HomeMy WebLinkAbout2007-134 Contract No. : ASR '
Catalog of State Domestic Assistance No. : 55 .009 Financial Project No. : 420080- 1 -58-01
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
SMALL COUNTY OUTREACH PROGRAM AGREEMENT
THIS AGREEMENT , entered into this I V" day of Mcii (
200 , by and between the STATE OF FLORIDA DEPARTMENT TRANSPORTATION ,
hereinafter referred to as the " DEPARTMENT", and INDIAN RIVER COUNTY , hereinafter referred to
as the "COUNTY" .
WITNESSETH
WHEREAS , the DEPARTMENT has the authority, under Section 334. 044, Florida Statutes , to
enter into this Agreement; and
WHEREAS , the Small County Outreach Program has been created by Section 339 .2818 ,
Florida Statutes, to provide funds to counties to assist small governments in resurfacing or
reconstructing county roads or in constructing capacity or safety improvements to county roads; and
WHEREAS , the COUNTY has certified to the DEPARTMENT that it has met the eligibility
requirements of said Section 339. 2818, Florida Statutes ; and
WHEREAS , the DEPARTMENT is willing to provide the COUNTY with financial assistance
under Financial Project No . 420080-1 -58-01 for Resurfacing of Old Dixie Highway from Oslo Road
(9`h Street S .W.) to 16`h Street, including Reconstruction of paved shoulders, hereinafter referred
to as the "PROJECT , " in accordance with Section 339 .2818 , Florida Statutes ; and
WHEREAS , the COUNTY by Resolution No . 2007 - 037 dated the 17th day of
Apri 1 2007 a copy of which is attached hereto and made a part hereof, has
authorized the Chairman of its Board of Commissioners to enter into this Agreement.
NOW , THEREFORE , in consideration of the mutual covenants, promises, and representations
contained herein , the parties agree as follows:
1 . SERVICES AND PERFORMANCE
A. The COUNTY shall furnish the services with which to construct the PROJECT. Said PROJECT
consists of: CONSTRUCTION (Resurfacing) AND CONSTRUCTION ENGINEERING INSPECTION
(CEI) SERVICES , and as further described in Exhibit "A", Scope of Services attached hereto and made
part hereof.
B . The COUNTY shall be responsible for the construction of the PROJECT in accordance with all
applicable federal , state and local statutes, rules and regulations, including COUNTY'S standards and
specifications . The COUNTY shall be responsible for obtaining clearances/permits required for the
construction of the PROJECT from the appropriate permitting authorities . Upon completion of the
PROJECT, the COUNTY shall certify to the DEPARTMENT that the PROJECT has been completed in
accordance with the foregoing standards and specifications.
C . The DEPARTMENT will be entitled at all times to be advised , at its request, as to the status of
work being done by the COUNTY and of the details thereof. Coordination shall be maintained by the
'COUNTY with representatives of the DEPARTMENT.
1 OF 6
D . The DEPARTMENT must approve any consultant and/or contractor scope of services prior to
advertising by the COUNTY. The DEPARTMENT'S written approval must be obtained before selecting
any consultant and/or contractor for the PROJECT. The COUNTY must certify that the consultant has
been selected in accordance with the Consultants ' Competitive Negotiation Act (Section 287 .055 ,
Florida Statutes ). Contractors must be pre-qualified by the DEPARTMENT as required by Section 2 of
the Standard Specifications for Road and Bridge Construction (2000) , as amended .
E . The COUNTY shall not sublet, assign or transfer any work under this Agreement without prior
written consent of the DEPARTMENT .
F. All notices under this Agreement shall be directed to the following addresses :
TO DEPARTMENT: TO COUNTY:
Leos A. Kennedy, Jr. James W. Davis, P. E.
Florida Dept. of Transportation Indian River County- Public Works Dept.
3400 W. Commercial Blvd . 1840 25" Street
Ft. Lauderdale, Florida 33309 Vero Beach, Florida 32960-3365
2. TERM
A. 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 is completed as evidenced by
the written acceptance of the DEPARTMENT or December 30, 2008, whichever occurs first, or if
terminated in accordance with Paragraph 6 .
B . This Agreement shall not be renewed . Any extension shall be in writing and executed
by both parties, and shall be subject to the same terms and conditions set forth in this Agreement.
