HomeMy WebLinkAbout1999-015i
40
FM No: 40369011/54/01 F.A. No: MIA
Fund Code; DS
Contract No:
Vendor No: VF596 000 674 006
STATE OF FLORIDA DEPARTMENT OF TRANSPOR'T'ATION
AND
INDIAN RIVER COUNTY
JO P1T PARTICIPATION AGREEMENT
THIS AGREEMENT, entered into this day of 11999, by and between the
State of Florida Department of Transportation hereinafter called the DEPARTMENT, and Indian
River County, State of Florida, located at 1840 25th Street, Vero Beach, Florida, 32960
hereinafter called the COUNTY.
l�}►rru�.�y�sr��
WHEREAS, the DEPARTMENT and the COUNTY are desirous of having the COUNTY make
certain improvements at the intersections of State Road 60 (Osceola Boulevard) and 74th Avenue
(MP 25.074), Indian River Estates (MP 24.938), and Village Green West Estates (MP 25.252) in
Indian River County, Florida ( State FM No. 403690/1154101) ; and ,
WHEREAS, the DEPARTMENT is prepared to contribute funds toward construction and
construction engineering and inspection of improvements consisting of ; the construction of a
fully actuated traffic signal with a pole/mast arm type traffic signal support system and associated
hardware to be fully integrated into the Indian River County Traffic Signal System at the
intersection of State Road 60 (Osceola Boulevard) and 74th Avenue/ Range Line Road (MP
25.074);
do
[-I
Change the full median opening at Village Green West Estates (MP 25.252) to a westbound
directional median opening and close the median opening at Indian River Estates (MP 24,938).
These median opening, changes are consistent with Access Management Master Plan, W.P.I.
No. 4119195, State Project No. 99904-1578 . These improvements are in Indian River County
and are hereinafter referred to as the PROJECT; and,
WHEREAS, the construction of these improvements are in the interest of both the
DEPARTMENT and the COUN'T'Y and it would be more practical, expeditious, and economical
for the COUNTY to perform such activities; and,
WHEREAS, the COUNTY by resolution —'� 7-0.5 , Irl _, a copy of which is attached
hereto and made a part hereof, authorizes the COUNTY 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:
I . The recitals set forth above are true and correct and are deemed incorporated herein.
2. The COUNTY shall provide all design services necessary for completion of the
PROJECT.
3. The COUNTY shall obtain any pennits necessary to complete the PROJECT.
2
CA
4W
4. The COUNTY shall make available to the DEPARTMENT upon request any existing,
plans relevant to the COUNTY'S design and construction activities. Prior to construction,
the Department shall approve plans which reflect the traffic signal installation and median
revisions. The COUNTY will be responsible for verifying the accuracy of any PROJECT
related plans prepared on the COUNTY'S behalf, and shall revise them as necessary to
reflect 'as -built' conditions upon completion of construction. Project plans that have been
modified to reflect `as built' conditions shall be provided to the Department.
The DEPARTMENT agrees to reimburse the COUNTY for costs associated with
construction and construction engineering and inspection of the aforementioned
improvements in two payments as follows;
o Aftcr a construction Contractor is selected by the COUNTY but prior to the award
of the contract by the COUNTY, the COUNTY shall advise the DEPARTMENT
as to the date by which the COUNTY intends to award the Construction Contract.
The DEPARTMENT shall, within ninety (90) clays of the COUNTY'S award of
the Construction Contract, and upon receipt of a properly documented invoice,
provide reimbursement to the COUNTY in in arno»nt not to exceed $ 100,000.00.
This represents 50 % of the DEPARTMENT'S Total Project Contribution.
C-1
O
o The DEPARTMENT shall, upon inspection and acceptance of all project -related
construction, and upon receipt of a properly documented invoice provide
reimbursement to the COUNTY in an amount not to exceed $ 160.000.00.
This represents the remaining 54 % of the DEPARTMENT'S Total Project
Contribution.
o PROJECT costs in excess of the DEPARTMENT's Total Project
Contribution shall be the sole responsibility of the COUNTY.
The DEPARTMENT'S TOTAL, PROJECT CONTRIBUTION provided for work perfortned
under this Agreement shall not exceed TWO HUNDRED THOUSAND DOLLARS
(S200,000.06).
