HomeMy WebLinkAbout2017-029 (2) Appropriation Bill Number(s)/Line Number(s) Contract No.:
SB 2000: ( 1Z FM No.: 431759-2-54-01
DUNS No.: 80-989-7102 FEID No.: VF-596-000-785
CSFA No.: 55.008 COUNTY: INDIAN RIVER
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
COUNTY INCENTIVE GRANT PROGRAM AGREEMENT
(County Letting)
This County Incentive Grant Program Agreement("Agreement"), entered into this
40 day of 20 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. 431759-2-54-01 for the Construction and Construction
Engineering Inspection(CEI) Services for intersection improvements at SR-60&43an Avenue in
Indian River County, Florida, as shown in Figure 1, attached hereto and made a part hereof. Said
improvements are hereinafter referred to as the "Project", in accordance with Section 339.2817,
Florida Statutes; and
WHEREAS,the COUNTY by Resolution No. gni 7-mn dated
the 7th day of March . 20 17 , a copy of which is
attached hereto and made a part hereof,authorizes the proper officials to enter into this Agreement;
and
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, as further described in Exhibit A, Scope of Services, attached
Page 1
r
i
hereto and made a part hereof.The COUNTY is obligated to fulfill all of its obligations as set forth
in this Agreement. Execution of this Agreement by both Parties shall be deemed a Notice to
Proceed to the COUNTY to start with the administration of the Project, in which the COUNTY
shall hire a DEPARTMENT prequalified CEI Consultant to perform construction oversight.
The second Notice to Proceed for construction of the Project is contingent upon the Right
of Way certification. Once all parcels of the Project have been certified by the DEPARTMENT,
the COUNTY may begin the process of hiring a Department prequalified contractor.
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. Upon completion
of the Project, the COUNTY shall certify to the DEPARTMENT in writing that the Project has
been completed in accordance with the applicable standards, statutes,rules, and regulations.
C. The DEPARTMENT will be entitled at all times to be advised, at its request, as to the
status of work being done by the COUNTY and of the details thereof. Coordination shall be
maintained by the COUNTY with representatives of the DEPARTMENT. The COUNTY shall
provide the DEPARTMENT with monthly progress reports. The COUNTY will submit written
progress reports by the 15ffi day of each month detailing the actual services performed related to
the construction of the Project.
D. The DEPARTMENT must approve in writing any consultant and/or contractor scope
of services including Project budget. The COUNTY shall obtain the DEPARTMENT's approval
of plans and specifications prior to bidding the Project. All work within DEPARTMENT right of
way shall be constructed to the current edition of FDOT Standard Specifications for Road and
Bridge Construction(2016), as amended.
E. Contractors must be prequalified by the DEPARTMENT, unless requested in writing
and approved by the DEPARTMENT, as required by Section 2 of the Standard Specifications for
Road and Bridge Construction(2016), as amended.
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 in writing. The
COUNTY is hereby precluded from hiring the same consulting firm providing design services.
F. This Agreement and Exhibit B, attached hereto and made a part hereof shall act to
supersede the normal requirements of the COUNTY to secure separate DEPARTMENT permits
for drive-way connection, right-of-way utilization, storm-water discharge and utilities and this
Agreement is deemed to constitute such permits.
G. The COUNTY shall not sublet, assign,or transfer any work under this Agreement
Page 2
without the prior written consent of the DEPARTMENT.
H. All notices(except invoices)under this Agreement shall be directed to the following
addresses:
TO DEPARTMENT: TO COUNTY:
Florida Department of Transportation Indian River County
3400 West Commercial Blvd. Public Works Department
Fort Lauderdale, FL 33309-3421 1801 27th Street
Attn: Leos A. Kennedy,Jr. Vero Beach,FL 32960-3388
With a copy to: General Counsel Attn: Richard Szpyrka
With a copy second copy to: Donovan Pessoa With a copy to: County Attorney
3-Term
A. Except as otherwise set forth herein, this AGREEMENT shall continue in effect and
be binding to all parties until the Project is completed as evidenced by the written acceptance of
the DEPARTMENT and the COUNTY or December 30, 2019,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 as set forth in this Agreement.
4- Compensation and Payment
A. The estimated Project cost is SEVEN MILLION TWO HUNDRED NINETY ONE
THOUSAND ONE HUNDRED FORTY SIX DOLLARS AND NO CENTS($7,291,146.00).The
COUNTY and the DEPARTMENT agree to share the cost of this Project. The COUNTY agrees
to provide one-half of the cost of the Project expenditures and the DEPARTMENT agrees to
provide the other one-half pursuant to Florida Statutes 339.2817. Based on the aforesaid amount,
the parties further agree that the DEPARTMENT'S maximum participation is THREE MILLION
SIX HUNDRED FORTY FIVE THOUSAND FIVE HUNDRED SEVENTY THREE DOLLARS
AND NO CENTS ($3,645,573.00) and all remaining costs of the Project will be borne by the
COUNTY. However, in the event the total Project cost is less than the amount stated above, the
DEPARTMENT shall only pay 50% of the lesser amount and all remaining costs of the Project
will be paid by the COUNTY. Payment shall be made in accordance with the table set forth below:
FM No. 431759-2-54-01 FY 16/17 FY 17/18 JTotal Amount
Department's Share $845,948.00 $2,799,625.00 $3,645,573.00
County's Share $845,948.00 $2,799,625.00 $3,645,573.00
Total $1,691,896.00 $5,599,250.00 $7,291,146.00
Page 3
i) The COUNTY acknowledges and agrees that funding for this Project may be
reduced upon determination of the award amount and execution of an amendment by both parties.
ii) The COUNTY shall submit one (1) original invoice and four (4) copies plus
supporting documentation required by the DEPARTMENT to the Project Manager for approval
and processing on a quarterly basis.
iii) All costs charged to the Project shall be supported by executed payrolls,time
records, invoices, contracts, and/or vouchers evidencing in detail the nature and propriety of the
charges. The COUNTY will be reimbursed only for actual expenses incurred during the
Agreement time period that are directly related to the construction of the Project.
B. The COUNTY shall provide quantifiable, measurable, and verifiable units of
deliverables. Each deliverable must specify the required minimum level of services to be
performed and the criteria for evaluating successful completion. The Project, identified as Project
Number 431759-2-54-01, the quantifiable, measurable, and verifiable units of deliverable are
described more fully in Exhibit C,Deliverables, attached hereto and a made a part hereof.
C. Upon submission of a quarterly invoice, the DEPARTMENT's Project Manager will
notify the DEPARTMENT's local Operations Engineer to inspect and verify that services by the
COUNTY has met or does not meet the DEPARTMENT's standards/minimum level of service.