3. COMPENSATION AND PAYMENT
A. The total estimated project cost is EIGHT HUNDRED FORTY THREE THOUSAND ONE
HUNDRED TWENTY FIVE DOLLARS ($843, 125.00). The DEPARTMENT will fund 75% of the
estimated cost of the PROJECT which is SIX HUNDRD THIRTY TWO THOUSAND THREE
HUNDRED FORTY FOUR DOLLARS ($632, 344.00), for Construction and CEI services. If the bid
awarded by the COUNTY exceeds the estimate, the DEPARTMENT will participate in 75% of the bid
up to 110% of the estimate . The COUNTY agrees to bear all expenses in excess of the
DEPARTMENT'S participation .
B . The COUNTY shall submit one invoice (5 copies ) in detail sufficient for pre-audit and post-
audit plus supporting documentation required by the DEPARTMENT to the Project Manager for
approval and processing :
X monthly,
C. The COUNTY'S matching participation is in the form of:
X Funds equal to 25% of the project costs plus the remaining portion of the accepted bid
amount exceeding the DEPARTMENT'S participation .
D. Payment shall be made only after receipt and approval of goods and services unless advance
payments are authorized by the DEPARTMENT'S Comptroller under Section 334.044 (29), Florida
Statutes.
E . The COUNTY will only be reimbursed fordirect costs (this excludes general and administrative
overhead ). All costs charged to the PROJECT shall be supported by properly executed payrolls, time
2 OF 6
records , invoices, contracts or vouchers evidencing in proper detail the nature and propriety of the
charges. Bills for fees or other compensation for services or expenses shall be submitted in detail
sufficient for a proper pre-audit and post-audit thereof.
F . The DEPARTMENT shall have the right to retain out of any payment due the COUNTY under
this Agreement an amount sufficient to satisfy any amount due and owing to the DEPARTMENT by
the COUNTY on any other Agreement between the COUNTY and the DEPARTMENT.
G . The COUNTY must submit the final invoice to the DEPARTMENT within 180 days after the
final acceptance of the project. Invoices submitted after the 180-day time period will not be paid .
H . Pursuant to Section 287.0582 , the DEPARTMENT'S obligation to pay underthis Agreement is
contingent upon an annual appropriation by the Florida Legislature .
I . The COUNTY in providing goods and services to the DEPARTMENT should be aware of the
following time frames . Upon receipt, the DEPARTMENT has five ( 5) working days to inspect and
approve the good and services, unless the Agreement specifies otherwise . The DEPARTMENT has
20 days to deliver a request for payment (voucher) to the Department of Financial Services . The 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 payment is not available within 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 COUNTY. Interest penalties of less than one ( 1 )
dollarwill not be enforced unless the COUNTY requests payment. Invoices which have to be returned
to the COUNTY because of COUNTY preparation errors will result in a delay in the payment. The
invoice payment requirements do not start until a properly completed invoice is provided to the
DEPARTMENT.
J . A Vendor Ombudsman has been established within the Department of Financial Services. The
duties of this individual include acting as an advocate for contractors/vendors who may be
experiencing problems in obtaining timely payments(s) from a state agency. The Vendor Ombudsman
may be contacted at (850 ) 410-9724 or by calling the Department of Financial Service's Hotline at 1 -
800-848-3792.
K. 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 COUNTY'S general
accounting records and the project records, together with supporting documents and records of the
COUNTY and all subcontractors performing work on the project, and all other records of the COUNTY
and subcontractors considered necessary by the DEPARTMENT for a proper audit of costs.
L. The DEPARTMENT, during any fiscal year, shall not expend money, incurany 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 orwritten , made in
violation of this subsection is null and void , and no money may be paid on such contract. The
DEPARTMENT shall require a statement from the Comptroller of the DEPARTMENT that funds are
available prior to entering into any such contract or other binding commitment of funds. Nothing
herein contained shall prevent the making of contracts for periods exceeding one year, but any
contract so made shall be executory only for the value of the services to be rendered or agreed to be
paid for in succeeding fiscal years .
M . 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
3 OF 6
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 36 months
from the date of being placed on the convicted vendor list.
N . 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, and may not transact
business with any public entity.
O . Any unexpended funds remaining at the completion or earlier termination of this Agreement
shall be returned to the DEPARTMENT within 30 days of the completion or earlier termination of the
Agreement.
