HomeMy WebLinkAbout2022-236A TRUE COPY
CERTIFICATION ON LAST PAGF FM No: 431521-1-52-02
J.R. SMITH, CLERK FEIDNo: F596000674074
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCALLY FUNDED AGREEMENT
This Locally Funded Agreement ("Agreement"), entered into this day by
and between the State of Florida Department of Transportation hereinafter called the DEPARTMENT,
and Indian River County, located at 1801 27th Street, Vero Beach, FL 32960, hereinafter called the
COUNTY.
WITNESSETH
WHEREAS, the DEPARTMENT and the COUNTY are desirous of having the DEPARTMENT make
certain improvements in connection with the DEPARTMENT's construction work along Oslo Road from
SW 82nd Ave to 58"' Ave, Indian River County, Florida. (Financial Management (FM) Number 431520-1-
52-01, Funded in Fiscal Year 2023); and
WHEREAS, the COUNTY has requested that the DEPARTMENT perform the following additional work
(FM Number 431521-1-52-02): The funds will be utilized for mast arm painting as set forth in Exhibit A
attached hereto and made a part hereof and hereinafter referred to as the Project; and
WHEREAS, the COUNTY has agreed to provide the DEPARTMENT with the additional funding needed
for the Project; and
WHEREAS, the term "Project" in this Agreement shall mean only the work requested by the COUNTY
for which the COUNTY will pay for pursuant to this Agreement; and
WHEREAS, the improvements are in the interest of both the COUNTY and the DEPARTMENT and it
would be more practical, expeditious, and economical for the DEPARTMENT to perform such activities;
and
WHEREAS, the COUNTY by Resolution No.2022-088adopted on November 15, 2022 , a copy of
which is attached hereto and made a part hereof, authorizes the proper officials to enter into this
Agreement.
NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the
Project, the parties agree to the following:
1. The recitals set forth above are true and correct and are deemed incorporated herein.
2. The DEPARTMENT shall be responsible for assuring that the Project complies with all
applicable Federal, State and Local laws, rules, regulations, guidelines and standards.
3. The COUNTY agrees to make all previous studies, maps, drawings, surveys and other
data and information pertaining to the Project available to the DEPARTMENT at no extra
cost.
Page 1 of 6
A TRUE COPY
CERTIFICATION ON LAST
J.R. SMITH, CLERK FM No: 431521-1-52-02
FEID No: F596000674074
4. The DEPARTMENT shall have the sole responsibility for resolving claims and requests for
additional work for the Project. The DEPARTMENT will make reasonable efforts to obtain
the COUNTY's input in its decisions.
5. The total cost for the Project and the DEPARTMENT's construction work along Oslo Road
is estimated to be FORTY-ONE MILLION SEVEN HUNDRED FORTY-EIGHT THOUSAND
NINE HUNDRED EIGHT DOLLARS AND NO CENTS ($41,748,908.00).
The COUNTY's share for the Project is a Lump Sum amount of NINETY THOUSAND
DOLLARS ($90,000.00), which sum shall be paid by the COUNTY to the DEPARTMENT.
The COUNTY's payment is non-refundable. In the event the actual cost of the Project is
less than the COUNTY's payment, the difference shall be retained by the DEPARTMENT
to cover costs associated with the DEPARTMENT's construction work. In the event the
actual cost of the Project, without modifications, results in a sum greater than that paid by
the COUNTY, then any additional cost shall be the sole responsibility of the
DEPARTMENT.
A. The COUNTY agrees that it will, at least fourteen (14) calendar days prior to the
DEPARTMENT's advertising the Project for bid, furnish the DEPARTMENT a
contribution in the amount of NINETY THOUSAND DOLLARS ($90,000.00) to be
used for the estimated project cost for locally funded Project number 431521-1-52-
02. The DEPARTMENT may utilize this contribution for payment of the costs of the
Project.
In the event payment is not received by the DEPARTMENT at least fourteen (14)
calendar days prior to the DEPARTMENT's advertising the Project for bid, the
DEPARTMENT reserves the right to terminate this Agreement and remove the
Project from the DEPARTMENT's Work Program.
B. The payment of funds under this Locally Funded Agreement will be made
directly to the DEPARTMENT.