D. Invoices shall be submitted by the COUNTY in detail sufficient for preaudit and
postaudit thereof, based on the quantifiable, measurable, and verifiable units of deliverables as
established in Exhibit C. Deliverables must be received and accepted in writing by the
DEPARTMENT's Project Manager or designee prior to any reimbursement.
Supporting documentation must establish that the deliverables were received and accepted
in writing by the COUNTY and must also establish that the required minimum level of service to
be performed based on the criteria for evaluating successful completion as specified in the
paragraph above,has been met.
E. The COUNTY must obtain the prior written approval from the DEPARTMENT, if
deviating from the Deliverables in Exhibit C,prior to the COUNTY implementing the changes.
F. The COUNTY must submit the final invoice to the DEPARTMENT within 180 days
after the final written acceptance of the Project by the DEPARTMENT. Invoices submitted after
the 180 day time period may not be paid. The final balance due under this Agreement will be
reimbursed upon the completion of all Project services, receipt of final cost documentation, and
proper submission of a detailed invoice after the Project has been inspected, approved, and
accepted to the satisfaction of the DEPARTMENT in writing.
G. There shall be no reimbursement for travel expenses under this Agreement.
Page 4
H. Payment shall be made only after receipt and approval of goods and services unless
advance payments are authorized by the Chief Financial Officer of the State of Florida under
Chapters 215 and 216, Florida Statutes. If the DEPARTMENT determines that the performance
of the COUNTY in unsatisfactory, the DEPARTMENT shall notify the COUNTY of the
deficiency to be corrected,which correction shall be made within a time frame to be specified by
the DEPARTMENT. The COUNTY shall,within five days after notice from the DEPARTMENT,
provide the DEPARTMENT with a corrective action plans describing how the COUNTY will
address all issues of contract non-performance, unacceptable performance, failure to meet the
minimum performance levels, deliverables deficiencies, or contract non-compliance. If the
corrective action plans is unacceptable to the DEPARTMENT,the COUNTY shall be assessed a
non-performance retainage equivalent to 10%of the total invoices amount. The retainage shall be
applied to the invoice for the then-current billing period. The retainage shall be withheld until
COUNTY resolves the deficiency. If the deficiency is subsequently resolved, the COUNTY may
bill the DEPARTMENT for the retained amount during the next period. If the COUNTY in unable
to resolve the deficiency, the funds retained may be forfeited at the end of the Agreement's term.
I. The DEPARTMENT'S obligation to pay under this Agreement is contingent upon an
annual appropriation by the Legislature.
J. The COUNTY agrees to comply with Section 20.055(5),F.S.,and to incorporate in all
subcontracts the obligation to comply with Section 20.055(5),F.S.
K. The COUNTY providing goods and services to the DEPARTMENT should be aware
of the following time frames. Upon receipt, the DEPARTMENT has five (5) business days to
inspect and approve the goods and/or services unless the bid specifications, purchase order, or
contract specifies otherwise. The DEPARTMENT has twenty (20) calendar days to deliver a
request for payment(voucher)to the Department of Financial Services. The twenty(20)calendar
days are measured from the latter of the date the invoice is received or the goods or services are
received, inspected, and approved.
L. If a payment is not available within forty (40) calendar days of an invoice being
received and stamped with an official date and time of receipt by the DEPARTMENT, 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 completed invoice, as approved by the
DEPARTMENT, is provided to the DEPARTMENT.
M. 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.
Page 5
N. Records of costs incurred under terms of this Agreement shall be maintained and made
available upon request to the DEPARTMENT at all times during the period of this Agreement and
for five (5) years after final payment is made. Copies of these documents and records shall be
furnished to the DEPARTMENT upon request. Records of costs incurred includes the COUNTY's
general accounting records and the Project records, together with supporting documents and
records, of the COUNTY and all subcontractors performing work on the Project, and all other
records of the COUNTY and subcontractors considered necessary by the DEPARTMENT for a
proper audit of costs.
O. In the event this contract is for services in excess of$25,000.00 and a term for a period
of more than 1 year,the provisions of Section 339.135(6)(a),F.S. are hereby incorporated:
"The DEPARTMENT, during any fiscal year, shall not expend money, incur any
liability, or enter into any contract which, by its terms, involves the expenditure of
money in excess of the amounts budgeted as available for expenditure during such
fiscal year. Any contract,verbal or written,made in violation of this subsection is null
and void, and no money may be paid on such contract. The DEPARTMENT shall
require a statement from the Comptroller of the Department that funds are available
prior to entering into any such contract or other binding commitment of funds. Nothing
herein contained shall prevent the making of contracts for periods exceeding one year,
but any contract so made shall be executory only for the value of the services to be
rendered or agreed to be paid for in succeeding fiscal years;and this paragraph shall be
incorporated verbatim in all contracts of the Department which are for an amount in
excess of$25,000.00 and which have a term for a period of more than 1 year."
P. It is unlawful for the County Commission 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 County Commission 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 in accordance with Section 129.07,Florida Statutes.
Q. A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any goods or
services to a public entity, may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit bids on leases of real
property to a public entity, may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity and may not transact business
with any public entity in excess of the threshold amount provided in Section 287.017, Florida
Statutes, for Category Two for a period of thirty six(36)months from the date of being placed on
the convicted vendor list.
Page 6
5- Indemnity and Insurance
A. The COUNTY agrees to include the following indemnification in all contracts with
contractors/subcontractors,and consultants/sub consultants who perform work in connection with
this Agreement.
To the fullest extent permitted by law, the COUNTY's contractor shall indemnify and hold
harmless the COUNTY, the DEPARTMENT, and its officers and employees, from liabilities,
damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent
caused by the negligence, recklessness or intentional wrongful misconduct of contractor and
persons employed or utilized by contract in performance of this contract.
This indemnification shall survive the termination of this Agreement. Nothing contained in this
paragraph is intended to nor shall it constitute a waiver of the DEPARTMENT's and the
COUNTY's sovereign immunity.
To the fullest extent permitted by law, the COUNTY's consultant shall indemnify and hold
harmless the COUNTY, the DEPARTMENT, its officers and employees, from liabilities,
damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent
caused, in whole or in part, by the professional negligence, error or omission, recklessness, or
intentional wrongful misconduct of the consultant and persons employed or utilized by the
consultant in performance of this Agreement.
This indemnification shall survive the termination of this Agreement. Nothing contained in this
paragraph is intended to nor shall it constitute a waiver of the DEPARTMENT's, and the
COUNTY's sovereign immunity.
B. LIABILITY INSURANCE. The COUNTY shall cause the DEPARTMENT to be an
Additional Insured on any and all liability policies which provided coverage for tort liability to the
COUNTY in connection with its operations relating to the Project. The COUNTY shall furnish
evidence of such coverage to the DEPARTMENT prior to the commencement of such operations
in the form of an ACORD Certificate of Liability Insurance together with copies of any and all
applicable Additional Insured endorsements. In the event the COUNTY has no such insurance
coverage but instead maintains a self-insurance fund to cover such liabilities,the COUNTY agrees
it shall disclose to the DEPARTMENT the amount of such self-insurance available.