4. INDEMNITY AND INSURANCE
A. i ) When either party receives notice of claim for damages that may have been caused by
the other party in the performance of services required under this Agreement, that party will
immediately forward the claim to the other party. Each party will evaluate the claim , and report its
findings to each other within fourteen ( 14) working days and jointly discuss options in defending the
claim . A party's failure to promptly notify the other of a claim will not act as a waiver or any right
herein .
ii ) The COUNTY agrees to include the following indemnification in all contracts with
contractors/subcontractors, consultants/sub-consultants, who perform work in connection with this
Agreement:
"The consultants, subconsultants, contractors and subcontractors shall indemnify, defend , save and
hold harmless the DEPARTMENT and all of its officers , agents or employees from all suits, actions ,
claims , demands , liability of any nature whatsoever arising outof, because of, ordue to any negligent
act or occurrence of omission or commission of the consultants , subconsultants , contractors and
subcontractors , their officers, agents or employees . Neither the consultants , subconsultants,
contractors, subcontractors, nor any of its officers , agents or employees will be liable under this
section for damages arising out of injury or damage to persons or property directly caused or resulting
from the sole negligence of the DEPARTMENT or any of its officers, agents or employees . "
B . LIABILITY INSURANCE : The COUNTY shall carry and keep in force during the period of this
Agreement a general liability insurance policy or policies with a company or companies authorized to
do business in Florida , affording public liability insurance with combined bodily injury limits of at least
$ 100 ,000 per person and $300, 000 each occurrence, and property damage insurance of at least
$50 ,000 each occurrence , for the services to be rendered in accordance with this Agreement. In
addition to any other forms of insurance or bonds required under the terms of the agreement, when it
includes construction within the limits of a railroad right-of-way, the COUNTY must provide or cause its
contractor to provide insurance coverage in accordance with Section 7- 13 of the DEPARTMENT'S
Standard Specifications for Road and Bridge Construction (2000 ), as amended .
C . WORKER'S COMPENSATION : The COUNTY shall also carry and keep in force Worker's
Compensation insurance as required for the State of Florida under the Worker's Compensation Law.
5. COMPLIANCE WITH LAWS
A. The COUNTY shall allow public access to all documents, papers , letters, or other material
subject to the provisions of Chapter 119 , Florida Statutes, and made or received by the COUNTY in
conjunction with this Agreement. Failure by the COUNTY to grant such public access shall be
grounds for immediate unilateral cancellation of this Agreement by the DEPARTMENT.
4 OF 6
B. The COUNTY shall comply with all federal , state and local laws and ordinances applicable to
the work or payment for work thereof, and shall not discriminate on the grounds of race, color, religion ,
sex or national origin in the performance of work under this Agreement.
C. No funds received pursuant to this Agreement may be expended for lobbying the Legislature ,
the judicial branch, or a state agency.
D . The COUNTY and the DEPARTMENT agree that the COUNTY, its employees , agents ,
contractors, subcontractors , consultants , and/or subconsultants are not agents of the DEPARTMENT
as a result of this Agreement for purposes other than those set out in Section 337. 274, Florida
Statutes .
E . The COUNTY will comply with the Federal and State Audit provisions set forth in Exhibit " B"
are attached hereto and made part of this Agreement.
6. TERMINATION AND DEFAULT
A. This Agreement may be terminated by either party upon default by the other party. Further,
this Agreement may be terminated 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 this Agreement in the event the COUNTY 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.
B. If the Agreement is terminated before performance is completed , the COUNTY shall be paid
for any remainder of actual costs incurred that have not been invoiced or paid , for work satisfactorily
performed .
7. MISCELLANEOUS
A. All words used herein in the singular form shall extend to and include the plural. All words
used in the plural form shall extend to and include the singular. All words used in any gender shall
extend to and include all genders .
B . The DEPARTMENT shall not be obligated or liable hereunder to any party not a party to this
Agreement.
C . In no event shall the making by the DEPARTMENT of any payment to the COUNTY constitute
or be construed as a waiver by the DEPARTMENT of any breach of covenant or any default which
may then exist, on the part of the COUNTY, and the making of such payment by the DEPARTMENT
while any such breach or default shall exist shall in no way impair or prejudice any right or remedy
available to the DEPARTMENT with respect to such breach or default.