Remittance shall be made payable to the Department of Financial Services,
Revenue Processing. Payment shall be clearly marked to indicate that it is to be
applied to FM No. 431521-1-52-02. The DEPARTMENT shall utilize this amount
towards costs of Project No. 431521-1-52-02.
In lieu of mailing payment to the DEPARTMENT, the COUNTY may submit the
payment for the Project via wire transfer.
Wire transfer/Payments are to be made to:
Wells Fargo Bank, N.A.
Account#4834783896
ABA # 121000248
State of Florida Department of Financial Services
Bureau of Collateral Management
Re: DOT — K 11-78, Financial project # 431521-1-52-02
Page 2 of 6
A TRUE COPY
CERTIFICATION ON LAST PAGE
J.R. SMITH, CLERK FM No: 431521-1-52-02
FEID No: F596000674074
For the DEPARTMENT to receive credit for the funds due to the DEPARTMENT,
the reference line must contain "FDOT" and an abbreviated purpose, financial
project number or LFA account number.
Once the wire transfer is complete, the COUNTY shall contact Jennifer Bennett
at 850-414-4861. In addition to calling Ms. Bennett, the COUNTY shall send an
email notification to D4-LFA@dot.state.fl.us stating the day and time the wire
transfer was sent.
C. The DEPARTMENT intends to have its final and complete accounting of all
costs incurred in connection with the work performed hereunder within three
hundred sixty (360) days of final payment to the Contractor. The DEPARTMENT
considers the Project complete when the final payment has been made to the
Contractor, not when the construction work is complete. All Project &
construction cost records and accounts shall be subject to audit by a
representative of the COUNTY for a period of three (3) years after final close
out of the Project and the resurfacing work.
6. Upon completion of the Project, the COUNTY shall comply with the provisions set forth in
the Highway Maintenance Memorandum of Agreement (HMMOA) , which is attached
hereto and made a part hereof as Exhibit B. The COUNTY shall agree to maintain the
Project in accordance with the terms of Exhibit B. The terms of this paragraph shall
survive the termination of this Agreement.
7. In the event it becomes necessary for either party to institute suit for the enforcement of
the provisions of this Agreement, each party shall be responsible to pay their own attorney
fees and court costs. Venue with respect to any such litigation shall be in Broward County.
8. This Agreement and any interest herein shall not be assigned, transferred or otherwise
encumbered by the COUNTY under any circumstances without the prior written consent of
the DEPARTMENT. However, this Agreement shall run to the DEPARTMENT and its
successors.
9. Except as otherwise set forth herein, this Agreement shall continue in effect and be
binding to both the COUNTY and the DEPARTMENT until the Project (FM# 431521-1-
52-01) is completed as evidenced by the written acceptance of the DEPARTMENT.
10. The COUNTY warrants that it has not employed or obtained any company or person, other
than bona fide employees of the COUNTY, to solicit or secure this Agreement, and it has
not paid or agreed to pay any company, corporation, individual or firm, other than a bona
fide employee employed by the COUNTY. For breach or violation of this provision, the
DEPARTMENT shall have the right to terminate the Agreement without liability.
Page 3 of 6
A TRUE COPY
CERTIFICATION ON LAST PAGE
J.R. SMITH, CLERK FM No: 431521-1-52-02
FEID No: F596000674074
11. The COUNTY/ Vendor/ Contractor:
(A) 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 COUNTY/
Vendor/Contractor during the term of the contract; and
(B) shall expressly require any 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 subcontractor during the contract term.
12. This Agreement is governed by and construed in accordance with the laws of the State of
Florida.
13. 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 and conditions contained herein shall
be effective unless contained in a written document executed with the same formality and
of equal dignity herewith.
14. Any or all notices (except invoices) given or required under this Agreement shall be in
writing and either personally delivered with receipt acknowledged or sent by certified mail,
return receipt requested. All notices delivered shall be sent to the following addresses:
If to the DEPARTMENT:
Florida Department of Transportation - District Four
3400 West Commercial Blvd.
Fort Lauderdale, Florida 33309-3421
Attn: Susan Dale
With a copy to: Anson Sonnett, P.E.
