HomeMy WebLinkAbout2018-019Florida Statutes:
334.044(7)
Financial Project No:433068-1-54-01 Vendor No.: VF -596-000-674-016
Contract No. (i--& LLt)z CSFA No. and Title: 55.009 Small County Outreach Program (SCOP) and
Rural Areas of Opportunity (RAO)
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
SMALL COUNTY OUTREACH PROGRAM AGREEMENT
This Small County Outreach Program Agreement ("Agreement") is entered into this 9'—r
day of t -LLK-, q �tCi : between the State of Florida, Department of Transportation
("Department") and INDIAN RIVER COUNTY ("Recipient"). The Department and the Recipient are
sometimes referred to in this Agreement as a "Party" and collectively as the "Parties."
RECITALS
A. The Department is authorized under Section 334.044 (7), Florida Statutes, and Section
339.2818, Florida Statutes to enter into this Agreement.
B. The Small County Outreach Program ("SCOP") has been created within the Department
pursuant to Section 339.2818, Florida Statutes, to provide funds to counties to assist small
counties in resurfacing or reconstructing county roads or in constructing capacity or safety
improvements to county roads and also to municipalities within rural areas of critical
concern (rural areas of opportunity ("RAO")) with projects, excluding capacity
improvement projects.
C. The Department has determined that the transportation project described in Exhibit "A"
attached and incorporated in this Agreement ("Project"), is necessary to facilitate the
economic development and growth of the State and the Department is authorized by
Section 339.282 1, Florida Statutes, to approve an expenditure to the Recipient for the direct
costs of the Project.
D. Exhibits A, B, C, and D are attached hereto and incorporated by reference into this
Agreement.
E. The Recipient is authorized to enter into this Agreement by the resolution attached and
made part of this Agreement.
NOW, THEREFORE, in consideration of the mutual benefits contained in this Agreement, the
parties agree as follows:
1. The recitals set forth above are incorporated by this reference in this Agreement.
Florida Statutes:
334.044(7)
2. The Recipient shall furnish all services as required in Exhibit "A" for completion of the
Project.
3. The term of this Agreement shall begin upon the date of signature of the last party to sign
this Agreement ("Effective Date") and continue through June 30, 2020. Execution of this
Agreement by both parties shall be deemed a Notice to Proceed to the Recipient for work
to begin on the Project. Any work performed prior to the execution of this Agreement is
not subject to reimbursement. The estimated Project production schedule is as follows:
a. Design plans contract to begin on or before N/A, and design plans to be completed by
N/A.
b. Actual Construction shall begin no later than January 1, 2019, and be completed by
June 30, 2020.
4. The Department will participate in a maximum of 75 % of the actual total Project costs up
to EIGHT HUNDRED SEVENTY SEVEN THOUSAND SIX HUNDRED DOLLARS
AND NO CENTS ($877,600.00) (the maximum Department participation as set forth in
Method of Compensation in Exhibit B). The Parties agree that the Department's
participation may be increased or reduced upon a determination of the actual bid amounts
of the Project by the execution of a supplemental agreement. Travel costs will not be
reimbursed.
a. The Department agrees to compensate the Recipient for services described in
Exhibit "A", and as set forth in the Method of Compensation in Exhibit "B".
b. Unless otherwise permitted, payment will begin in the year the Project or Project
phase is scheduled in the adopted work program as of the Effective Date of this
Agreement. Payment will be made for actual costs incurred as of the date the
invoice is submitted with the final payment due upon receipt of a final invoice.
c. The Recipient shall provide quantifiable, measurable, and verifiable units of
deliverables. Each deliverable must specify the required minimum level of service
to be performed and the criteria for evaluating successful completion. The Project,
identified as Financial Project Number 433068-1-54-01, and the quantifiable,
measurable, and verifiable units of deliverables are described more fully in Exhibit
"A". Any changes to the deliverables shall require written approval in advance by
the Department.
Invoices shall be submitted at least quarterly by the Recipient in detail sufficient
for a proper pre -audit and post -audit, based on the quantifiable, measurable and
verifiable deliverables as established in Exhibit "A". Deliverables must be
Florida Statutes:
334.044(7)
received and accepted in writing by the Department's Project Manager prior to
reimbursements. The final invoice shall be accompanied by a Notice of
Completion, Exhibit "D".
d. Supporting documentation must establish that the deliverables were received and
accepted in writing by the Recipient 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 Exhibit "A" has been met.
e. 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 Recipient is unsatisfactory, the Department shall notify
the Recipient of the deficiency to be corrected, which correction shall be made
within a time frame to be specified by the Department. The Recipient shall, within
five days after notice from the Department, provide the Department with a
corrective action plan describing how the Recipient will address all issues of
contract non-performance, unacceptable performance, failure to meet the minimum
performance levels, deliverable deficiencies, or contract non-compliance. If the
corrective action plan is unacceptable to the Department, the Recipient shall be
assessed a non-performance retainage equivalent to 10% of the total invoice
amount. The retainage shall be applied to the invoice for the then -current billing
period. The retainage shall be withheld until the Recipient resolves the
deficiency. If the deficiency is subsequently resolved, the Recipient may bill the
Department for the retained amount during the next billing period. If the Recipient
is unable to resolve the deficiency, the funds retained may be forfeited at the end of
the Agreement's term.