The COUNTY shall require any and all contractors, subcontractors, consultants, and
subconsultants it may enter into agreements with in connection with the Project to cause the
DEPARMTENT and the COUNTY to be made Additional Insureds on any and all liability policies
providing coverage to said contractors, subcontractors, consultants, and subconsultants for their
operations relating to the Project.
C. WORKERS' COMPENSATION. The COUNTY shall also carry or cause its
contractors, subcontractors, consultants and subconsultants it may enter agreements with in
Page 7
connection with the Project to carry Workers' Compensation insurance in accordance with the
requirements under Florida's Worker's Compensation Law.
D. The COUNTY shall forward, within five (5) days of its receipt, copies of any
notices of cancellation or any other communications it receives that are related to any and all
policies of insurance referenced in paragraphs B - C above and which affect or potentially affect
such coverage available to the DEPARTMENT.
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, in conjunction with this
Agreement. Failure by the COUNTY to grant such public access shall be grounds for immediate
unilateral cancellation of this Agreement by the DEPARTMENT.
B. The COUNTY shall comply with all federal, state, and local laws and ordinances
applicable to the work or payment for work thereof, and shall not discriminate on the grounds of
race, color,religion, sex, or national origin in the performance of work under this Agreement.
C. No funds received pursuant to this Agreement may be expended for lobbying the
Legislature,the judicial branch, or a state agency.
D. The COUNTY/Vendor/Contractor acknowledges and agrees to the following:
1) The COUNTY/ Vendor/ Contractor shall utilize the United States (U.S.)
Department of Homeland Security's E-Verify system to verify the employment eligibility of all
new employees hired by the COUNTY/Vendor/Contractor during the term of the contract; and
2) The COUNTY/ Vendor/ Contractor shall expressly require any subcontractors
performing work or providing services pursuant to the state to likewise utilize the U.S.Department
of Homeland Security's E-Verify system to verify the employment eligibility of all new employees
hired by the subcontractor during the term of the contract.
E. The COUNTY and the DEPARTMENT agree that the COUNTY, its employees,
agents, consultants, subconsultants, contractors, and/or subcontractors are not agents of the
DEPARTMENT and COUNTY 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 through the DEPARTMENT to the COUNTY
b this Agreement may be subject to audits and/or monitoring b the DEPARTMENT. The
Y g Y J g Y
following requirements do 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
Page 8
any state agency inspector general,the Auditor General,or any other state official.The COUNTY
shall comply with all audit and audit reporting requirements as specified below.
B. Monitoring
1. In addition to reviews of audits conducted in accordance with Section 215.97,Florida
Statutes, monitoring procedures to monitor the COUNTY's use of state financial assistance may
include but not be limited to on-site visits by DEPARTMENT staff and/or other procedures
including, reviewing any required performance and financial reports, following up, ensuring
corrective action, and issuing management decisions on weaknesses found through audits when
those findings pertain to state financial assistance awarded through the DEPARTMENT by this
Agreement. By entering into this Agreement,the COUNTY agrees to comply and cooperate fully
with any monitoring procedures/processes deemed appropriate by the DEPARTMENT. The
COUNTY further agrees to comply and cooperate with any inspections, reviews, investigations,
or audits deemed necessary by the DEPARTMENT, the Department of Financial Services (DFS)
or the Auditor General.
i
i
2. The COUNTY,a nonstate entity as defined by Section 215.97(2)(m),Florida Statutes,
as a recipient of state financial assistance awarded by the DEPARTMENT through this Agreement I
is subject to the following requirements:
a. In the event the COUNTY meets the audit threshold requirements established by
Section 215.97, Florida Statutes, the COUNTY must have a State single or project-
specific audit conducted for such fiscal year in accordance with Section 215.97,
Florida Statutes; applicable rules of the Department of Financial Services; and
Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit
organizations), Rules of the Auditor General. Exhibit D to this Agreement indicates
state financial assistance awarded through the DEPARTMENT by this Agreement
needed by the COUNTY to further comply with the requirements of Section 215.97,
Florida Statutes.In determining the state financial assistance expended in a fiscal year,
the COUNTY shall consider all sources of state financial assistance, including state
financial assistance received from the DEPARTMENT by this Agreement, 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.
b. In connection with the audit requirements, the COUNTY shall ensure that the audit
complies with the requirements of Section 215.97(8), Florida Statutes. This includes
submission of a financial reporting package as defined by Section 215.97(2)(e),
Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations),Rules of the Auditor General.
c. In the event the COUNTY does not meet the audit threshold requirements established
by Section 215.97,Florida Statutes,the COUNTY is exempt for such fiscal year from
Page 9
the state single audit requirements of Section 215.97, Florida Statutes. However, the
COUNTY must provide a single audit exemption statement to the DEPARTMENT at
FDOTSingleAudit@dot.state.f1.us no later than nine months after the end of the
COUNTY's audit period for each applicable audit year. In the event the COUNTY
does not meet the audit threshold requirements established by Section 215.97,Florida
Statutes, in a 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 COUNTY's resources (i.e., the cost of such an audit must be paid from the
COUNTY's resources obtained from other than State entities).
i. In accordance with Chapters 10.550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations), Rules of the Auditor General, copies
of financial reporting packages required by this Agreement shall be submitted
to:
Florida Department of Transportation
Office of Comptroller,MS 24
605 Suwannee Street
Tallahassee,FL 32399-0405
Email: FD0TSing1eAudit@dot.state.fl.us
and
State of Florida Auditor General
Local Government Audits/342
111 West Madison Street,Room 401
Tallahassee, FL 32399-1450
Email: flaudgen localgovt2aud.state.fl.us
ii. Any copies of financial reporting packages, reports or other information
required to be submitted to the DEPARTMENT shall be submitted timely in
accordance with Section 215.97, Florida Statutes, and Chapters 10.550 (local
governmental entities)or 10.650(nonprofit and for-profit organizations),Rules
of the Auditor General, as applicable.
iii. The COUNTY, when submitting financial reporting packages to the
DEPARTMENT for audits done in accordance with Chapters 10.550 (local
governmental entities)or 10.650(nonprofit and for-profit organizations),Rules
of the Auditor General, should indicate the date the reporting package was
delivered to the COUNTY in correspondence accompanying the reporting
package.
iv. Upon receipt, and within six months, the DEPARTMENT will review the
COUNTY's financial reporting package, including corrective action plans and
management letters, to the extent necessary to determine whether timely and
Page 10
appropriate corrective action on all deficiencies has been taken pertaining to the
state financial assistance provided through the DEPARTMENT by this
Agreement. If the COUNTY fails to have an audit conducted consistent with
Section 215.97, Florida Statutes, the DEPARTMENT may take appropriate
corrective action to enforce compliance.