A second copy to: Office of the General Counsel
If to the COUNTY:
Indian River County
1801 2r Street
Vero Beach, FL 32960
Attn: James Ennis, PE PMP
With a copy to: County Attorney
Page 4 of 6
A TRUE COPY
CERTIFICATION ON LAST PAGE
J.R. SMITH, CLERK FM No: 431521-I-52-02
FEID No: F596000674074
IN WITNESS WHEREOF, this Agreement is to be executed by the parties below for the purposes
specked herein. Authorization has been given to enter into and execute this Agreement by Resolution
No. 2022-088 . hereto attached.
ATTEST:
� 1.0.� �! C.06, > 0' w;�tr -)
JEFFREY R. SMITH, CLERK OF
COURT AND COMPTROLLER
BOARD OF COUNTY COMMISSIONER JY COAr;�;-_
INDIAN RIVER COUNTY, FLORIDA ; �,o�• .
1 r
PETER D. O'BRYAN, CHAIRMAN
APPROVED AS TOFORM & LE AL SUFFICIENCY:
V "�e'x
WILLIAM K DEBRAAL, DEPUTY COUNTY ATTORNEY
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
STATE OF FLORIDA
DEPARTMENT ATTEST: DEPARTMENT OF TRANSPORTATION
BY:
EXECUTIVE SECRETARY BY:
APPROVED:
BY:
DISTRICT PROGRAM MANAGEMENT
ADMINISTRATOR
STEVEN C. BRAUN, P.E.
DIRECTOR OF TRANSOPORTATION DEVELOPMENT
LEGAL REVIEW:
OFFICE OF THE GENERAL COUNSEL
Page 5 of 6
,� TRUE COPY
CERTIFICATION ON LAST PAGE
J.R. SMITH, CLERK FM No: 431521-1-52-02
FEID No: F596000674074
EXHIBIT A
SCOPE OF SERVICES
FM# 431521-1-52-02
The DEPARTMENT shall construct, on behalf of the COUNTY, the following
improvements:
Painting of four (4) mast arms in Federal Highway Green on the construction work along
Oslo Road from SW 8211 Ave to 58`x' Ave, Indian River County, Florida.
THIS REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK
Page 6 of 6
A TRUE COPY
CERTIFICATION ON i.AST
J.R. SMITH, CLERK
EXHIBIT B
HIGHWAY MAINTENANCE MAMORANDUM OF
AGREEMENT (HMMOA)
EXHIBIT B
ATRUE COPY
CERTIFICATION ON LAST PAC'sr
J.R. SMITH, CLERK
SECTION No.:
08061000
FM No.:
X431521-1
AGENCY:
River County
(Indian
C.R. No.:
1606
DISTRICT FOUR
HIGHWAY MAINTENANCE MEMORANDUM OF AGREEMENT
THIS AGREEMENT, entered into this day of , 20_, by and between the
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, a component agency of the State of Florida,
hereinafter called the DEPARTMENT and Wian River County, a political subdivision of the State of
Florida, hereinafter called the AGENCY collectively referred to as Parties.
WITNESSETH:
WHEREAS, the AGENCY has jurisdiction over Oslo Road , as part of the �Iountyroadway system
from 82"d Ave to 158 1h Ave (Kings Highwavl and
WHEREAS, pursuant to Sections 339.07, 339.08 and 339.12, Florida Statutes and Federal funding
provisions the DEPARTMENT is authorized to undertake projects within the AGENCY's geographical
limits and the AGENCY agrees to have this improvement constructed; and
WHEREAS, in accordance with Title 23, U.S. Code, Section 116 and Federal Highway
Administration regulations issued pursuant thereto, there must be an agreement with the AGENCY to
maintain the project; and
WHEREAS, pursuant to such authority, the DEPARTMENT and the AGENCY agrees to have the
DEPARTMENT construct certain improvements more particularly described as Financial Project ID
431521-1j, which involves widening and reconstructing Oslo Road; hereinafter referred to as the
"Project", as more particularly described in Exhibit A; and
WHEREAS, this project is eligible for use of ARPA state funds; and
WHEREAS, pursuant to that certain Right of Way MOA between the AGENCY and the
DEPARTMENT dated July 15, 2021, and all subsequent amendments thereto, the DEPARTMENT will
acquire Right of Way for the project on behalf of AGENCY; and
WHEREAS, upon acquisition of the necessary right-of-way, the DEPARTMENT will proceed to
construct the Project; and
WHEREAS, the Parties hereto mutually recognize the need for entering into an Agreement
designating and setting forth the responsibilities of each party; and
- 1 -
A TRUE COPY
CERTIFICATION ON LAST PAGE
J.R. SMITH, CLERK
WHEREAS, the AGENCY by jResolution on the day of , 20_, a copy
of which is attached hereto as Exhibit B and by this reference made a part hereof, desires to enter into
this Agreement and authorizes its officers to do so.