f. The Recipient should be aware of the following time frames. Upon receipt of an
invoice, the Department has twenty (20) days to inspect and approve the goods and
services. The Department has twenty (20) days to deliver a request for payment
(voucher) to the Department of Financial Services. The twenty (20) days are
measured from the latter of the date the invoice is received or the goods or services
are received, inspected and approved. If a payment is not available within forty
(40) days, a separate interest penalty at a rate as established pursuant to Section
55.03(1), Florida Statutes, will be due and payable, in addition to the invoice
amount, to the Recipient. Interest penalties of less than one dollar ($1.00) will not
be enforced unless the Recipient requests payment. Invoices which have to be
returned to the Recipient because of Recipient preparation errors will result in a
delay in the payment. The invoice payment requirements do not start until a
Florida Statutes:
334.044(7)
properly completed invoice is provided to the Department. A Vendor Ombudsman
has been established within the Department of Financial Services. The duties of
this individual include acting as an advocate for entities who may be experiencing
problems in obtaining timely payment(s) from a state agency. The Vendor
Ombudsman may be contacted at (850) 413-5516 or by calling the Division of
Consumer Services at (877) 693-5236.
g. Records of costs incurred under terms of this Agreement shall be maintained and
made available upon request to the Department at all times during the period of this
Agreement and for five years after final payment is made. Copies of these
documents and records shall be furnished to the Department upon request. Records
of costs incurred include the Recipient's general accounting records and the project
records, together with supporting documents and records, of the Recipient and all
subcontractors performing work on the project, and all other records of the
Recipient and subcontractors considered necessary by the Department for a proper
audit costs.
h. Upon request, the Recipient agrees to provide progress reports to the Department
in the standard format used by the Department and at intervals established by the
Department. The Department will be entitled at all times to be advised, at its
request, as to the status of the Project and of details thereof. Either party to the
Agreement may request and shall, within a reasonable time thereafter, be granted a
conference with the other party. (insert address below if required)
i. In the event this Agreement is in excess of $25,000.00 and a term for a period of
more than one (1) year, the provisions of Section 339.135(6)(a), Florida Statutes,
are incorporated as follows:
"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 (1) year, but any contract so made shall be executory
only for the value of the services to be rendered or agreed to be paid
Florida Statutes:
334.044(7)
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 one (1) year."
j. The Department's obligation to pay under this Agreement is contingent upon an
annual appropriation by the Florida Legislature.
k. All costs charged to the Project and the grant match of in kind services shall be
supported by properly executed payrolls, time records, invoices, contracts, or
vouchers evidencing in proper detail the nature and propriety of the charges.
1. Any Project funds made available by the Department pursuant to this Agreement
which are determined by the Department to have been expended by the Recipient
in violation of this Agreement or any other applicable law or regulation shall be
promptly refunded in full to the Department. Acceptance by the Department of any
documentation or certifications, mandatory or otherwise permitted, that the
Recipient files shall not constitute a waiver of the Department's rights as the funding
agency to verify all information at a later date by audit or investigation.
5. The administration of resources awarded through the Department to the Recipient by this
Agreement may be subject to audits and/or monitoring by the Department. The 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 any state agency inspector general, the Auditor General, or any other state official. The
Recipient shall comply with all audit and audit reporting requirements as specified below.
a. In addition to reviews of audits conducted in accordance with Section 215.97,
Florida Statutes, monitoring procedures may include, but not be limited to, on-site
visits by Department staff, and/or other procedures. By entering into this
Agreement, the Recipient agrees to comply and cooperate fully with any
monitoring procedures/processes deemed appropriate by the Department. The
Recipient further agrees to comply and cooperate with any inspections, reviews,
investigations, or audits deemed necessary by the state Chief Financial Officer
(CFO) or Auditor General.
b. The Recipient, as a non -state entity as defined by Section 215.97(2)(m), Florida
Statutes, and as a recipient of state financial assistance awarded by the Department
through this Agreement is subject to the following requirements:
Florida Statutes:
334.044(7)
i. In the event that the Recipient expends a total amount of state financial
assistance equal to or in excess of the threshold established by Section
215.97, Florida Statutes, in any fiscal year of the Recipient, the Recipient
must have a State single or project -specific audit for such fiscal year in
accordance with Section 215.97, Florida Statutes; applicable rules of the
Department of Financial Services; and Chapters 10.550 (local governmental
entities) or 10.650 (non-profit and for-profit organizations), Rules of the
Auditor General. Exhibit "C" to this Agreement provides the specific state
financial assistance information awarded through the Department by this
Agreement needed by the Recipient to further comply with the requirements
of Section 215.97, Florida Statutes. In determining the state financial
assistance expended in a fiscal year, the Recipient shall consider all sources
of state financial assistance, including state financial assistance received
from the Department, other state agencies, and other non -state entities.