V. As a condition of receiving state financial assistance,the COUNTY shall permit
the DEPARTMENT, or its designee,DFS or the Auditor General access to the
COUNTY's records including financial statements, the independent auditor's
working papers and project records as necessary.Records related to unresolved
audit findings,appeals or litigation shall be retained until the action is complete
or the dispute is resolved.
d. The COUNTY shall retain sufficient records demonstrating its compliance with the
terms of this Agreement for a period of five years from the date the audit report is
issued and shall allow the DEPARTMENT, or its designee, DFS or the Auditor
General access to such records upon request. The COUNTY shall ensure that the
audit working papers are made available to the DEPARTMENT, or its designee,
DFS or the Auditor General upon request for a period of five years from the date
the audit report is issued'unless extended in writing by the DEPARTMENT.
8- Termination and Default
A. This Agreement may be canceled by either the COUNTY or the DEPARTMENT
upon sixty (60) days written notice. However and notwithstanding the foregoing, the
DEPARTMENT may terminate this Agreement in the event of the following:
i. 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.
ii. If the DEPARTMENT requires termination of the Agreement for any
reason whatsoever in the sole discretion of the DEPARTMENT,the DEPARTMENT shall notify
the COUNTY of such termination,with instructions to the effective date of termination or specify
the stage of work at which the Agreement is to be terminated.
B. 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. The COUNTY shall return the Project area to the same
or better condition as existed before commencement of the Project.
Page 11
' 1 i
9- Miscellaneous
i
A. All words used herein in the singular form shall extend to and include the plural. All
words used in the plural form shall extend to and include the singular. All words used in any
gender shall extend to and include all genders.
B. The DEPARTMENT shall not be obligated or liable hereunder to any party other
than the COUNTY.
C. In no event shall the making by the DEPARTMENT of any payment to the COUNTY
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.
G. This Agreement shall be effective upon execution by all parties.
H. An entity or affiliate which has been placed on the discriminatory vendor list may
not submit a bid on a contract to provide any goods or services to a public entity, may not submit
a bid on a contract with a public entity for the construction or repair of a public building or public
work, may not submit bids on leases of real property to a public entity, may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a contract with any
public entity, and may not transact business with any public entity.
Page 12
IN WITNESS WHEREOF,the COUNTY has caused this Agreement to be executed in its
behalf this 7th day of March 2017 ' by the Board of Commissioners,
authorized to enter into and execute same by Resolution Number 2017-020 of the Board
on the 7th day of March 2017 and the
DEPARTMENT has executed this Agreement through its District Director of Transportation
Development for District 4 ,Florida Department of Transportation,this '2.(r day
of Eqn-r-ch 1 2Z4
INDIAN RIVER COUNTY,FLORIDA
BOARD OF COUNTY COMMISSIONERS: ATTEST:
•••" "'•"•••SSj ,Jeffrey R. Smith Clerk of Court and
.Sy�OA1Ml
,.Jam•. .0,,�. Comptroller
B-1 10a
BY: Zi
NA JOSE H E.FLESCHER i Deputy-Clerk (SEAL)
T CHAIRMAN •, f •_'
TI Q•,
7th day of March 20'•• F`
- .
APPROVED AS TO FORM AND APPROVED AS TO TERMS AND
LEGAL SUFFICIENCY CONDITIONS:
BY: --I .w
DEPUTY COUNTY
ATTORNEY pF FL pR�
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATIO CSP �y
ATTEST: BY:
EXECUTIVE SECRETARY STACY L. eLlp,P.E �tiTFTa54
ORP
DIRECTOR OF TRANSPOR
DEVELOPMENT
NAME: Aq G C4 1neA DISTRICT 4
LEGAL REVIEW:
OFM OF'THE C&NERAL COUNSEL
Page 13
�'r*•�*�26thFSt—•����?.6th+St OodgeuRd- Ood er+Rd
FIGURE #1
LOCATION MAP
End Project on 43 Avenue @ 26 Street
Sta 153+88
Begin Project on 61 West of 4.
Avenue ,
4 nEnd Project on 61 East of 38
.• W
Sta
2635+00 Avenue
a,� a Lit IS• .�1 ..1 11
n 3 ��i 's �•71`SIPf '�+ � �
Begin
� � 4 1" m� � 1'•.'tY t ti �\�o'g�.
} r
{et � � NinO.S COrner ftahan {"'� P1�0 �f� + • `��tt
� Advance Auto Parts Restaurant&(Pizzeria ,�� ?.,,'� �11KF,C r,.'1 � �,�� , t
,.w..,� 0th St�fi`±'--��� - _^y„�.�•
•, � - n. •� � s r Sy t .v
�a\va 4 , • F A.rC+� .D �Dt �`D ➢ + D Cyt.
�: ► ,•' � <s .rte •'� f 3""•."'r "" '�. ;� , . +�' r '.
<� y.o•t "eft i�1 �' � ;,B�hPI •, � "i � ,� _
�St1�St yr •i• rr W E,. > c ,.. � .t -`. 'r'
Project on 43 Avenue @ South
18 Street
Sta 109+60
EXHIBIT "A"
SCOPE OF SERVICES
FM#431759-2-54-01
SR-60 at 4311 Avenue
Construction for this Project will include,but not be limited to the following:
• Roadway reconstruction @ SR-60&43rd Ave
• Drainage Improvements
• Traffic Signal Improvements
• Signing and Pavement Markings
• Installation of new mast arms
• Lighting
• Landscaping
• ADA upgrades to all curb ramps,sidewalks,and curb and gutters within the Project's limits
The COUNTY shall perform the following services at their sole cost and expense:
• Continuation of Professional Engineering Services for the reconstruction of the intersection
at SR-60 and 43rd Avenue (Post Design)
• Utility work and/or relocation
Page 14
Exhibit B
1. The Project shall be designed and constructed in accordance with the latest edition of the
DEPARTMENT'S Standard Specifications for Road and Bridge Construction and
DEPARTMENT Design Standards and Manual of Uniform Traffic Control Devices
("MUTCD"). The following guidelines shall apply as deemed appropriate by the
DEPARTMENT: the DEPARTMENT Structures Design Manual, AASHTO Guide
Specifications for the Design of Pedestrian Bridges, AASHTO LRFD Bridge Design
Specifications, the DEPARTMENT Plans Preparation Manual ("PPM") Manual for
Uniform Minimum Standards for Design, Construction and Maintenance for Streets and
Highways (the "Florida Green Book") and the DEPARTMENT Traffic Engineering
Manual. The COUNTY will be required to submit any construction plans required by the
DEPARTMENT for review and approval prior to any work being commenced. Should any
changes to the plans be required during construction of the Project,the COUNTY shall be
required to notify the DEPARTMENT of the changes and receive approval from the
DEPARTMENT prior to the changes being constructed. The COUNTY shall maintain the
area of the project at all times and coordinate any work needs of the DEPARTMENT
during construction of the Project.