D . This document incorporates and includes all prior negotiations , correspondence ,
conversations, agreements, or understandings applicable to the matters contained herein , and the
parties agree that there are no commitments, agreements or understandings concerning the subject
matter of this Agreement that are not contained in this document. Accordingly, it is agreed that no
deviation from the terms hereof shall be predicated upon any prior representation or agreements
whether oral or written . It is further agreed that no modification , amendment or alteration in the terms
or conditions contained herein shall be effective unless contained in a written document executed with
the same formality and of equal dignity herewith .
5 OF 6
E. If any part of this Agreement shall be determined to be invalid or unenforceable by a court of
competent jurisdiction or by any other legally constituted body having the jurisdiction to make such
determination , the remainder of this Agreement shall remain in full force and effect provided that the
part of this Agreement thus invalidated or declared unenforceable is not material to the intended
operation of this Agreement.
F . This Agreement shall be governed by and construed in accordance with the laws of the State
of Florida . Venue of any judicial proceedings arising out of this Agreement shall be in Broward
County, Florida , or as otherwise agreed to by the parties.
G . This Agreement shall be effective upon execution by both parties.
IN WITNESS WHEREOF, the COUNTY has caused this Agreement to be executed in its behalf this
17thday of April , 200 7 , by the Chairman of the Board of Commissioners ,
authorized to enter into and execute same by Resolution Number 2007 - 037 of the Board on
the 17th day of Apri 1 , 2007 and the DEPARTMENT has executed this
Agreement through its District's Director of Administration , District Four, Florida Department of
Transportation . The effective date of this AGREEMENT shall be the execution date by the
DEPARTMENT as stated on Page 1 of this AGREEMENT.
APPROVED AS TO FORM
AND LEGAL FF�CIE Y
INDIAN RIVER COUNTY, FLORIDA
BY
WILLIAM K . DEBRAAL
ASSISTANT COUNTY ATTORNEY
ATTEST:,, � X (SEAL ) BY:
ERK jX BASTON C RMAN , BOARD OF
C NTY` COMMISSI F
6 �9�qi
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION a Z
S�PSOF F�gj�9•
ATTEST: S p c, FTRpNs
EXECUTIVE SECRETA 's ( s e B DIRE OR OFT ANSPORTATI N
47- OF 7RA�yQ�
DEV OPMENT - DISTRICT FOUR
APPROVED : APPROVED : (As to Form )
BY: BY: 1
PROFESSIONAL SERVICES DIST NERAL COUNSEL
ADMINISTRATOR
6 OF 6
Exhibit "A"
Scope of Services
The project includes construction funds to asphalt resurfacing of the existing paved 2 and
3 lane (at intersections) roadway of Old Dixie Highway from Oslo Road (9t St SW) to
16th Street. The work includes reconstructing and resurfacing paved shoulders .
Restriping of pavement markings and necessary signage work will be completed by
County crews. Signing and marking proposed by County to be done with County as part
of 25% match.
Exhibit " B"
FEDERAL ANDIOR STATED FUNDED CONTRACTS
The administration of resources awarded by the Department to INDIAN RIVER COUNTY may be subject to
audits and /or monitoring by the Department, as described in this section .
MONITORING
By entering into this agreement, the recipient agrees to comply and cooperate fully with any monitoring
procedures/ processes deemed appropriate by the Department. In the event the Department determines that
a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional
instructions provided by the Department staff to INDIAN RIVER COUNTY regarding such audit. INDIAN RIVER
COUNTY further agrees to comply and cooperate with any inspections, reviews, investigations, or audits
deemed necessary by the FDOT' s Office of Inspector General (OIG ) and Florida 's Chief Financial Officer (CFO )
or Auditor General.
AUDITS
PART I : STATE FUNDED
Recipients of state funds (i . e. a nonstate entity as defined by Section 215 . 97(2 ) (1 ) , Florida Statutes ) are to
have audits done annually using the following criteria :
1 . In the event that the recipient expends a total amount of state financial assistance equal to or in
excess of $ 500, 000 in any fiscal year, 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 the CFO ; and Chapters 10. 550 (local governmental entities) or
10. 650 (nonprofit and far-profit organizations) , Rules of the Auditor General . This agreement
indicates state financial assistance awarded through the Department by this agreement. In
determining the state financial assistance expended in its 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 nonstate entities. State financial assistance does not
include Federal direct or pass-through awards and resources received by a nonstate entity for Federal
program matching requirements .