6. The DEPARTMENT shall have ten (10) working days to approve any invoice submitted
by the COUNTY. PROJECT costs eligible for DEPARTMENT participation will be
allowed only from the date of final execution of the Agreement. Travel expenses are not
authorized in this AGREEMENT. The COUNTY shall submit invoices for fees and
other compensation for services or expenses in detail sufficient fnr a proper pre-asadit and
post -audit thereof. Invoice(s) shall be submitted to the State of Florida, Department of
Transpurtation, at 3400 West Commercial Boulevard, Fort Lauderdale, Florida 33309.
Attention: Jonathan M. Overton, P.E., District Traffic Studies Engineer.
i
7. This AGREEMENT and any interest herein small 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.
8. This AGREEMENT shall continue in effect and be binding to both the CO1.INTY and the
DEPARTMENT until the PROJECT is completed and appropriate reimbursements are
made.
9. The DEPARTMENT shall make payment to "Indian River County Board of County
Commissioners" and forward to Attention: Chris Maga, Traffic Engineering Division,
1840 25th Street, Vero Beach, Florida 32964-3365.
10. 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 he nAld on such contract. The DEPAP71,11E T shall .
reC(illrc a siaivtnCnt
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 sciviccs to be rendered or agreed to
be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim
ti
•
i
in all contacts of the DEPARTMENT which are for an amount in excess of $25,000 and
which have a term for a period of more than one ( 1) year.
11. Records of costs incurred under the 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 three 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 Contractor's general accounting records and the project records, together with
supporting documents and records of the Contractor and subcontractors performing work
on the project, and all other records of the Contractor and subcontractors considered
necessary by the Department for the proper audit of costs.
12. The DEPARTMENT may cancel this AGREEMENT for refusal of the COUNTY to
allow public access to all documents, papers, letters, or other material subject to the
provisions of Chapter 119 of the Florida Statutes, made or reviewed by the COUNTY in
conjunction with this AGREEMENT sand shall make provisions in its AGREEMENTS
with its consultants and sub -consultants to terminate for failure to comply with this
provision.
13, 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 fade employee employed by the COUNTY. For breach or violation of this
C-1
410
provision, the DEPARTMENT shall have the right to terminate the AGREEMENT
without liability.
14. To the extent allowed by the Laws of Florida, the COUNTY hereby agrees to indemnify,
defend, save, and hold harmless the DEPARTMENT from all claims, demands liabilities,
and suits of any nature arising out of, because of, or due to any negligent or intentional act
and/or occurrence, omission, or commission of the COUNTY, its agents, or employees.
It is specifically understood and agreed that this indemnification clause does not cover or
indemnify the DEPARTMENT for its own negligence.
15. This AG=REEMENT is governed by and construed in accordance with the laws of the
State of Florida.
16. Section 215.422(5), Florida Statutes, request the DEPARTMENT to include a statement
of vendor rights in this AGREEMENT. The COLTNTY is hereby advised of the
following time frames. Upon receipt, the DEPARTMENT has ten (10) days to inspect
the goods and services provided by the COUNTY. The DEPARTMENT has twenty (20)
days to deliver a request for payment to the Department of Banking and Finance. The
twenty days are measured from the latter of the date the invoice is received or the goods
and services are received, inspected and approved by the DEPARTMENT.
If payment is not available within forty (40) days, a separate interest penalty at a rate as
established pursuant to Section 215.422 (3)(b), Florida Statutes, will be due and payable,
7
in addition to the invoice amount, to the COUNTY. Interest payments of less than one
(1) dollar will not be enforced unless the County requests payment. Invoices which have
to be returned to the COUNTY because of invoice preparations errors will result in a
delay in the payment. The invoice payment requirements do not start until a properly
completed invoice is provided the DEPARTMENT.
A Vendor Ombudsman has been established with the Department of Banking and
Finance, the duties of this individual include acting as an advocate of the COUNTY in
the event that the COUNTY may be experiencing problems in obtaining timely payments
from the DEPARTMENT. The Vendor Ombudsman may be contacted at (850) 488-2924
or by calling the State Comptroller's Hotline (1-800-848-3792).