2. The COUNTY shall notify the DEPARTMENT a minimum of 48 hours before beginning
construction within DEPARTMENT right of way. The COUNTY shall notify the
DEPARTMENT should construction be suspended for more than 5 working days. The
DEPARTMENT contact person for construction is Daniel Hiden located at 3601 Oleander
Avenue, Fort Pierce, FL 34982-6594, Telephone number 772-288-5777, Email address:
daniel.hidenAdot.state.fl.us.
3. The COUNTY shall be responsible for monitoring construction operations and the
maintenance of traffic ("MOT") throughout the course of the project in accordance with
the latest edition of the DEPARTMENT Standard Specifications, section 102. The
COUNTY is responsible for the development of a MOT plan and making any changes to
that plan as necessary. The MOT plan shall be in accordance with the latest version of the
DEPARTMENT Design Standards, Index 600 series. Any MOT plan developed by the
COUNTY that deviates from the DEPARTMENT Design Standards must be signed and
sealed by a professional engineer.MOT plans will require approval by the DEPARTMENT
prior to implementation.
4. The COUNTY shall be responsible for locating all existing utilities, both aerial and
underground, and for ensuring that all utility locations be accurately documented on the
construction plans. All utility conflicts shall be fully resolved directly with the applicable
utility.
5. The COUNTY will be responsible for obtaining all permits that may be required by other
agencies or local governmental entities.
Page 15
6. It is hereby agreed by the parties that this Agreement creates a permissive use only and all
improvements resulting from this Agreement shall become the property of the
DEPARTMENT.Neither the granting of the permission to use the DEPARTMENT right
of way nor the placing of facilities upon the DEPARTMENT property shall operate to
create or vest any property right to or in the COUNTY, except as may otherwise be
provided in separate agreements. The COUNTY shall not acquire any right, title, interest
or estate in DEPARTMENT right of way, of any nature or kind whatsoever, by virtue of
the execution, operation, effect, or performance of this Agreement including, but not
limited to,the COUNTY's use, occupancy or possession of DEPARTMENT right of way.
The parties agree that this Agreement does not, and shall not be construed to, grant credit
for any future transportation concurrency requirements pursuant to chapter 163, Florida
Statutes.
7. The COUNTY shall perform all required testing associated with the design and
construction of the project. Testing results shall be made available to the DEPARTMENT
upon request. The DEPARTMENT shall have the right to perform its own independent
testing during the course of the Project.
8. The COUNTY shall exercise the rights granted herein and shall otherwise perform this
Agreement in a good and workmanlike manner, with reasonable care, in accordance with
the terms and provisions of this Agreement and all applicable federal, state, local,
administrative, regulatory, safety and environmental laws, codes, rules, regulations,
policies,procedures,guidelines,standards and permits,as the same may be constituted and
amended from time to time, including, but not limited to, those of the DEPARTMENT,
applicable Water Management District, Florida Department of Environmental Protection,
Environmental Protection Agency, the Army Corps of Engineers, the United States Coast
Guard and local governmental entities.
9. If the DEPARTMENT determines a condition exists which threatens the public's safety,
the DEPARTMENT may, at its discretion, cause construction operations to cease and
immediately have any potential hazards removed from its right of way at the sole cost,
expense, and effort of the COUNTY.The COUNTY shall bear all construction delay costs
incurred by the DEPARTMENT.
10. The COUNTY shall be responsible to maintain and restore all features that might require
relocation within the DEPARTMENT right of way.
11. The COUNTY will be responsible for clean up or restoration required to correct any
environmental or health hazards that may result from construction operations.
12. The COUNTY will be required to maintain the Project until final acceptance by the
DEPARTMENT. The acceptance procedure will include a final "walk-through" by
Page 16
COUNTY and DEPARTMENT personnel. Upon completion of construction, the
COUNTY will be required to submit to the DEPARTMENT final as-built plans and an
engineering certification that construction was completed in accordance to, the plans.
Submittal of the final as-built plans shall include one complete set of the signed and sealed
plans on 11" X 17" plan sheets and an electronic copy prepared in Portable Document
Format(PDF). Prior to the termination of this Agreement,the COUNTY shall remove its
presence, including, but not limited to, all of the COUNTY's property, machinery, and
equipment from DEPARTMENT right of way and shall restore those portions of
DEPARTMENT right of way disturbed or otherwise altered by the Project to substantially
the same condition that existed immediately prior to the commencement of the Project.
13. If the DEPARTMENT determines that the Project is not completed in accordance with the
provisions of this Agreement,the DEPARTMENT shall deliver written notification of such
to the COUNTY. The COUNTY shall have thirty(30)days from the date of receipt of the
DEPARTMENT'S written notice, or such other time as the COUNTY and the
DEPARTMENT mutually agree to in writing, to complete the Project and provide the
DEPARTMENT with written notice of the same (the "Notice of Completion"). If the
COUNTY fails to timely deliver the Notice of Completion, or if it is determined that the
Project is not properly completed after receipt of the Notice of Completion, the
DEPARTMENT, within its discretion may: 1) provide the COUNTY with written
authorization granting such additional time as the DEPARTMENT deems appropriate to
correct the deficiency(ies);or 2)correct the deficiency(ies)at the COUNTY's sole cost and
expense, without DEPARTMENT liability to the COUNTY for any resulting loss or
damage to property, including, but not limited to, machinery and equipment. If the
DEPARTMENT elects to correct the deficiency(ies), the DEPARTMENT shall provide
the COUNTY with an invoice for the costs incurred by the DEPARTMENT and the
COUNTY shall pay the invoice within thirty(30)days of the date of the invoice.
14. The COUNTY shall implement best management practices for erosion and pollution
control to prevent violation of state water quality standards. The COUNTY shall be
responsible for the correction of any erosion,shoaling,or water quality problems that result
from the construction of the Project.
15. Portable Traffic Monitoring Site(PTMS)or a Telemetry Traffic Monitoring Site (TTMS)
may exist within the vicinity of your proposed work. It is the responsibility of the
COUNTY to locate and avoid damage to these sites. If a PTMS or TTMS is encountered
during construction,the Planning and Environmental Management Office (PL&EM)must
be contacted immediately at 954-777-4601.
16. During construction, highest priority must be given to pedestrian safety. If permission is
granted to temporarily close a sidewalk, it should be done with the express condition that
an alternate route will be provided, and shall continuously maintain pedestrian features to
meet Americans Disability Act(ADA)standards.