2. In connection with the audit requirements addressed in Part I , paragraph 1 , the recipient shall ensure
that the audit complies with the requirements of Section 215 . 97(7) , Florida Statutes. This includes
submission of a financial reporting package as defined by Section 215 . 97(2) (d ) , Florida Statutes , and
Chapters 10. 550 (local governmental entities) or 10. 650 (nonprofit and for- profit organizations) , Rules
of the Auditor General .
3 . If the recipient expends less than $500 , 000 in state financial assistance in its fiscal year, an audit
conducted in accordance with the provisions of Section 215 . 97, Florida Statutes, is not required .
However, if the recipient 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 nonstate entity's
resources (i . e . , the cost of such an audit must be paid from the recipient ' s resources obtained from
other than State entities ) .
4. State awards are to be identified using the Catalog of State Financial Assistance (CSFA) title and
number, award number and year, and name of the state agency awarding it.
PART II : OTHER AUDIT REQUIREMENTS
The recipient shall follow up and take corrective action on audit findings. Preparation of a summary
schedule of prior year audit findings, including corrective action and current status of the audit
findings is required . Current year audit findings require corrective action and status of findings.
Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is
completed or the dispute is resolved . Access to project records and audit work papers shall be given
to the FDOT, the Department of Financial Services , and the Auditor General. This section does 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 other state official.
PART III : REPORT SUBMISSION
1 . Copies of financial reporting packages required by PART I of this agreement shall be submitted by or
on behalf of the recipient directly to each of the following :
A. The Department at each of the following addresses:
Florida Department of Transportation ,
3400 W. Commercial Blvd .
Ft . Lauderdale, FL 33309
Antonette P. Adams , Professional Services Administrator
Stacy Miller, Project Manager
B. The Auditor General 's Office at the following address :
Auditor General ' s Office
Room 401 , Pepper Building
111 West Madison Street
Tallahassee, Florida 32399 - 1450
3 . Copies of reports or the management letter required by PART I of this agreement shall be submitted
by or on behalf of the recipient directly to:
A. The Department at each of the following addresses:
Florida Department of Transportation ,
3400 W. Commercial Blvd .
Ft. Lauderdale, FL 33309
Antonette P. Adams, Professional Services Administrator
Stacy Miller, Project Manager
4 . Any reports, management letter, or other information required to be submitted to the Department
pursuant to this agreement shall be submitted timely in accordance with OMB Circular A- 133 , Florida
Statutes, and Chapters 10. 550 ( local governmental entities) or 10. 650 (nonprofit and for- profit
organizations) , Rules of the Auditor General, as applicable.
5 . Recipients , when submitting financial reporting packages to the Department for audits done in
accordance with OMB Circular A- 133 or Chapters 10. 550 (local governmental entities) or 10. 650
(nonprofit and for- profit organizations) , Rules of the Auditor General, should indicate the date that
the reporting package was delivered to the recipient in correspondence accompanying the reporting
package.
PART V: RECORD RETENTION
1 . The recipient shall retain sufficient records demonstrating its compliance with the terms of this
agreement for a period of at least five years from the date the audit report is issued , and shall allow
the Department , or its designee, CFO , or Auditor General access to such records upon request. The
recipient shall ensure that audit working papers are made available to the Department, or its
designee, CFO , or Auditor General upon request for a period of at least five years from the date the
audit report is issued , unless extended in writing by the Department .
STATE resources awarded to the recipient pursuant to this agreement should be listed below. If the
resources awarded to the recipient represent more than one Federal or State program , provide the same
information for each program and the total resources awarded . Compliance Requirements applicable to
each State program should also be listed below. If the resources awarded to the recipient represent more
than one program , list applicable compliance requirements for each program in the same manner as shown
here:
STATE RESOURCES
State Agency Catalog of State Financial Assistance (Number Ft Title) Amount
DOT 55 . 009 Small County Outreach Program $632 , 344 . 00
(Department of Transportation )
Compliance Requirements
1 . Exhibit "A " Scope of Services
2 . Per F. S. 339. 2818, DOT approved roadway projects involving resurfacing or reconstructing county
roads or in constructing capacity or safety improvements to county roads. All projects funded under
this section shall be included in the Department 's work program developed pursuant to F. S. 339. 135.