State financial assistance does not include Federal direct or pass-through
awards and resources received by a non -state entity for Federal program
matching requirements.
ii. In connection with the audit requirements, the Recipient 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 government entities) or 10.650 (non-profit and for-profit
organizations), Rules of the Auditor General.
iii. If the Recipient expends less than the threshold established by Section
215.97, Florida Statutes, in state financial assistance in a fiscal year, an audit
conducted in accordance with the provisions of Section 215.97, Florida
Statutes, is not required; however, the Recipient must provide to the
Department a certification of exemption to
FDOTSingleAuditnr dot.state.fl.us no later than 9 months after the end of
the Recipient's fiscal year for each applicable audit year. In the event that
the Recipient expends less than the threshold established by Section 215.97,
Florida Statutes, in state financial assistance 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
Recipient's resources (i.e., the cost of such an audit must be paid from the
Recipient's resources obtained from other than State entities).
Florida Statutes:
334.044(7)
iv. 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: FDOTS ingleAudita.,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 localgovt a,aud.state.fl.us
v. 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 (non-profit and for-profit
organizations), Rules of the Auditor General, as applicable.
vi. The Recipient, when submitting financial reporting packages to the
Department for audits done in accordance with Chapters 10.550 (local
governmental entities) or 10.650 (non-profit and for-profit organizations),
Rules of the Auditor General, should indicate the date the reporting package
was delivered to the Recipient in correspondence accompanying the
reporting package.
vii. Upon receipt, and within 6 months, the Department shall review the
Recipient's financial reporting package, including the management letters
and corrective action plans, to the extent necessary to determine whether
timely and appropriate corrective action has been taken with respect to audit
findings and recommendations pertaining to the state financial assistance
provided through the Department by this Agreement. If the Recipient fails
to have an audit conducted consistent with Section 215.97, Florida Statutes,
the Department may take appropriate corrective action to enforce
compliance, in accordance with Section 215.97(8)(1), Florida Statutes.
Florida Statutes:
334.044(7)
viii. As a condition of receiving state financial assistance, the Recipient shall
allow the Department, or its designee, the CFO or Auditor General access
to the Recipient's records, including project records, and the independent
auditor's working papers as necessary. Records related to unresolved audit
findings, appeals, or litigation shall be retained until the action is complete
or the dispute is resolved.
c. The Recipient 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, the CFO or Auditor General
access to such records upon request. The Recipient shall ensure that the audit
working papers are made available to the Department, or its designee, the CFO, or
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.
6. The Recipient shall permit, and shall require its contractors and subcontractors to permit,
the Department's authorized representatives to inspect all work, materials, payrolls, and
records, and to audit the books, records, and accounts pertaining to the financing and
development of the Project.
7. The Recipient must certify that the consultant has been selected in accordance with the
Consultants' Competitive Negotiation Act (Section 287.055, Florida Statutes). Contractor
must be prequalified by the Department pursuant to Section 337.14, Florida Statutes, and
Rule Chapter 14-22, Florida Administrative Code for projects meeting the thresholds
therein.
8. In the event the Recipient proceeds with the design, construction and construction
engineering inspection services ("CEI") of the Project with its own forces, the Recipient
will only be reimbursed for direct costs (this excludes general and administrative
overhead). The Recipient shall hire a Department qualified CEI. The Department shall
have the right, but not the obligation, to perform independent testing from time to time
during the course of construction of the Project. .
9. Upon completion of the work, the Recipient shall furnish a set of "as -built" plans certified
by the Engineer of Record/CEI that the necessary improvements have been completed in
accordance with the Plans as the same may be modified in accord with the terms of this
Agreement. Additionally, the Recipient shall assure that all post construction survey
monumentation required by Fla. Stat. is completed and evidence of such is provided to
the Department in a manner acceptable to the Department.
Florida Statutes:
334.044(7)
10. The Recipient shall allow public access to all documents, papers, letters, or other material
subject to the provisions of Chapter 119, Florida Statutes, and made or received by the
Recipient in conjunction with this Agreement. Specifically, if the Recipient is acting on
behalf of a public agency the Recipient shall:
a. Keep and maintain public records that ordinarily and necessarily would be required
by the Department in order to perform the services being performed by the
Recipient.
b. Provide the public with access to public records on the same terms and conditions
that the Department would provide the records and at a cost that does not exceed
the cost provided in chapter 119, Florida Statutes, or as otherwise provided by law.
c. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
d. Meet all requirements for retaining public records and transfer, at no cost, to the
Department all public records in possession of the Recipient upon termination of
the contract and destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. All records stored
electronically must be provided to the Department in a format that is compatible
with the information technology systems of the Department.
Failure by the Recipient to grant such public access shall be grounds for immediate
unilateral cancellation of this Agreement by the Department. The Recipient shall promptly
provide the Department with a copy of any request to inspect or copy public records in
possession of the Recipient and shall promptly provide the Department a copy of the
Recipient's response to each such request.
11. The Recipient 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.
12. At the time of the competitive solicitation for the construction services, if 50 percent or
more of the cost will be paid by from state -appropriated funds, then the Recipient must
comply with the requirements of Section 225.0991, Florida Statutes.
