... 12/31/2013 View Print Page 2 of 10 Project Number FL -04-0182-00 Adjustment Amt: $0 Project Description BLV FY12 Intermodal Transit Hub Total Eligible Cost: $1,150,000 Total FTA Amt: $1,150,000 Recipient Type County Agency Total State Amt: $0 FTA Project Mgr Chris White - 404-865-5619 Total Local Amt: $0 Recipient Contact: Brian Freeman 772-226-1990 Other Federal Amt: $0 New/Amendment: New Amend Reason. Initial Application Special Cond Amt: $0 Fed Dom Asst. #* 20500 Special Condition None Specified Sec. of Statute 5309-2 S C. Tgt. Date None Specified State Appl ID None Specified S C Eff. Date: None Specified Start/End Date. Aug 01, 2013 - Jan 31, 2015 Est. Oblig Date None Specified Recvd. By State* Sep. 24, 2013 Pre -Award Authority? Yes EO 12372 Rev* Not Applicable Fed Debt Authority?* No Review Date* None Specified p Planning Grant?* NO Final Budget?: No Program Date (STIP/UPWP/FTA Prm Plan) Aug 07, 2013 Program Page 685 Application Type Electronic Supp Agreement? No Debt. Delinq. Details Urbanized Areas UZA ID UZA Name 120000 FLORIDA Congressional Districts State ID District Code District Official 12 15 Dennis A Ross Project Details Funding is requested through Section 5309 for Fiscal Year 2012 The source of funding is through the Bus Livability Initiative and was announced in the Federal Register on August 14, 2012 (Vol. 77, No 157, page 48592) This grant will fund the construction of a new intermodal transit hub near downtown Vero Beach. The total eligible cost is $1,150,000; of which the federal share is $1,150,000 FDOT District 4 has authorized toll revenue credits in the amount of $287,500 in support of this application in the letter dated November 7, 2012 https://ftateamweb.fta.dot.gov/teamweb/ApplicationsNiewPrint/V iewPrintRes.asp?GUI... 12/31/2013 View Print Attachments: Toll Revenue Credit Letter FY 2013 STIP Earmarks Earmark Details Page 3 of 10 Earmark ID Earmark Name Orig Balance Amount Applied D2012-BLIV-016 Construct New Intermodal Bus $1,150,000 $1,150,000 Number of Earmarks: 1 Total Amount Applied: $1,150,000 Date Sent for Release: 9/24/2013 2:41:42 PM Date Released: Security No information found. Part 3: Budget Prosect Budget OTHER (Scopes and Activities not included in Project Budget Totals) https://ftateamweb.fta.dot.gov/teamweb/Applications/ViewPrint/ViewPrintRes.asp?GUI... 12/31/2013 Quantity FTA Amount Tot. Eliq. Cost SCOPE 113-00 BUS - STATION/STOPS/TERMINALS 2 $1,150,000 00 $1,150,000 00 ACTIVITY 11.31.02 ENG/DESIGN - BUS STATION 1 $100,000 00 $100,000 00 11.33.02 CONSTRUCT - BUS STATION 1 $1,050,000 00 $1,050,000.00 Estimated Total Eligible Cost: $1,150,000.00 Federal Share: $1,150,000.00 Local Share: $0.00 OTHER (Scopes and Activities not included in Project Budget Totals) https://ftateamweb.fta.dot.gov/teamweb/Applications/ViewPrint/ViewPrintRes.asp?GUI... 12/31/2013 View Print None SOURCES OF FEDERAL FINANCIAL ASSISTANCE Page 4 of 10 UZA ID Accounting Classification FPC FY — SEC Previously Amendment Total Approved Amount $1,050,000 00 Jan 31, 2015 Construction of new intermodal transit hub in Vero Beach. The anticipated useful life of the facility is 40 years 123920 2012.25.04 BL.2 00 2014 04 $0 00 $1,150,000 00 $1,150,000 00 Total Previously Approved: $0.00 Total Amendment Amount: $1,150,000.00 Total from all Funding Sources: $1,150,000.00 Alternative Fuel Codes Extended Budget Descriptions 11.31.02 ENG/DESIGN - BUS STATION 1 $100,000 00 $100,000 00 RFP/IFB Issued Architectural and engineering design for new intermodal transit hub in Vero Beach. The anticipated useful life of the facility is 40 years. 2 11.33.02 CONSTRUCT - BUS STATION 1 $1,050,000 00 $1,050,000 00 Jan 31, 2015 Construction of new intermodal transit hub in Vero Beach. The anticipated useful life of the facility is 40 years Changes since the Prior Budget No information found. Part 4. Milestones 11.31.02 ENG/DESIGN - BUS STATION 1 $100,000 $100,000 11.33.02 CONSTRUCT - BUS STATION 1 $1,050,000 $1,050,000 https://ftateamweb.fta.dot.gov/teamweb/Applications/V iewPrint/V iewPrintRes.asp?GUI... 12/31/2013 Milestone Description Est. Comp. Date, 1 RFP/IFB Issued Oct. 01, 2013 2 Contract Award Dec. 31, 2013 3. Contract Complete Jan 31, 2015 11.33.02 CONSTRUCT - BUS STATION 1 $1,050,000 $1,050,000 https://ftateamweb.fta.dot.gov/teamweb/Applications/V iewPrint/V iewPrintRes.asp?GUI... 12/31/2013 View Print Page 5 of 10 Part 5. Environmental Findings 113102 ENG/DESIGN - BUS STATION Finding No. 1 - Class II(c) 1 $100,000 $100,000 C09 - Assembly or construction of facilities Assembly or construction of facilities that is consistent with existing land use and zoning requirements (including floodplain regulations) and uses primarily land disturbed for transportation use, such as buildings and associated structures, bus transfer stations or intermodal centers, busways and streetcar lines or other transit investments within areas of the right-of-way