17. This document incorporates and includes all prior negotiations, correspondence,
conversations, AGREEMENTS, or understanding applicable to the matters contained
herein, and the parties agree that there are no commitments, AGREEMENTS or
understanding concerning the subject matter of this AGREEMENT that are not contained
in this document. Accordingly, it is agreed that no deviation from the terns 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.
40
18. The Department agrees to pay the COUNTY for the services herein described at a
compensation as detailed in this Agreement. Payment shall be made only after receipt and
approval of goods and services unless advance payments are authorized by the Stake
Comptroller under Section 215.422( 14), Florida Statutes.
19. 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 6
months from the date of being placed on the convicted vendor list.
173
40
0
20. 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:
District Four
Florida Department of Transportation
3400 West Commercial Boulevard
Fort Lauderdale, Florida 33309
Attn: Ms. Teresa Martin, Contractual Services Coordinator
With a copy to: Mr. Jonathan M. Overton, FDOT Project Manager
A second copy to: District General Counsel
If to the COUNTY:
Indian River County
Traffic Engineering Division
1940 25th Street
Vero Beach, Florida 32950-3365
Attn: Mr. Chris Mora, P.E., County Project Manager
With a copy to ; County Attorney
4D
IN WITNESS WHEREOF, the COUNTY has caused this Joint Participation Agreement to be
executed in its behalf thisI� day of , 1997, by the Board of County
Commissioners, and the DEPARTMENT ha xecuted this oint Participation Agreement
through its District Secretary for District Four, Florida Department of Transportation, this
day of 199XI The effective date of this AGREEMENT shall be the date
the last party to this Agreement has signed.
BOARD OF COUNTY COMMISSIONERS STATE OF FLORIDA
INDIAN RIVER COUNTY DEPARTMENT OF TRANSPORTATION
BY: BY:
414AIRPE�RSON
KENNETH R. MACHT
G"I.y.*Im
COUNT] LERK (SEAL)
APPROVED:
BY:
COUNTY ATTORNEY
DISTRICT SECRETARY
ATTEST:
EXECUTIVE SECRETARY (SEAL)
DATE OF EXECUTION
APPROVED:
DIRECTOR OF ADMINISTRATION
APPROVED: (AS TO FORM)
BY:
DISTRICT LEGAL COUNSEL
CI
40
io%REsoga,uavoGarm
RESOLUTION NO. 0"3
A RESOLUTION OF THE BOARD OF COUNTY
COMMISSIONER$ OF INDIAN RWER COUNTY,
FLORIDA, APPROVINU A JOINT PARTICIPATION
AGREEMENT WITH THE FLORIDA DEPARTMENT
OF TRANSPORTATION FOR A NEW TRAFFIC
SIGNAL AT STATE ROAD 80 AND 74TH AVENUE
WITH ASSOCIATED MEDIAN REVISIONS.
WHEREAS, the Fladds Deparlmonl of Transponalion and Indlan
Rhror County are desImus of making signal improvements at tho inlemec'rwn of
Stale Road 80 and 741h Avenue and associated median raviskns,
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
COUNTY COMMISSIONERS OF 114DIAN RIVER COUNTY, FLORIDA, that the
Joint Participogan Agreement betwean the State of Florida Departmow of
Transportation and Indlan Rlvor County idonglWd as FM No. 40388011154MI is
hareby approved and Ure Chairman is Authorized to execute same.
The foregoing fDwltltlon was offs rod by CommiselDner Adams and
seconded by Commisskner Glnn and, upon being put to a vole, the vale was as
Follows:
Korwolit R. Macht, Chelrman Aye
Fran B. Adams, Vice Chairman Aye
Caroline D. Ginn Aye.
Jahn W. Tippin Aye
Ruth M. Slanbridge Aye
The Chalrroen thwoupon dodared the fosolutkn duty passed and
adoplad this 12th day of Jenuafy,1888.
BOARD OF COUNTY COMMISSIONERS
INDM RIVER COUNTY, FLORIDA
By
nnelh R. Macri Chairman
ATTEST,,
��. K. anall-J�-�•
R*'-�
�MN
MsWIN
wmwl