Page 17
17. Restricted hours of operation will be from 9:OOam to 3:30 pm, (Monday-Friday), unless
otherwise approved by the Operations Engineer,or designee.
18. Lane closures on the state road system must be coordinated with the Public Information
Office at least two weeks prior to the closure.
Barbara Kelleher
Florida Department of Transportation
Public Information Office
3400 West Commercial Blvd.
Fort Lauderdale, Florida 33309
954-777-4090
Page 18
Exhibit C
DELIVERABLES
FM#431759-2-54-01
REMNO.
DESCRIPTION UNR ESTI MATED QTY.
101-1 MOBILIZATION/DEMOBILIZATION LS
102-1 IMAINTENANCE OF TRAFFIC LS 1
104-10-3 ISEDMINENT BARRIER ...... LF 16456
104-11 FLOATING TURBIDITY BARRIER LF 560
104-18 --INLET PROTECTION SYSTEM----- EA
110-1-1 CLEARING AND GRUBBING Ls 7 1
120-1 ---REGULAR EXCAVATION 4=_ 12656
1_20-6 EMBANKMENTLCO_MPACTED IN PLACE CY 5781
160-4 12''STABLIZED SUBGRADE 44046
285-707 CEMENTED COQUINA SY 40554
6L I _11LA QL CONSTRUCTION,R (L LjRCONSTRUCTION,CONCRETE SY 1493
__ LEL6-1_____TURNOUT CONSTRUCTION qL TN
,A lj!��LT .
!L_
-----327-70-1- MILL EXISTING ASPHALT PAVEMENT SY 2944
334-1-13 !
___lTYPE SP APSHLATIC CONCRETE OVERBUILD l....TN....j 7200
334-1-13 ___.S�PERPAVEASPHALT CONCRETE SP-12.5 TRAFFIC _q:THICK TN 4562
337-7-32 I--!APSHALT CONCRETE FRICTION COURS.E1"TTHICK EC-9.5,TRAFFIC C,RUBBER HICK TN 3430
---------
400-1-2 !CONCRETE CLASS 1, NDWALLS CY f 6.33
400-2-2 ___Jgq_NgjjE�IE CLASS 11,ENDWALLS __Cy_ 27.4
415-1--1-- REINFORCING STEEL-ROADWAY 1648
-------
425-1311 IINLETS,.qURB
aFLE P-1_<10' 1EA
425-1321 hNLETS CURB PEP-2,<10' A
------__---_4
425-1331 __l INLETS, TYPEP-3 0'
425-1341 INLETS CURB TYPE P4 <12�
EA 1
. , ------------
-425-1351
- ---425- 3§L
EL--1 'A
425-1361 -_-_--............ EA i _10
425-1421____j±LLELS_CLLRI3 aPEJ-_2 <10' EA3
425-1452 INLETS,CURB T_YPEJ-5_Ll0L 1 EA__t____________l_
6
__±25-L41 Tp FIE J-6 E_ ____!N�� jgl4RB__TYA---I-------- 1
425-1521 1 L TS ligHBOTTOM C,<10'-_-_-
-- L - -
_TyM
425-2-41 WANHOLE,TYPE P-7 >I 0'
425-242 :MANHOLEA 1
---f---------9-TYPE
425-2-43 !MANHOLE TYPE P 7 PARTIALL
425-2-61.....IMANHOLE_atE P-8,_:S_1_0- EA__
425-2-6�3 E TYPE f-8FITI L
EL .......
425-2-71 1 MANHO E TYPE -7,<10-
425-2-91 !MAN!j(2LE_aFjEL-8.�L
! EA i 10
-_425-4 ----ADJUSTjtjLETS EA 7
425-5.. !ADJUST MANHOLES EA 5
425-6 !VALVE ELQ)�IESD,]UqT 8
430-174-115_PIPE CULVERT RCP,ROUND,15"SD LF __6
430-174-118 PIPE CULVERT RCP,ROUND,18" LF 3255
430�j174:L124_PIPE CULVERT,RCP,ROUND,24" LF E 813
430-174-130 PIPE CULVERT RCP,ROUND,30"SD
430-174-136 PIPE CULVERT,RCP,ROUNDJ§ 1591
I�SQL654
430-174-142 PIPE CULVERT,RCP,ROUND,42�Sp_ Lf 811
430-1 75-215__PIPE LVERT RCP E�LLIFLTIC61_•12"XX i-EL LF __40
. _gL__
_±3L-1Z5-22q_PIPE CULVERT,RCP,ELLIPTICAL,48"X 76- F 50
773-70-3 _FRENCH DRAIN,18" LF 1434
520-1-10 ICONCRETE CURB&GUTTER PE F) T LF 21539
520-5-41 TRAFFIC SEPARATOR CONCRETE-TUPE IV,4'WIDE LF 457
Page 19
Exhibit C
DELIVERABLES
FM#431759-2-54-01
REM NO. DESCRIPTION UNIT ESTIMATED QTY.