occupied by the physical footprint of the existing facility or otherwise maintained or used for transportation operations, and parking facilities Finding Details Documented Categorical Exclusion (DCE) approved on July 23, 2013 113302 CONSTRUCT - BUS STATION Finding No. 1 - Class II(d) D07 - Other Other 1 $1,050,000 $1,050,000 Finding Details. Documented Categorical Exclusion (DCE) approved on July 23, 2013 Part 6: Fleet Status No information found. Part 7. FTA Comments General Review Comment Title Milestone Description Est. Comp. Date 1 RFP/IFB Issued May 01, 2014 2. Contract Award Jul. 31, 2014 3 Contract Complete Jan 31, 2015 Part 5. Environmental Findings 113102 ENG/DESIGN - BUS STATION Finding No. 1 - Class II(c) 1 $100,000 $100,000 C09 - Assembly or construction of facilities Assembly or construction of facilities that is consistent with existing land use and zoning requirements (including floodplain regulations) and uses primarily land disturbed for transportation use, such as buildings and associated structures, bus transfer stations or intermodal centers, busways and streetcar lines or other transit investments within areas of the right-of-way occupied by the physical footprint of the existing facility or otherwise maintained or used for transportation operations, and parking facilities Finding Details Documented Categorical Exclusion (DCE) approved on July 23, 2013 113302 CONSTRUCT - BUS STATION Finding No. 1 - Class II(d) D07 - Other Other 1 $1,050,000 $1,050,000 Finding Details. Documented Categorical Exclusion (DCE) approved on July 23, 2013 Part 6: Fleet Status No information found. Part 7. FTA Comments General Review Comment Title PM Comment Comment By: Christopher White Date Created. Sep 06, 2013 Date Updated Sep. 16, 2013 https://ftateamweb.fta. dot. gov/teamweb/Applications/V iewPrint/V iewPrintRes.asp?GUI... 12/31/2013 View Print Ref Section Project Overview Page 6 of 10 Comment: Please attach a brief/comprehensive description of the intermodal transit hub project that includes both a project budget & schedule CW CLEARED Comment Title: LaShore Comment By: Tajsha LaShore Date Created: Aug 05, 2013 Date Updated Aug 20, 2013 Ref Section Unknown Comment: (1) Please attach the STIP page to TEAM and provide the STIP program date in the application CLEARED (2) Please complete the EARMARK page in TEAM for this application Under modify application, click on project information, then click on earmark, then complete the information - please pull down your earmark and provide your congressional interest rep for the project. CLEARED (3) environmental finding - please provide the FTA date of approval for the DCE for the construction ALI Please place the approval date information in the blank box. CLEARED Conditions of Award Comment Title Transp. development credits Comment By. Tajsha LaShore Date Created Aug 14, 2013 Date Updated None Specified Ref Section. Unknown Comment: A letter is attached from FDOT, dated November 7, 2012, confirming transportation development credits in the amount of $287,500 for this grant application. Comment Title DOL Certification Comment By• Erica Matos Date Created. Sep 24, 2013 Date Updated None Specified Ref Section Unknown Comment: This award of Federal financial assistance is subject to the terms and conditions set forth in the U S Department of Labor's certification letter dated September 24, 2013, to the Federal Transit Administration with respect to this numbered grant, including any attachments to the letter, which are fully incorporated herein by reference. Comments to DOL Comment Title DOL Comment By. Tajsha LaShore Date Created Aug. 14, 2013 https://ftateamweb.fta.dot.gov/teamweb/ApplicationsNiewPrintNiewPrintRes.asp?GUI... 12/31/2013 View Print Page 7 of 10 Date Updated None Specified Ref Section: Unknown Comment: Grantee is using these funds for an intermodal transit hub - engineering/design and construction (capital expenditures only) Please review at your earliest convenience. Grantee contact is Brian Freeman at 772-226-1990. Part 8: Results of Reviews The reviewer did not find any errors Part 9: Agreement UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION FEDERAL TRANSIT ADMINISTRATION GRANT AGREEMENT (FTA G-19, October 1, 2012) On the date the authorized U S Department of Transportation, Federal Transit Administration (FTA) official's electronic signature is entered for this Grant Agreement, FTA has Awarded Federal assistance in support of the Project described below. Upon Execution of this Grant Agreement by the Grantee named below, the Grantee affirms this FTA Award, and enters into this Grant Agreement with FTA. The following documents are incorporated by reference and made part of this Grant Agreement: (1) "Federal Transit Administration Master Agreement," FTA MA(19), October 1, 2012, http.