NOW THEREFORE, for and in consideration of the mutual benefits to flow each to the other, the
Parties covenant and agree as follows:
1. The recitals set forth above are true and correct and are deemed incorporated herein.
2. The DEPARTMENT has undertaken and obtained the approval of Federal participation for the
Project. The AGENCY is responsible for additional Project costs determined to be Federal Aid
Non -Participating.
3. The AGENCY shall allow the DEPARTMENT and its contractors to enter onto the existing AGENCY
property. No further permit or agreement from the Agency shall be required.'
4. The AGENCY shall continue to maintain the existing roadway and any property owned by
AGENCY until the DEPARTMENT begins construction of the Project. The DEPARTMENT shall be
responsible for mowing and litter removal during the duration of the Project.
5. Upon "final acceptance" by the DEPARTMENT of the Project, (as "final acceptance" is described
in the Standard Specifications for Roadway and Bridge Construction dated 2019, as amended),
and Notice thereof to the AGENCY, the AGENCY shall maintain the Project, at its own cost, in
accordance with the following Federally and State accepted standards: (a) FDOT Design Manual
(FDM), current edition (b) Florida Green Book dated 2018, as amended (c) Governing standards
and specifications: FDOT Design Standards dated FY 2022-23, as amended (d) Standard
Specifications for Roadway and Bridge Construction dated 2022, as amended by contract
documents, and (e) Manual on Uniform Traffic Control Devices (MUTCD), current edition, or as
amended. Maintenance of said Project includes maintaining roadway, pavement marking,
lighting, signalization, sidewalk, and drainage systems.
a. The AGENCY grants to the DEPARTMENT all rights necessary to enter and
construct the Project.
b. The Department shall give the AGENCY seven (7) days' notice before final inspection.
The AGENCY will have the opportunity to inspect and identify corrections to the
PROJECT within seven (7) days' notice and the DEPARTMENT agrees to undertake those
corrections prior to final acceptance so long as the corrections comply with the Final
Proposed Construction plans and specification previously approved by both the
DEPARTMENT and the AGENCY.
-2-
ATRUE COPY
CERTIFICATION ON LAST PAGE
J.R. SMITH, CLERK
c. If the project requires one or more permits that are revocable by the permitting entity
and the permitting entity's needs require the removal of the project facility or any
portion of it, either:
i. The facility would be reconstructed or relocated in such a way as to continue
serving the same need (e.g., roadway and sidewalk connectivity) at the Agency's
expense and a funding source would be made available; or
ii. Federal funds would be repaid, again at the Agency's expense. The useful life of
the facility would be determined and a schedule for repayment developed (i.e.,
the amount of repayment necessary for each year of the remaining useful life of
the facility at the time of its removal).
6. Warranties: The DEPARTMENT shall transfer any applicable warranties to the AGENCY.
7. Environmental permitting: If requested by the DEPARTMENT, the AGENCY shall sign as a joint
applicant and be responsible for the permits related to the Project. Further the AGENCY shall be
solely responsible for ensuring that the Project remains in compliance with all permits after the
construction is complete and the right of way is transferred to the AGENCY. To the extent
permitted by law, the AGENCY shall indemnify the DEPARTMENT for any violations by the
AGENCY of any permits issued to the Department or jointly to the AGENCY and the
DEPARTMENT after construction is complete. The AGENCY shall execute all documentation
required by the permitting agencies in a timely manner to accept transfer of the Project. The
AGENCY shall be the applicant for all occupancy permits that are required for the Project.
8. Utilities: The AGENCY shall cooperate with the DEPARTMENT, to the extent necessary, to
accomplish utility relocations for this Project. This shall include, but not be limited to, entering
into utility subordination agreements with the affected utility owners, thereby assuming liability
for future utility relocations within the AGENCY right of way and proposed right of way. At its
own expense, the AGENCY shall comply with any and all request of the DEPARTMENT to provide
written notice to utility owner to initiate work necessary to alleviate interference; to remove or
relocate non-compliant utilities; and to place liens upon non-compliant utility owners within the
AGENCY right of way, as defined in Florida Statues 337.403 and 337.404. The AGENCY shall be
liable and reimburse the DEPARTMENT for any cost incurred by the DEPARTMENT for the
AGENCY's failure to timely comply with said request.