520=70 CONCRETE TRAFFIC SEPARATOR SPECIAL VARIABLE WIDTH(COLOR TREATED& _SY ; _ 575
— 522-2 ]SIDEWALK —SY �_ 6242
570-1-2 PERFORMANCE TURF,SOD SY 15606
7000.20-11—_SIN(jLE POST SIGN�F&I <12qL--- _—_—__— _—�—_ AS 20
700.20 40 !SINGLE POST SIGN RELOCATE -- _ AS _ 13
630-2-11—__+CONDUIT-SIGNALS TF&I)(UNDERGROUNDL� --� --���LFF12057
—630-2-12 `1-2"CONDUITS-SIGNALS(F&I)(U NDERPAVEMENTZ)DIRECTIONAL BORE) —LFA—_—_ 1083
630-2-15_ +CONDUITS-jF&ILjBRIDGE MOUNTED) __—_— _—_—_—_--- LF 1620
—632-7-1— 'CABLE ISIGNALT(FIZ_— ----- _—_—_-- —_— PI
r— — _ —.-
633-1-123 )FIBER OPTIC CABLEF� &I)(UNDERGROUNDLL96 SINGLE MOD ELF 7_296
633-3-15__FIB_E_R_0_PTICCONNECTION HARDWARELFL_ER ETERMINATED PATCH PANEL)
635-2-11 __PULL&SPLICE BOXES(F&I)(SIGNAL? ——_ �EA ' _ 23
635-2-13— !PULL&SPLICE BOXESTF&I)(FIBER OPTICSLi EA — —26
639-1-123 —+SIGNALTELECTRI( AL POWER SERVICE)(F&1)_1UNDERGROUNDZ —_ ASS—�I —__1
63992-1AL AL_ISIGN (ELECTRICSERVICE WIRE)_(F&I)----___ ——_ -- s LF I 200
639-3-11 ELECTRICAL SERVICES DISCONNECT F&I POLE
------- — --
641-2-12_ !PRE-STRESSED CONCRETE POLE L31)_(TYPE II) EA 1
641-2-80 _'CONCRETE POLE REMOVAL(COMPLETEIDEEPI — _— EA T _4
646-1-11___ALUMINUM SIGNAL POLES_(F&gPEDE§16LL�-- —--�
——--- —! EA t—— ----8
649-31-104 )STEEL MAST ARM_(_ VL—VS-150)(SIGN_ARM W/O_LUM)S70_.S)_—_ —_— 1--EA !_—_-- 2
649-31-105 ]STEEL MAST ARM(F&B V"q:150LISIGN.ARM W/O LUM)_(78)--__ _--— EA
649-31-118 STEEL MAST ARM IF&IZ Vp 150)(SIGN.ARM W/O LUM1(70_.S'_608_—___
—1-
650-1-14 }TRAFFIC SIGNAL(F&1213 SECTL(1 WAY)(ALUM]—_—____— AS 16
---------------------- ------------------ -----
% __650�1�18 —]TRAFFIC SIGNALIF&I)IS_SECT CLUSTER)(1 WAYZ_LALUMI__--_ — _—_�_AS _i_—____—_ 4
—653 1-11PEDESTRIAN SIGNALF&( I)(LED COUNTOO)81 L WAYT_—__--_ _ —_ _—_+_AS
4=11____ VEHICLE DETECTION SYSTEMIF&I)]CABINET EQUIPMENT]___
—660 4 12___{VEHICLE DETECTION SYSTEM IF&I)1ABOVE GROUND T __-- —EA 4
—665 'PEDESTRIAN DETECTOR(F&)IDET.SL .POLE)_ _ __— _ __—FA _ —--------_ _8
670-5-110___}TRAFFICCONTROLLER ASSEMBLY LF&J(NEMA)___—_-- I AS 1
670-5-600 ITRAFFIC CONTROLLER ASSEMBLY REMOVE —_— ! AS —..........
—1
—682-1_133_ CCN CAMERA(F&I]TNON-PRESSURIZED]QP�HIGH DEFINITION?— --_—I EA
684-1-1IMANAGED FIELD ETHERNET SWITCH_IF&L—_---__ —_—___---__—� EA
685-1-11 IUNITERRUPTIBLE POWER SOURCE jF&I]_--____ EA I 1
------- ---------------- -----
700-3.201___SIGNAL PANELTF&I)IOVERtjgL _12SF)__— _ — --_ _ EA—r — __-4
—700_5_21 )INTERNALLY ILLIMINATED SIGN jF&ILfNAME)SOVERHEADT112SFEi EA ! 4
— — — ----t-- —1-- ---
700-1-11__SINGLE POST SIGN,F&I GM,
—700-1.13_—;SINGLEPOST SIGNS F&I LS 9
--— —t--- ---— ----
705-11=11 !DELINEATOR�FLEXIBLE TUBULAR_ __ —_— I EAS 18
i------------ -- — — - - - - - — ---------- --�-----Z------------
— 706.3 _—]RETRO—REFLECTIVE PAVEMENT MARKERS _--_— __ —_— _ — — _1_ LF
711-11111_—FTHERMOPLASTIC,STANDARD,—WHITE]SOLIDS 6" _— --_ _ —GM ?__-- 3.1444
711-11122 ITHERMOPLASTIC,STANDARD,WHITE,SOLID 8T' — _ _ _— —GM_i 0.404
---— —f --- ---—— r—— —
711-11123ITHERMOPLASTIC�STANDARD�WHITE�SOLID 12" _—— ---_ _ __ _LF -- _2086
711-11124_'THERMOPLASTIC,STANDARD WHITE SOLID 18" ' LF�— 455
711-11125THERMOPL4STIC,STANDARD�WHITE,SOLIDa 24"_--_—__-- I LF_ 563
711-11141_ 'THERMOPLASTIC,STANDARD�WHITE,SKIP�6_'_— — _--_ GM _ 3.589
711-1116Q !THERMOPLASTIC STANDARD�WHITE�MESSAGE _ I EA_ —_—_— 17
711-11170 )_THERMOPLASTIC,STANDARD WHITE ARROW i EA 88
711-11211_ JTHERMOPLASTIC,STANDARD YELLOW�SOLID,6T' ---_—_-- GM _ _ 2.262
711-11222—'THMOPLASTIC,STANDARD,YELLOW SOLID 18" LF —_ —_— 77
ER
711-11231_ (THERMOPLASTIC,STANDARD
t-- YELLOW,SKIP_6'7 _ _�— — GM__— — _0.437
— ----
—715-1-12 —'LIGHTING CONDUCTOR F&I INSULATED NO_6_— _ ---1 LF --— 30765
Page 20
Exhibit C
DELIVERABLES
FM#431759-2-54-01
ITEM NO. DESCRIPTION UNIT ESTIMATED QTY.
715-2.111=1 jLIGHTING CONDUIT F&I UNDERGROUND 2"PVC SCH.40 —_— _— _—_ _ LF 9415
715-2-11-2 ]LIGHTING CONDUIT F&I EMBEDDED 2"FRE FIBERGLASS IN BRIDGE DECK—— ! LF 900
__
—715 :111 'LIGHT POLE&FIXTURE COMPLETE F&I WIND SPEED 160,POLE 40'_ —_— EA _ --- 5
!LOAD CENTER(INCLUDES ALL COMPONENTS LISTED ON SERVICE POINT DETAILS!