//www fta.dot.gov/documents/19-Master pdf (2) The Certifications and Assurances applicable to the Project that the Grantee has selected and provided to FTA, and (3) Any Award notification containing special conditions or requirements, if issued FTA OR THE FEDERAL GOVERNMENT MAY WITHDRAW ITS OBLIGATION TO PROVIDE FEDERAL ASSISTANCE IF THE GRANTEE DOES NOT EXECUTE THIS GRANT AGREEMENT WITHIN 90 DAYS FOLLOWING THE DATE OF THIS FTA AWARD SET FORTH HEREIN FTA AWARD FTA hereby awards a Federal grant as follows Project No. FL -04-0182-00 Grantee. INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS Citation of Statute(s) Authorizing Project: 49 USC 5309 - Bus and Bus Facilities (FY2006 forward) Estimated Total Eligible Cost (in U.S. Dollars). $1,150,000 Maximum Total FTA Amount Awarded (in U.S. Dollars). $1,150,000 Amount of This FTA Award (in U.S. Dollars). $1,150,000 https://ftateamweb.fta.dot.gov/teamweb/Apel icationsNiewPrintNiewPrintRes. asp?GUI... 12/31/2013 View Print Maximum Percentage(s) of FTA Participation. Page 8 of 10 Percentages of Federal participation are based on amounts included in the Approved Project Budget, modified as set forth in the text following the Project Description U.S. Department of Labor Certification of Public Transportation Emplovee Protective Arrangements: Original Project Certification Date. 9/24/2013 Project Description: BLV FY12 Intermodal Transit Hub The Project Description includes information describing the Project within the Project Application submitted to FTA, and the Approved Project Budget, modified by any additional statements displayed in this Grant Agreement, and, to the extent FTA concurs, statements in other documents including Attachments entered into TEAM -Web. A letter is attached from FDOT, dated November 7, 2012, confirming transportation development credits in the amount of $287,500 for this grant application. This award of Federal financial assistance is.subject to the terms and conditions set forth in the U.S Department of Labor's certification letter dated September 24, 2013, to the Federal Transit Administration with respect to this numbered grant, including any attachments to the letter, which are fully incorporated herein by reference Awarded By. Tom Thomson Deputy Regional Administrator FEDERAL TRANSIT ADMINISTRATION U S DEPARTMENT OF TRANSPORTATION 10/31/2013 EXECUTION OF GRANT AGREEMENT Upon full execution of this Grant Agreement by the Grantee, the Effective Date will be the date FTA or the Federal Government awarded Federal assistance for this Grant Agreement. By executing this Grant Agreement, the Grantee intends to enter into a legally binding agreement in which the Grantee (1) Affirms this FTA Award, (2) Adopts and ratifies all of the following information it has submitted to FTA. (a) Statements, (b) Representations, (c) Warranties, (d) Covenants, and (e) Materials, (3) Consents to comply with the requirements of this FTA Award, and (4) Agrees to all terms and conditions set forth in this Grant Agreement. By executing this Grant Agreement, I am simultaneously executing any Supplemental Agreement that may be required to effectuate this Grant Agreement. Executed by. Phillip J Matson Director https://ftateamweb.fta.dot.gov/teamweb/Applications/ViewPrintNiewPrintRes.asp?GUI... • 12/31/2013 View Print INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS 10/31/2013 FL -04-0182-00 Quarterly Narrative Report Jul. 01, 2013 through Sep. 30, 2013 As Of Dec. 31, 2013 (DRAFT) No MS/P Report , No FFR Part 1: Recipient Information Page 9 of 10 Project Number FL -04-0182-00 Recipient ID: 5630 Recipient Name INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS Address 1801 27TH STREET , VERO BEACH, FL 32960 3365 Telephone' (772) 226-1455 Facsimile (772) 978-1806 Part 2: Project Information Project No FL -04-0182-00 Brief Desc. BLV FY12 Intermodal Transit Hub FTA Project Mgr Chris White - 404-865-5619 Start/End Date Aug 01, 2013 - Jan 31, 2015 Gross Project Cost: $1,150,000 Adjustment Amt: $0 Total Eligible Cost: $1,150,000 Total FTA Amt: $1,150,000 Total State Amt: $0 Total Local Amt: $0 Other Federal Amt: $0 Part 3: Federal Financial Report Financial Status https://ftateamweb.fta.dot.gov/teamweb/ApplicationsNiewPrintNiewPrintRes.asp?GUI... 12/31/2013 Previous This Period Cumulative A. Federal Cash on Hand at Beginning of Period $0 B Federal Cash Receipts $0 C Federal Cash Disbursements $0 https://ftateamweb.fta.dot.gov/teamweb/ApplicationsNiewPrintNiewPrintRes.asp?GUI... 12/31/2013 View Print Page 10 of 10 D Federal Cash on Hand at End of Period N/A $0 E. Total Federal Funds Authorized 00% Base $0 F Federal Share of Expenditures $0 $0 $0 G Recipient Share of Expenditures $0 $0 $0 H Total Expenditures( F + G) $0 $0 $0 I Federal Share of Unliquidated Obligations $0 J Recipient Share of Unliquidated Obligations $0 K. Total Unliquidated Obligations( I + J) $0 L. Total Federal Share ( F + I) $0 M Unobligated Balance of Federal Funds (E - L) $0 N Total