AGENCY'S Utilities: The AGENCY shall relocate and adjust its own utilities including
connection with utility customers. The PARTIES will enter into an agreement to relocate
and adjust utilities. The COUNTY will pay for this work.
9.Signals: The AGENCY shall cooperate with the DEPARTMENT to effect signal and interconnect
connections for the Project.
10. Drainage: Closed drainage system and storm water management ponds shall be maintained per
-3-
A TRUE COPY
CERTIFICATION ON LAST PAGE
J.R. SMITH, CLERK
permit.
11. Unforeseen issues: If unforeseen issues shall arise, the AGENCY shall cooperate with the
DEPARTMENT to the extent necessary to construct the Project. This shall include but not be
limited to the execution of documents; allowing the Department and/or their
contractors/consultants to enter upon the real property owned, leased, possessed and/or
controlled by the Agency upon which the Project is to be constructed or any property adjacent
thereto.
12. E -Verify requirements: The AGENCY:
• 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 AGENCY during the term of the
contract; and
• shall expressly require any contractors 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 during the contract term.
13. This document incorporates and includes all prior negotiations, correspondence, conversations,
agreements, or understandings as represented in the Final Proposed Construction plans,,
Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any
prior representation or agreements whether oral or written.
14. The DEPARTMENT will provide the AGENCY with as-builts as a part of the final acceptance
package.
15. This Agreement shall be governed, Interpreted and construed according to the laws of the State
of Florida.
16. LIST OF EXHIBITS
• Exhibit A: Project Scope
• Exhibit B; AGENCY's Resolution
• Exhibit C: Executed ROW MOA
[This space intentionally left blank.]
-4-
A TRUE COPY
CERTIFICATION ON LAST PAGE
J.R. SMITH, CLERK
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year provided
below.
FOR DEPARTMENT:
FLORIDA DEPARTMENT OF
TRANSPORTATION, DISTRICT FOUR
Bv:
Administrative Assistant: Steven C. Braun, P.E.
Director of Transportation Development
Print Name:
Legal Approval:
ATTEST: Jeffrey R. Smith
Clerk of Court and Comptroller
By:
Deputy Clerk
APPROVED AS TO FORM
AND LEGAL SUFFICIENCY
William K. DeBraal
Deputy County Attorney
District Four Attorney
FOR AGENCY:
BOARD OF COUNTY COMMISIONSERS
INDIAN RIVER COUNTY, FLORIDA
By:
Peter D. O'Bryan
Chairman
This Memorandum of Agreement has been duly authorized and approved on by
Indian River County Resolution No.
-5-
A TRUE COPY
CERTIFICATION ON LAST PAOE
J.R. SMITH, CLERK
SECTION No.: 88061000
FM No.:
01521-1
AGENCY:
Indian River County
C.R. No.:
X606
EXHIBIT A
PROJECT SCOPE
All of the improvements are to be completed by DEPARTMENT within the AGENCY's existing and
proposed right-of-way.
Typical Section
• 2 travel lanes in each direction
• Bike lanes and sidewalk on both sides
Signing and Pavement Markings
Signalization
• New mast arm signal at 66th Avenue
• Signal interconnect
Drainage
• Closed drainage system
• 3 storm water management ponds
Permits
• The FDOT will acquire in the AGENCY's name.
Lighting
• Roadway lighting at signalized intersections
A TRUE COPY
CERTIFICATION ON LAST PAGE
J.R. SMITH, CLERK
SECTION No.: 88061000
FM No.: 431521-1
AGENCY: Indian River County
C.R. No.: 606
EXHIBIT B
AGENCY's Resolution
SECTION No.: 88061000
FM No.: 431521-1
AGENCY: Indian River County
C.R. No.: 606
EXHIBIT C
Executed Right of Way Memorandum of Agreement
TATE OF FLORIDA
;NDIAN RIVER COUNTY
i NIS IS TO CERTIFY THAT THIS IS A TRUE AND CORN EC f
COPY OF THE ORIGINAL ON FILE IN THIS OFFICE.
JEffREY R. SMITH. CLERK