Florida Statutes:
334.044(7)
13. The work performed pursuant to this Agreement may require authorization under the Clean
Water Act, by the U.S. Environmental Protection Agency for Storm Water Discharges from
construction sites. The Recipient is responsible for obtaining the National Pollutant
Discharge Elimination System Permit and all other necessary permits for construction of
the Project. When applicable, such permits will be processed in the name of the
Department; however, in such event, the Recipient will comply with all terms and
conditions of such permit in construction of the subject facilities.
14. The Recipient affirms that it is aware of the provisions of Section 287.133(2)(a), Florida
Statutes. 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. The Recipient
agrees that it shall not violate Section 287.133(2)(a), Florida Statutes, and further
acknowledges and agrees that any conviction during the term of this Agreement may result
in the termination of this Agreement.
15. The Department shall consider the employment by any contractor of unauthorized aliens a
violation of Section 274A(e) of the Immigration and Nationality Act. If the Recipient
knowingly employs unauthorized aliens, such violation shall be cause for unilateral
cancellation of this Agreement.
16. The Recipient will not discriminate against any employee employed in the performance of
this Agreement, or against any applicant for employment because of age, ethnicity, race,
religious belief, disability, national origin, or sex. The Recipient shall provide a
harassment -free workplace, with any allegation of harassment given priority attention and
action by management. The Recipient shall insert similar provisions in all contracts and
subcontracts for services by this Agreement. The Recipient affirms that it is aware of the
provisions of Section 287.134(2)(a), Florida Statutes. An entity or affiliate who has been
placed on the discriminatory vendor list may not submit a bid on a contract to provide any
goods or services to a public entity; may not submit a bid on a contract with a public entity
for the construction or repair of a public building or public work; may not submit bids on
leases of real property to a public entity; may not be awarded or perform work as a
contractor, supplier, subcontractor, or consultant under a contract with any public entity;
Florida Statutes:
334.044(7)
and may not transact business with any public Recipient. The Recipient further agrees that
it shall not violate Section 287.134(2)(a), Florida Statutes, and acknowledges and agrees
that placement on the list during the term of this Agreement may result in the termination
of this Agreement.
17. It is specifically agreed between the parties executing this Agreement that it is not intended
by any of the provisions of any part of the Agreement to create in the public or any member
thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party
to this Agreement to maintain a suit for personal injuries or property damage pursuant to
the terms or provisions of this Agreement. The Recipient guaranties the payment of all
just claims for materials, supplies, tools, or labor and other just claims against the Recipient
or any subcontractor, in connection with this Agreement. Additionally, the Recipient
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 Recipient's contractor shall indemnify and hold
harmless the Recipient, the State of Florida, Department of Transportation, 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 conduct of contractor and persons employed or utilized by contractor
in the 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 State of Florida and
the Recipient's sovereign immunity.
To the fullest extent permitted by law, the Recipient's consultant shall indemnify and hold
harmless the Recipient, the State of Florida, Department of Transportation, and its officers
and employees from liabilities, damages, losses, and costs, including, but not limited to,
reasonable attorney fees to the extent caused, in whole or in part, by the professional
negligence, error or omission, recklessness, or intentional wrongful conduct of the
consultant or persons employed or utilized by the consultant in the performance of the
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 State of Florida and
the Recipient's sovereign immunity."
18. The Recipient shall provide Workers' Compensation Insurance in accordance with
Florida's Workers' Compensation law for all employees. If subletting any of the work,
ensure that the subcontractor(s) have Workers' Compensation Insurance for their
employees in accordance with Florida's Workers' Compensation law. If using "leased
Florida Statutes:
334.044(7)
employees" or employees obtained through professional employer organizations
("PEO's"), ensure that such employees are covered by Workers' Compensation insurance
through the PEO's or other leasing entities. Ensure that any equipment rental agreements
that include operators or other personnel who are employees of independent Contractors,
sole proprietorships or partners are covered by insurance required under Florida's Workers'
Compensation law.
19. The Recipient shall, or cause its contractor or consultant to carry Commercial General
Liability insurance providing continuous coverage for all work or operations performed
under the Agreement. Such insurance shall be no more restrictive than that provided by the
latest occurrence form edition of the standard Commercial General Liability Coverage
Form (ISO Form CG 00 01) as filed for use in the State of Florida. Cause the Department
to be made an Additional Insured as to such insurance. Such coverage shall be on an
"occurrence" basis and shall include Products/Completed Operations coverage. The
coverage afforded to the Department as an Additional Insured shall be primary as to any
other available insurance and shall not be more restrictive than the coverage afforded to
the Named Insured. The limits of coverage shall not be less than $1,000,000 for each
occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts
provided by an umbrella or excess policy. The limits of coverage described herein shall
apply fully to the work or operations performed under the Agreement, and may not be
shared with or diminished by claims unrelated to the Agreement. The policy/ies and
coverage described herein may be subject to a deductible. Pay all deductibles as required
by the policy. No policy/ies or coverage described herein may contain or be subject to a
Retention or a Self -Insured Retention. Prior to the execution of the Agreement, and at all
renewal periods which occur prior to final acceptance of the work, the Department shall be
provided with an ACORD Certificate of Liability Insurance reflecting the coverage
described herein. The Department shall be notified in writing within ten days of any
cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or
coverage described herein. The Department's approval or failure to disapprove any
policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to
procure and maintain the insurance required herein, nor serve as a waiver of any rights or
defenses the Department may have.