Recipient Share Required $0 O Remaining Recipient Share to be provided N - ( G + J ) $0 P Federal Program Income on Hand at Beginning of Period $0 Q Total Federal Program income earned $0 R. Federal Program income expended in accordance with the deduction alternative $0 S Federal Program income expended in accordance with the addition alternative $0 T Federal Program income expended on allowable Transit Capital and Operating expenses $0 U Federal Unexpended Program income (P+Q-RorsorT) $0 Indirect Expense Type N/A Rate 0 00% Base $0 Amount Charged $0 Federal Share $0 Part 4. Milestone/Progress Report No Milestone Report https://ftateamweb.fta.dot.gov/teamweb/Applications/V iewPrint/V iewPrintRes.asp?GUI... 12/31/2013 APPENDIX A FEDERAL REQUIREMENTS The following are requirements of the successful consultant that are conditions of the Federal grant funds available to this project. As noted in each section below, these requirements contain both certifications and requirements applicable to proposers that choose to respond to this Request for Qualifications, as well as certifications and requirements of the successful proposer. All applicable provisions will be included in the professional services contract awarded as an outcome of this selection process. A. Energy Conservation The Consultant agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. B. Clean Water (1) The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Consultant agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Consultant also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. C. Lobbying See Appendix B. D. Access to Records and Reports The following requirements apply to access to records: 1) Where the County is the FTA Recipient or a sub -grantee of the FTA Recipient in accordance with 49 C.F.R.18.36(i), the Consultant agrees to provide the County, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Consultant which are directly pertinent to the proposed contract for the purposes of making audits, examinations, excerpts and transcriptions. The Consultant also agrees, pursuant to49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Consultant access to the Consultant's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2) Where the County enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Consultant will make available records F:\Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\federal requirements.docx ATTACHMENT 3 related to the contract to the County, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 3) The Consultant agrees to permit any of the foregoing parties to reprod uce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 4) The Consultant agrees to maintain all books, records, accounts and reports required under the proposed contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of the proposed contract, in which case the Consultant agrees to maintain same until the County, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 5) FTA does not require the inclusion of these requirements in subcontracts. E. Federal Changes The Consultant will at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between the County and FTA, as they may be amended or promulgated from time to time during the term of the proposed contract. The Consultant's failure to so comply shall constitute a material breach of this contract. F. Clean Air 1) The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Consultant agrees to report each violation to the County and understands and will agree that the County will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. 2) The Consultant also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. G. Recycled Products/Recovered Materials The Consultant agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. H. No Obligation by the Federal Government 1) The County and the Consultant acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the County, the Consultant, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. F \Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\federal requirements.docx 2 2) The Consultant agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the sub -consultant who will be subject to its provisions. I. Program Fraud and False or Fraudulent Statements or Related Acts 1) The Consultant acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.0 § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to the proposed project. Upon execution of the underlying contract, the Consultant certifies and affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Consultant further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Consultant to the extent the Federal Government deems appropriate. 2) The Consultant also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Federal Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Consultant, to the extent the Federal Government deems appropriate. 