HomeMy WebLinkAbout2025-109Docusign Envelope ID: 200E2118-0363-455B-9E81-07A77B88B85C
FM No: 445618-1-52-01
FEID No: VF -596-040-674-074
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
LOCALLY FUNDED AGREEMENT
THIS Locally Funded Agreement ("Agreement"), entered into this 29th day of May
20 25 , by and between the State of Florida Department of Transportation hereinafter called the
DEPARTMENT, and Indian River County (IRC) located at 1801 27th Street, Vero Beach, FI 32960
hereinafter called the PARTICIPANT.
WITNESSETH
WHEREAS, the DEPARTMENT and the PARTICIPANT are desirous of having the PARTICIPANT
provide financial assistance to the DEPARTMENT for work relating to the disposal cost associated
with the use of old bridge material for artificial reef purposes. The project also enhances drainage
systems and increases vertical clearance to improve resiliency, while adding shoulders and shared use
paths to boost safety FM Number 445618-1-52-01, Funded in Fiscal Year 2026. The full scope of the
improvements are outlined in Exhibit A "Scope of Services", which is hereby attached and incorporated
into this Agreement and hereinafter referred to the "Project"; and
WHEREAS, the PARTICIPANT has agreed to provide the DEPARTMENT with a Lump Sum financial
contribution toward the Project; and
WHEREAS, the Project is serves the interest of both parties and the parties agree that and it would be
more practical, expeditious, and economical for the DEPARTMENT to perform such activities; and
WHEREAS, the PARTICIPANT by Resolution Item No. Z O `- -- 019 dated the 7-6
day of %A 2:�� 20 25— , a copy of which is attached hereto and made a part hereof as
Exhibit B, authorizes the Director, or designee to enter into this Agreement.
NOW, THEREFORE, in consideration of the mutual benefits to be derived from 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, Participant direction and Local laws, rules, regulations,
guidelines and standards. In accordance with the USACE permits (SAJ-2016-02916, and
SAJ-2004-04393 and updates as applicable) for the artificial reefing locations attached
hereto and incorporated into this Agreement as Exhibit C, of this Agreement, the
DEPARTMENT will ensure that all work on the Project complies with applicable Federal
and State laws,
Docusign Envelope ID: 200E2118-0363-455B-9E81-07A77B88B85C
3. The DEPARTMENT shall afford the PARTICIPANT and their Federal Partner the opportunity
to participate in pre -construction and progress Meetings and to observe and/or inspect the work
being funded under this Agreement. The Department shall also timely provide copies of all
requested Contract Documents including but not limited to: Executed Contracts, Submittals,
Requests for Information (RFIs), Value Engineering (VE) Proposals, Substitution Requests,
Change Requests, Inspection Reports, Quality Assurance Reports, and Quality Control
Reports. Additionally, the DEPARTMENT shall afford the PARTICIPANT the opportunity to
review solicitations prior to posting by the DEPARTMENT for the purpose of ensuring that the
Department's procurement documents comply with the applicable Federal labor standards
including but not limited to 40 U.S.C. 3141-3148 and 40 U.S.C. 3701-3708 (revising, codifying,
and enacting without substantive change the provisions of the Davis -Bacon Act (formerly 40
USC 276 (a) et seq.), the Contract Work Hours and Safety Standards Act (formerly 40 USC 327
et seq.), and the Copeland Anti -Kickback Act (formerly 40 USC 276(c). The DEPARTMENT
shall afford the PARTICIPANT the opportunity to audit the payroll records received by
DEPARTMENT to ensure that the payroll records are compliant. The Department shall provide
copies of certified payroll records.
4. The PARTICIPANT agrees to make all previous studies, maps, drawings, surveys and
other data and information pertaining to the use of bridge demolition material being used
for the County's Artificial Reef program available to the DEPARTMENT at no extra cost.
5. 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 PARTICIPANT input in its decisions.
6. The total estimated cost of the Project is ONE HUNDRED -EIGHTEEN MILLION SIXTY-
SEVEN THOUSAND SIX HUNDRED TWENTY-EIGHT DOLLARS AND NO CENTS
($118,067,628.00). The PARTICIPANT'S Lump Sum contribution of TWO HUNDRED
NINETEEN THOUSAND AND NO CENTS ($219,000.00) shall be paid to the
DEPARTMENT. In the event the Project is removed from the DEPARTMENT'S 5 -Year
Work Program, prior to the start of construction activities and provided that no costs
have been incurred by the DEPARTMENT in connection with the Project, the
DEPARTMENT shall refund to the PARTICIPANT the full amount of the advance
deposit made pursuant to this Agreement.