20. No funds received pursuant to this Agreement may be expended for the purpose of
lobbying the Florida Legislature, the judicial branch, or any state agency, in accordance
with Section 216.347, Florida Statutes.
21. The Recipient and the Department agree that the Recipient, its employees and its
subcontractors are not agents of the Department as a result of this Agreement.
Florida Statutes:
334.044(7)
22. This Agreement may be canceled by the Department in whole or in part at any time the
interest of the Department requires such termination. The Department also reserves the
right to seek termination or cancellation of the Agreement in the event the Recipient shall
be placed in either voluntary or involuntary bankruptcy. The Department further reserves
the right to terminate or cancel this Agreement in the event an assignment is made for the
benefit of creditors. This Agreement may be canceled by the Recipient upon sixty (60)
days written notice to the Department. If the Agreement is terminated before performance
is completed, the Recipient shall be paid only for that work satisfactorily performed for
which costs can be substantiated.
23. The Recipient shall not assign, sublicense, or otherwise transfer its rights, duties, or
obligations under this Agreement without the prior written consent of the Department,
which consent will not be unreasonably withheld. Any assignment, sublicense, or transfer
occurring without the required written approval will be null and void. The Department will
at all times be entitled to assign or transfer its rights, duties, or obligations under this
Agreement to another governmental agency in the State of Florida, upon giving prior
written notice to the Recipient. In the event that the Department approves transfer of the
Recipient's obligations, the Recipient remains responsible for all work performed and all
expenses incurred in connection with this Agreement.
24. All notices pertaining to this Agreement are in effect upon receipt by either party, shall be
in writing, and shall be transmitted either by personal hand delivery; United States Post
Office, return receipt requested; overnight express mail delivery, email, or facsimile. The
addresses and the contact persons set forth below for the respective parties shall be the
places where notices shall be sent, unless prior written notice of change of address is given.
TO DEPARTMENT:
Florida Department of Transportation
3400 W. Commercial Blvd.
Fort Lauderdale, Florida 33309
Attn: Leos Kennedy, Jr.
Copy: Project Manager, Carlos Lemus
2°d Copy: District's General Counsel
TO RECIPIENT:
Indian River County
1801 27th Street
Vero Beach, Florida 32960
Attn: Richard Szpyrka, P.E.
Copy: Indian River County's General Counsel
25. 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.
26. This Agreement shall not be renewed. Any extension shall be in writing and executed by
both parties and shall be subject to the same terms and conditions set forth in this
agreement.
Florida Statutes:
334.044(7)
27. This Agreement shall not be construed to grant any third party rights.
28. In no event shall the making by the Department of any payment to the Recipient 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 Recipient, and the making of such payment by the
Department while any such breach or default shall exist shall in no way impair or prejudice
any right or remedy available to the Department with respect to such breach or default.
29. This Agreement embodies the entire agreement of the parties. There are no provisions,
terms, conditions, or obligations other than those contained in this Agreement. This
Agreement supersedes all previous communication, representation, or agreement, either
verbal or written, between the parties. No amendment will be effective unless reduced to
writing and signed by an authorized officer of the Recipient and the authorized officer of
the Department or his/her delegate.
30. 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 thus remains 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.
31. This Agreement shall be governed by and construed in accordance with the laws of the
State of Florida. Venue for any action arising out of this Agreement shall be in Leon
County, Florida.
32. Time is of the essence as to each and every obligation under this Agreement.
33. The Department and the Recipient acknowledge and agree to the following:
i. The Recipient shall utilize the U.S. Department of Homeland Security's E -
Verify system to verify the employment eligibility of all new employees
hired by the Recipient during the term of the contract; and
ii. The Recipient shall expressly require any contractors and subcontractors
performing work or providing services pursuant to the state contract to
likewise utilize the U.S. Department of Homeland Security's E -Verify
system to verify the employment eligibility of all new employees hired by
the contractor/subcontractor during the contract term.
34. This Agreement may be executed in duplicate originals.
Florida Statutes:
334.044(7)
35. The contractor/consultant/vendor agrees to comply with s.20.055(5), Florida Statutes, and
to incorporate in all subcontracts the obligation to comply with s.20.055(5), Florida
Statutes.
The remainder of this page intentionally left blank.
Florida Statutes:
334.044(7)
IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) below.
BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY
(Name of RECIPIENT)
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
TIME: DIRECTOR OF TRANSP. DEVELOPMENT
Print Name: STACY L. MILLER, P.E.
2010ate:
OFFICE OF THE GENERAL COUNSEL
ATTEST: LEGAL REVIEW:
Jeffrey R. Smith, Clerk of Court & Comptroller f
By vV iJ
Deputy Clerk See attached encumbrance form for date of
Funding approval by Comptroller.