3) The Consultant agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the sub -consultant who will be subject to the provisions. J. Suspension and Debarment This proposed contract is a covered transaction for purposes of 49 CFR Part 29. As such, the Consultant will be required to verify that none of the consultant, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The Consultant is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the County. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. F•\Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\federal requirements.docx 3 K. ADA Access The Consultant agrees to comply with all applicable requirements of the Americans with Disabilities Act of 1990(ADA), as amended, 42 USC 12101 et seq.; section 504 of the Rehabilitation Act of 1973, as amended, 29 USC 794; 49 USC 5301(d); and any implementing requirements FTA may issue. These regulations provide that no handicapped individual, solely by reason of his or her handicap, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity included in or resulting from the proposed contract. L. Civil Rights 1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Consultant agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Consultant agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2) Equal Employment Opportunity - The following equal employment opportunity requirements will apply to the proposed contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Consultant agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Consultant agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. §§ 623 and Federal transit law at 49 U.S.C. § 5332, the Consultant agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Consultant agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining F \Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\federal requirements.docx 4 to employment of persons with disabilities. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. 3) The Consultant also agrees to include the foregoing requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. M. Breaches and Dispute Resolution Disputes — Disputes regarding the proposed contract will be handled as follows: Disputes arising in the performance of the proposed agreement which are not resolved by agreement of the parties shall be decided in writing by the County Project Manager. This decision shall be final and conclusive unless within ten (10)] days from the date of receipt of its copy, the Consultant mails or otherwise furnishes a written appeal to the County Administrator. In connection with any such appeal, the Consultant shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the County Administrator shall be binding upon the Consultant and the Consultant shall abide by the decision. Performance During Dispute - Unless otherwise directed by the County, the Consultant will continue performance under the proposed agreement while matters in dispute are being resolved. N. Disadvantaged Business Enterprises 1) This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal for DBE participation is 2.2 %. A separate contract goal has not been established for this procurement. 2) The Consultant agrees not to discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Consultant agrees to carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the County deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). 3) The Consultant will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. 4) The Consultant agrees to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the County. In addition, Consultant will be required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor's work by the County and contractor's receipt of the partial retainage payment related to the subcontractor's work. 5) The Consultant agrees to promptly notify the County, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and will agree make F•\Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\federal requirements.docx 5 good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The Consultant agrees to not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the County. 0. Incorporation of Federal Transit Administration Terms The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the proposed contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220 are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in the proposed agreement. The Consultant shall not perform any act, fail to perform any act, or refuse to comply with any County requests which would cause the County to be in violation of the FTA terms and conditions. P. Seismic Safety The Consultant agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The Consultant also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. F \Community Development\Users\MPO\Transit\Transit Hubs\Main Transit Hub\Project Admin Consultant\federal requirements.docx 6