(A) The PARTICIPANT agrees that it will furnish the DEPARTMENT with a wire transfer
in the amount of TWO HUNDRED NINETEEN THOUSAND AND NO CENTS
($219,000.00) on or before July 25,2025 for the Project.
Remittance shall be made payable to the Department of Transportation. Payment shall
be clearly marked to indicate that it is to be applied to FM Number 44561815201.
The DEPARTMENT shall utilize this amount towards costs of Project No. 445618-1-
52-01
Docusign Envelope ID: 200E2118-0363-455B-9E81-07A77B88B85C
Wire transfer/Payments are to be made to:
Wells Fargo Bank, N.A.
Account # 4834783896
ABA # 121000248
Chief Financial Officer of Florida
Re: DOT — K 11-78, Financial project # 445618-1-52-01
In order 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, please contact Morgan Harris at 850-414-4861. In
addition to calling Ms. Harris, the PARTICIPANT shall send an email notification to
D4-IfaCa.dot.state.fl.us stating the day and time the wire transfer was sent.
(B) The DEPARTMENT intends to have its final and complete accounting of all costs incurred
in connection with the work performed here under within three hundred sixty (360) days
of final payment to the Contractor(s). The DEPARTMENT considers the Project
complete when the final payment has been made to the Contractor(s), not when the
construction work is complete. The County's total lump sum contribution shall not
exceed TWO HUNDRED NINETEEN THOUSAND AND NO CENTS ($219,000.00). All
Project cost records and accounts shall be subject to audit by a representative of the
PARTICIPANT for a period of three (3) years after final close out of the Project. The
PARTICIPANT will be notified of the final cost.
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 PARTICIPANT 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 PARTICIPANT and the DEPARTMENT until the Project (FM# 4456181-52-01)
is completed as evidenced by the written acceptance of the DEPARTMENT.
Docusign Envelope ID: 200E2118-0363-455B-9E81-07A77B88B85C
10. The PARTICIPANT warrants that it has not employed or obtained any company or person,
other than bona fide employees of the PARTICIPANT, 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 PARTICIPANT. For breach or violation of this
provision, the DEPARTMENT shall have the right to terminate the Agreement without
liability.
11. The PARTICIPANT / 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 PARTICIPANT / 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:
The remainder of this page left intentionally blank.
Docusign Envelope ID: 200E2118-0363-455B-9E81-07A77B88B85C
If to the DEPARTMENT:
Florida Department of Transportation - District Four
3400 West Commercial Blvd.
Fort Lauderdale, Florida 33309-3421
Attn: Loren Hughes, Local Program Coordinator
With a copy to: Binod Basnet, FDOT Project Manager
A second copy to: Office of the General Counsel
If to the PARTICIPANT:
Indian River County
1801 27th Street
Vero Beach, FI 32960
Attn: Eric Charest
With a copy to: Attorney
The remainder of this page left intentionally blank.
Docusign Envelope ID: 200E2118-0363-455B-9E81-07A77B88B85C
IN WITNESS WHEREOF,
EOF, this Agreement is to be, executed by the parties. below for the purposes
specified . herein. Authorization has been given to enter into and execute this Agreement by Resolution No.
2025-019 , hereto attached.
BOARD OF COUNTY COMMISSIONERS OF
BOARD OF COUNTY. COMMISSIONERS OF STATE OF FLORIDA
INDIAN RIVER COUNTY DEPARTMENT OF TRANSPORTATION
BY:
ATTEST:.
RYAN BUTLER, CLERK OF COURT(SEAL)
APPROVED:
iHN P. KRANE, P:E.
RECTOR OF TRANSPORTATION
LEGAL REVIEW:
BY: ESigned by,
f43DEIBSB3�3BWS4"O"
FRANCINE STEELMAN
OFFICE OF THE GENERAL COUNSEL
APPROVED:
Initial
DocuSigned by:
mit& ('6 MG
BY: ami:4 BY: E' Nb
-r57988QF6F41
JENER S g-'H-ULER, COUNTY ATTORNEY DISTRICT PROGRAM MGMT. MT. ADMINISTRATOR