APPROVED AS TO FORM & LEGAL SUFFICIENCY:
Recipient's LEGAL REVIEW:
Print Name: WILLIAM K. DEBRAAL
DEPUTY COUNTY ATTORNEY
Florida Statutes:
334.044(7)
Exhibit A
SCOPE OF WORK
DELIVERABLES
CR -512 RESURFACING
(MYRTLE STREET TO 125TH AVE)
FM# 433068-1-54-01
This Project will consist of construction (milling and resurfacing) and CEI services for an existing
1.6 miles of pavement on of Myrtle Street to 1251 Ave. The Project work will also include, but not
be limited to the milling the existing asphalt and installation of superpave asphaltic concrete,
installation of signal mast arms and associated controllers with video detection, widening paved
shoulders, sodding and installation of thermoplastic pavement markings, replacement of sidewalk
curb returns for ADA compliance.
Exhibit A
DELIVERABLES
FM# 433068-1-54-01
ITEM NO.
101-1
DESCRIPTION
Mobilization
UNIT
LS
ESTIMATED
QTY.
1
102-1
Maintenance of Traffic
LS
1
102-99
Portable Changeable Message Sign, Temporary
ED
388
104-1
Erosion Control
LS
1
110-1-1
Clearing & Grubbing
AC
13.50
120-1
Regular Excavation
CY
678.00
120-6
Embankment
CY
298.00
1604
Type B Stabilization
SY
9,037
285-701
Optional Base, Base Group 01
SY
5,424
285-706
Optional Base, Base Group 06
SY
331
327-70-6
Milling Exist Asph Pavt, 1 1/2" Avg Depth
SY
38,841
337-7-81
Asphaltic Concrete Friction Course (Traffic B, FC -12.5, PG76-22)
TN
3,658
430-174-112
Pipe Culvert Optional Material (SD) (Round) (12" Dia)
LF
28
520-1-10
Concrete Curb & Gutter, Type F
LF
35
522-2
Concrete Sidewalk and Driveways, 6" Thick
SY
542
527-2
Detectable Warnings
SF
611
570-1-2
Performance Turf, Sod
SY
9,710
630-2-11
Conduit, Furnish & Install, Open Trench
LF
143
630-2-12
Conduit, Furnish & Install, Directional Bore
LF
813
632-7-1
Signal Cable - New Or Reconstructed Intersection, Furnish & Install
PI
3
633-2-31
Flber Optic Connection, Install, Splice
EA
4
633-3-11
Fiber Optic Connection Hardware, F&I, Splice Enclosure
EA
1
633-3-12
Fiber Optic Connection Hardware, F&I, Splice Tray
EA
1
633-3-15
Fiber Optic Connection Hardware, F&I, Patch pane l-Pre-Term inated
EA
1
6344-152
Span Wire Assembly, F&I, Two Point, Diagonal
PI
2
635-2-11
Pull & Splice Box, F&I, 13" X 24" Cover Size
EA
22
635-2-12
Pull & Splice Box, F&I, 24" X 36" Cover Size
EA
5
639-1-122
Elec. Power Service, F&I, Underground, Meter Purchase By Contractor
AS
3
639-2-1
Electrical Service Wire
LF
647
639-3-11
Electrical Service Disconnect, F&I, Pole Mount
EA
3
641-2-11
Prestressed Concrete Pole, F&I, Type P -II Pedestal
EA
5
641-2-14
Prestressed Concrete Pole, F&I, Type P -IV
EA
3
641-2-70
Prestressed Concrete Pole, Shallow Pole Removal -Pole 30' And Greater
EA
4
646-1-11
Aluminum Signals Pole, Pedestal
EA
4
646-1-60
Aluminum Signals Pole, Remove
EA
4
649-31-101
Mast Arm, F&I, Wind Speed - 150, Single Arm, W/O Luminare - 36'
EA
1
649-31-102
Mast Arm, F&I, Wind Speed - 150, Single Arm, W/O Luminare - 46'
EA
3
650-1-11
Traffic Signal, Furnish & Install Aluminum, 1 Section, 1 Way
AS
16
650-1-14
Traffic Signal, Furnish & Install, Aluminum, 3 Section, 1 Way
AS
4
650-1-19
Traffic Signal, Furnish & Install, Aluminum, 5 Section Cluster, 1 Way
AS
4
653-1-12
Pedestrian Signal, Furnish & Install, Led Countdown, 2 Way
AS
4
660-4-11
Vehicle Detection System - Video, F&I, Cabinet Equipment
EA
1
6604-12
Vehicle Detection System - Video, F&I, Above Ground Equipment
EA
4
665-1-11
Pedestrian Detector, Furnish & Install, Standard
EA
8
670-4-1
Intersection Control Beacon Controller Assembly, Furnish & Install
AS
2
670-5-111
Traffic Controller Assembly, F&I, Nema, 1 Preemption
AS
1
670-5-600
Traffic Controller Assembly, Remove Controller With Cabinet
AS
1
682-1-113
ITS CCN Camera, F&I, Dome PTZ Enclosure - Pressurized, IP, High
Definition
EA
2
682-1-600
ITS CCTV Camera, Remove & Disposal
EA
1
684-14
Managed Field Ethernet Switch, Relocate
EA
1
Exhibit A
DELIVERABLES
FM# 433068-1-54-01
ITEM NO.