EA — I
_715-14-11_!PULL BOX F&IIROADSIDE) MOULDED — ! EA 72
715-14-13 !PULL BOX F&I EMBEDDED BRIDGE I EA 5
-------+--------f------ _ ------ ----—-- --—+— -— -- —— -
715-500-1 !POLE CABLE DISTRIBUTION SYSTEM CONVENTIONAL EA 73
715-5-11 I LUMINAIRE AND BRACKET ARM F&I EA 16
715-4011 !LIGHT POLE&FI COMPLETE SPECIAL FOUNDATION F&I ! EA 10
715=4600 _{LIGHT POLE&FIXTURE COMPLETE REMOVE
ICALLISTEMON RED CLUSTER ! EA ! 13
-- IDIETES_BICOLOR EA --147
ILEX CASSINE i EA i 3
--------- --- ---- -------- ----------
-_--_—__LAGERSTROEMIA'MUSKOGEE_— _—— _ —_ — I�EAA
LIVISTONA CHINENSIS EA f — 5
--------- PHOENIX SYLVESTRIS----- — ------------------- EA ---___4
IQUERCUSVIRGINIANA EA i— 22
1SABALPALMETTO I EA 19
VIBURNUM ODORATISSIMUM ! EA 124
.......... ---- —----—----— — ——---------- ----------
BAHIA SOD —_— —— --_ _ _ EA ! 47750
ST.AUGUSTINE SOD SF I_ 43670
--`FLORIMULCH ___----__—_--__—___----__---_—___ SF I� —-- 35
__—__!Ij RRIGATION SYSTEM I LS ! 1
—L-- ------
450-1-2
---450-1-2 PRE-STRESSED BEAMS TYPE II
---450-2-4 _CLASS II CONCRETE FOR BRIDGE DECK NO DIAPRHAGM _ I _C_Y_ 144
415-1_4 _!REINFORCING STEEL FOR BRIDGE DECK AND DIAPRHAGM_—_—_ i LBS _44.548
_400-148-10 !CONCRETE TRAFFIC RAILLING BARRIER-32"VERTICAL SHAPE _—__ I LF ! 350
_4.60-7_0-2ALUMINUM PED_ES_TRIA_N_R_A_I_LING__ _ ____—_—__—--__—_—__ —LF !_— 350
440-7 IBRIDGE FLOOR GROOVING —— I SY_ 523
—440_147 jCOMPOSITE NEOPRENE PADS___—__---__—____—__—
I
_ 400_2-4__!CLASS II CONCRETE FOR PILE CAPS,-PEDESTALS AND SEISMIC BLOCKS I CY ! 80
--�—--------------------
-415-1-5 1 REINFORCING STEEL FOR PILE CAPSaf fDESTALS AND SEISMIC BLOCKS A-1 i LB16156
PRESTRESSED PILES 18_SQUARE 55 MININUMITEST�_—___—______—__—_ LF ! 110
-----------:PRESTRESSED PILES 18"SQUARE 40_MININUMEND BENT LFf_— 440
___________—____+PRESTRESSED PILES 18_SQUARE 40 MININUM WING BENT__——_—_ _ —_! LF ! 80
— }--— —j— — ----
!PRESTRESSED PILES 18"SQUARE 40'MININUM INTER.BENTS ! LF ! 520
400-2 4 !CLASS II CONCRETE FOR SIDEWALKS y CY _-45
—— —--+--- ---- ---- -- ---- ---—--------- t-- ——1-
415-1-4 !REINFORCING STEEL FOR SIDEWALKS ! LB i 3167
—_450=2 4—_CLASS IIF BRIDGE— —DECKCONCRETE FOR APPROACH SLABS CY� 50
— — — ------ — ----4----------
_415-1-4__ !REINFORCING STEEL FOR APPROACH SLABS LB__E_—_—10510
!REVETMENT SF ! 2736
CEI CLASSIFICATIONS
SR.PROJECT ENGINEER
PROJECT ADMINISTRATOR
SR.INSPECTOR
INSPECTOR
INSPECTOR'S AIDE
QUALITY CONTROL(QC)MANAGER
EARTHWORK CONSTR.INSPECTOR LEVEL 1
EARTHWORK CONSTR.INSPECTOR LEVEL 2
ASPHALT PAVING TECHNICIAN LEVEL 1
ASPHALT PAVING TECHNICIAN LEVEL 2
BRIDGE INSPECTOR 1
BRIDGE INSPECTOR 2
Page 21
L
EXHIBIT D
STATE FINANCIAL ASSISTANCE (FLORIDA SINGLE AUDIT ACT)
THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST
OF THE FOLLOWING:
SUBJECT TO SECTION 215.97,FLORIDA STATUTES:
Awarding
Florida Department of Transportation
Agency:
State Project COUNTY INCENTIVE GRANT PROGRAM
Title:
CSFA Number: 55.008
*Award Amount: $ 3,645,573.00
*The state award amount may change with supplemental agreements
Specific project information for CSFA Number 55.008 is provided at:
https:Happs.fldfs.com/fsaa/searchCatalog.aspx
COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED
PURSUANT TO THIS AGREEMENT:
State Project Compliance Requirements for CSFA Number 55.008 are provided at:
https:Happs.fldfs.com/fsaa/searchCompliance.aspx
The State Projects Compliance Supplement is provided at:
https:Happs.fldfs.com/fsaa/compliance.aspx
Page 22
To:John.West@dot.state.fl.us
FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
GOK60
3/15/2017
CONTRACT INFORMATION
CCoritract: GOK60
Contract Type: 1 GD-GRANT DISBURSEMENT(GRANT)
Method of Procurement: G-GOVERMENTAL AGENCY(287.057,F.S.)
Vendor Name: INDIAN RIVER COUNTY BOARD OF CO
ivendorlD: �F596000674016
[Beginning Date of This Agreement: (03/16/2017
[Ending Date of This Agreement: 12/30/2019
Contract Total/Budgetary Ceiling: ct=$3,645,573.00
Description: Construction and CEI Services for intersection improvementsat SR-60&43rd Avenue
FUNDS APPROVAL INFORMATION
FUNDS APPROVED/REVIEWED FOR ROBIN M.NAITOVE,CPA,COMPTROLLER ON 3/15/2017
Action: Original
Organization Code: 55043010404
Expansion Option: AC
Object Code: 751000
Amount- $845,948.00
Financial Project: 43175925401
Work Activity(FCT): 215
CFDA.
Fiscal Year- 2017
Budget Entity, 55150200
Category/Category Year: 088572/17
Amendment ID: 0001
Sequence: 00
User Assigned ID: `
Enc Line(6s)/Status:' 0001/04
Total Amount: $845,948.00
Pagel of 1
To:leos.kennedy@dot.state.fl.us
FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
GOK60
3/14/2017
CONTRACT INFORMATION
Contract: GOK60
CContract Type: GD-GRANT DISBURSEMENT(GRANT)
Method of Procurement: G-GOVERMENTAL AGENCY(287.057,F.S.)
Vendor Name: INDIAN RIVER COUNTY BOARD OF CO
lVendorlD: �F596000674016
(Beginning Date of This Agreement: 03/16/2017
Ending Date of This Agreement: 12/30/2019
Contract Total/Budgetary Ceiling: (ct=$3,645,573.00
Description: Construction and CEI Services for intersection improvementsat SR-60&43rd Avenue
FUNDS APPROVAL INFORMATION
FUNDS APPROVED/REVIEWED FOR ROBIN M.NAITOVE,CPA,COMPTROLLER ON 3/14/2017
Action: Future Year
Organization Code: 55043010404
Expansion Option: AC
Object Code: 751000
Amount: $2,799,625.00
FinancialProject: 43175925401
Work Activity(FCT): 215
CFDA.
Fiscal Year: 2018
Budget Entity: 55150200
Category/Category Year: 088572/18
Amendment ID- A001
Sequence: 00
User Assigned ID:
Enc Line(6s)/Status: /04
Total Amount: $2,799,625.00
Pagel of 1