DESCRIPTION
UNIT
ESTIMATED
QTY.
685-1-11
Uninterruptible Power Supply, Furnish & Install, Line Interactive
EA
1
700-1-11
Single Post Sign, F&I Gm, < 12 Sf
AS
68
700-1-12
Single Post Sign, F&I Gm, 12 Sf - 20 Sf
AS
12
700-1-50
Single Post Sign (Relocate)
AS
5
700-1-60
Single Post Sign (Remove)
AS
3
700-5-22
Internally Illuminated Sign, Furnish & Install, Overhead Mount, 12-18 Sf
EA
12
700-12-21
Sign Beacon, F&I Ground Mount- Solar Powered, One Beacon
AS
2
706-3
Retro -Reflective Pavement Marker
EA
683
711-11-123
Thermoplastic Pavement Markings, White, Solid for Crosswalk or
Roundabout, 12"
LF
1,785
711-11-125
Thermoplastic Pavement Markings, White, Solid for Stop Lines or
Crosswalk, 24"
LF
1,154
711-11-141
Thermoplastic, White, 6-10 Dotted Extension, 6"
GM
0.06
711-11-160
Thermoplastic, Message or Symbol (SCHOOL)
EA
2
711-11-170
Thermoplastic, Arrows
EA
22
711-11-224
Thermoplastic Pavement Markings, Yellow, Solid for Diagonal or Chevron,
LF
536
711-16-101
Thermoplastic, Standard- Other Surfaces, White, Solid, 6"
GM
2.85
711-16-201
Thermoplastic, Standard- Other Surfaces, Yellow, Solid, 6"
GM
3.67
711-16-202
Thermo lastic Standard- Other Surfaces, Yellow, Solid, 8"
GM
0.03
711-16-231
IThermoplastic, Standard- Other Surfaces, Yellow, Skip, 6"
GM
0.140
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
EXHIBIT "B"
METHOD OF COMPENSATION
FINANCIAL PROJECT NO. 433068-1-54-01
This is a cost reimbursement agreement. This exhibit forms an integral part of the Agreement
between the State of Florida, Department of Transportation and Indian River County referenced
by the above Financial Project Number
Schedule of Funding:
Please submit four copies of invoice(s) to the following address:
Florida Dept. of Transportation. Program Management Div., Attn: Leos A. Kennedy, Jr.
3400 W. COMMERCIAL BLVD., FT. LAUDERDALE, FLORIDA 33309
FY 2018
FY 2019
TOTAL
I.TOTAL PROJECT
$
$
$
Design
$
$
$
Right of Way
$
$
$
Construction and CEI
$ 1,097,653.00
$ 462,347.00
$ 1,560,000.00
II. PARTICIPATION:
Maximum Department
Participation
$ 415,253.00
$ 462,347.00
$ 877,600.00
Local Participation
$ 682,400.00
$ 0.00
$ 682,400.00
In -Kind
$
$
$
Cash
$
$
$
Combination In-Kind/Cash
$
$
$
Waiver or Reduction
$
$
$
TOTAL PROJECT COST:
$ 1,097,653.000
$ 462,347.00
$ 1,560,000.00
Please submit four copies of invoice(s) to the following address:
Florida Dept. of Transportation. Program Management Div., Attn: Leos A. Kennedy, Jr.
3400 W. COMMERCIAL BLVD., FT. LAUDERDALE, FLORIDA 33309
Florida Statutes:
334.044(7)
EXHIBIT "C"
STATE FINANCIAL ASSISTANCE
STATE RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS
AGREEMENT CONSIST OF THE FOLLOWING:
SUBJECT TO SECTION 215.97, FLORIDA STATUTES:
Awarding Agency: Florida Department of Transportation
State Project Title: Small County Outreach Program (SCOP) and Rural Areas of Opportunity (RAO)
CSFA Number: 55.009
Award Amount: $ 877,600.00
Specific information for CSFA Number 55.009 is provided at:
https://apps.fldfs.corn/fsaa/searciiCataIo,-�.aspx
COMPLIANCE REOUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED
PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS:
Compliance requirements for CSFA Number 55.009 are provided at:
https://apps.fldfs.corn/fsaa/searchCompl iance.aspx
Florida Statutes:
334.044(7)
I W14 25 11l I
NOTICE OF COMPLETION
SMALL COUNTY OUTREACH PROGRAM
between
THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATIO O
And
INDIAN RIVER COUNTY (RECIPIENT) 1�
Y
PROJECT DESCRIPTION: Construction & CEI Services of CRmW7from Myrtle Street to
125"' Avenue
FINANCIAL PROJECT NUMBER: 433068-1-5.4-01
In accordance with the Terms and Conditions of the SMALL COUNTY OUTREACH PROGRAM
AGREEMENT, the undersigned hereby providknMification that the work authorized by this
Agreement is complete as of 20
M.
Naml
Title
Florida Statutes:
334.044(7)
EXHIBIT E
Recipient's Resolution
RESOLUTION NO. 2018- ni S
RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA
AUTHORIZING THE CHAIRMAN'S EXECUTION OF A SMALL COUNTY OUTREACH PROGRAM
AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION FOR CR512 RESURFACING
AND SHOULDER WIDENING (MYRTLE STREET TO 125TH AVENUE) AND CONSTRUCTION
ENGINEERING INSPECTION (CEI) SERVICES
WHEREAS, the resurfacing and shoulder widening of CR512 from Myrtle Street to 125th Avenue
is an Indian River County priority project; and
WHEREAS, the Florida Department of Transportation (FDOT) is prepared to provide funds to
pay a portion of the cost for resurfacing of CR512 from Myrtle Street to 125th Avenue, as well as
widening paved shoulders to five feet in order to provide bike lanes, installation of mast arms and
associated controllers with video detection, sodding, installation of thermoplastic pavement markings,
replacement of sidewalk curb returns to ADA compliance and other ancillary construction work under
the Small County Outreach Program (SCOP); and
WHEREAS, the Indian River County Board of County Commissioners is responsible for paying
$682,400.00 of the cost of the project costs as its portion of the required local match.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN
RIVER COUNTY, FLORIDA, that the Chairman of the Board is hereby authorized to make, execute, and
deliver to the State of Florida, Department of Transportation, a Small County Outreach Program
Agreement for the aforementioned project.
The foregoing resolution was offered by Commissioner Flg hpr who moved its adoption. The
motion was seconded by Commissioner 7r,rc- and, upon being put to a vote, the vote was as
follows:
Chairman Peter D. O'Bryan
Vice -Chairman Bob Solari ABSENT
Commissioner Joseph E. Flescher AYE
Commissioner Susan Adams AYE
Commissioner Tim Zorc AYE
The Chairman thereupon declared the resolution passed and adopted this 6th day of
February 12018.
Attest: Jeffrey R. Smith, Clerk of Court
and C troller
By:
Deputy Clerk
Approved as to Form an Le Sufficiency
Dylan Reingold, County Attorney
BOARD OF COUNTY COMMISSSIONERS
OF INP" RIVER COUNTY, FLORIDA
By J .l
Peter D. O'Bryan, Chairman
S -AI E OF FLORIDA
INDIAN RIVER COUNTY
THIS IS TO CERTIFY THAT THIS IS
A TRUE AND CORRECT COPY OF
THE ORIGINAL ON FILE IN THIS
OFFICE.
EY .HK
BY _ & C�.i.
DATE
rO��MIS.... ti
•�'`9'I`RIVER C� 1'
F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\agenda items\FDOT
Agreement\Resolution SCOP Agreement 2-6-2018.doc
To: leos. ken nedy@dot.state.fl. us
FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
GOU52
2/23/2018
CONTRACT INFORMATION
Contract .„
GOU52
Contract, ype:'
GD - GRANT DISBURSEMENT (GRANT)
Method
G - GOVERMENTAL AGENCY (287.057,F.S.)
Vendor Name: ,!�„INDIAN
RIVER COUNTY
VenciofiD.` -
F596000679003
Beginning Date`of This Agreement
02/26/2018
Ending Date bf Thi, Agreement
06/30/2020
Contract o#ai/Badgetan C0 ing �
ct = $877,600.00
DesCripfion: „> > `"
Construction and CEI Services of CR -512 from Myrtle Street to 125th Avenue
FUNDS APPROVAL INFORMATION
FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER ON 2/23/2018
ACtion;j� ;',
:Original
ReviewedorApproved:, --
APPROVED
Organization GCde; ``
55043010404
Expansidn Option;,
AN
Objectoode, �`
751000
Amount r =
$415,253.00
Financial, Project, � �
; 43306815401
49:f'Ti
215
2018
55150200
085576/18
0001
00
0001/04
Total Amount: $415,253.00
Pagel of 1
e
To: leos. ken nedy@dot.state.fl.us
FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
GOU52
2/23/2018
CONTRACT INFORMATION
FUNDS APPROVAL INFORMATION
FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER ON 2/23/2018
Adori: ': Future Year
ReviewedorAproved: ! *REVIEWED
Oroanizetion Code: 155043010404
ObjectCode: 751000
Amount, $462,347.00
Financial Project 43306815401
tnL,w ems, e, rcr> n• 215
2019
55150200
085576/19
1
/04
Total Amount: $462,347.00
*Reviewed Funds Approval and encumbrance processing is contingent upon Annual Legislative appropriation.
Pagel of 1
Florida Statutes:
334.044(7)
IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) below.
BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY
(Name of RECIPIENT
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
TITLE: DIRECTOR OF TRANSP. DEVELOPMENT
Print Name: STACY L. MILLER, P.E.
201IDate: 1'.12 k,'/S'
OFFICE OF THE GENERAL COUNSEL
ATTEST: LEGAL REVIEW:
Jeffrey R. Smith, Clerk of Court & Comptroller ,f
,1
By:
Deputy Clerk See attached encumbrance form for date of
Funding approval by Comptroller.
APPROVED AS TO FORM & LEGAL SUFFICIENCY:
Recipient's LEGAL REVIEW: U#—X 0i
Print Name: WILLIAM K. DEBRAAL
DEPUTY COUNTY ATTORNEY