3 . Allowable costs shall consist of direct cost for the design, construction, construction engineering and
inspection of the project.
4 . Eligibility per F. S. 339. 1818 any county that has a population of 150, 000 or less as determined by the
most recent official estimate pursuant to F. S. 186. 901 .
RESOLUTION NO. 2007- 037
RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN
RIVER COUNTY, FLORIDA, WITH THE FLORIDA DEPARTMENT OF
TRANSPORTATION AUTHORIZING THE CHAIRMAN'S EXECUTION OF A
SMALL COUNTY OUTREACH PROGRAM AGREEMENT FOR OLD DIXIE
HIGHWAY RESURFACING.
WHEREAS, the resurfacing of Old Dixie Highway from Oslo Road to 16th Street 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 Old Dixie Highway under the Small County
Outreach Program (SCOP); and
WHEREAS , the Indian River County Board of County Commissioners is responsible for
paying 25 percent of the cost of the project costs as its portion of the required local match.
NOW THEREFORE, BE IT RESOLVED, that the Indian River County Board of
County Commissioners :
1 . Approves the State of Florida Department of Transportation and Indian River
County Small County Outreach Program Agreement to resurface Old Dixie
Highway; and
2. Authorizes the Chairman to execute the Small County Outreach Program
Agreement; and
3 . Directs the Indian River County Public Works Director to transmit the executed
Small County Outreach Program Agreement to the Florida Department of
Transportation.
THIS RESOLUTION was offered by Commissioner Davis who
moved its adoption. The motion was seconded by Commissioner Wheel er and
upon being put to a vote, the vote was as follows:
Chairman Gary C. Wheeler Aye
Vice-Chairman Sandra L. Bowden Aye
Commissioner Wesley S . Davis Aye
Commissioner Joseph E. Flescher Aye
Commissioner Peter D. O 'Bryan Aye
Page 1 of 2
F \Public Works\Luanne M\Resolutions\Old Dixie FDOT SCOP Agreement BCC Resolution-04-17-07.doc
RESOLUTION NO . 2007- 037
The Chairman thereupon declared the resolution duly passed and adopted this 17th day
of April 2007.
BOARD OF COUNTY COMMISSIONERS ,
INDIAN RIVER COUNTY, FLORIDA 7!1
By: z
Gary C.OVIreeler, Chat
t
Attest: �
Jeffrey I . Barton, Clerk of Court
Deputy Clerk
I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the
State and County to take acknowledgements, ersonally appeared Gary C. Wheeler, as Chairman
of the Board of County Commissioners, and ,( G , Deputy Clerk, to me
known to be the persons described in and who executed the foregoing instrument and they
acknowledged before me that they executed the same.
WITNESS my hand and official seal on the County and State last aforesaid this
day of r 1 A.D. , 2007.
Notary Public
PPV ny
APPROVED AS TO LEGAL SFFIECIENCY � :": DARCYR. VASIIAS
I( t MY COMMISSION t DD 391140
EXPIRES: January 31 , 2009
9adWTNu9*txahp Smiws
B
fir, William G. Collins, , County Attorney
APPROVED AS TO PUBLIC WORKS DEPARTMENT MATTERS
J s W. Davis, P.E., Public Works Director
Page 2 of 2
F:\Public Works\Luanne M\Resolutions\Old Dixie FDOT SCOP Agreement BCC Resolution-04-17-07.dm
The job F1989NDR; user I . D. To PF415LK@dot.state.fl. us
` + F1989ND <MVS@DOT>
05/03/2007 03 :05 PM cc
bcc
Subject FUNDS APPROVAL/REVIEWED FOR CONTRACTAOR74
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
Contract #AOR74 Contract Type : AN Method of Procurement : G
Vendor Name : INDIAN RIVER
Vendor ID : VF596000679001
Beginning date of this Agmt : 05 / 07 / 07
Ending date of this Agmt : 12 / 30 / 08
Contract Total / Budgetary Ceiling : ct = $ 632 , 344 . 00
Description :
Resurfacing of Old Dixie Hwy from Oslo Road ( 9th Street SW )
to 16th Street , including Reconstruction of paved shoulders
ORG - CODE * EO * OBJECT *AMOUNT * FIN PROJECT * FCT * CFDA
( FISCAL YEAR ) * BUDGET ENTITY * CATEGORY/ CAT YEAR
AMENDMENT ID * SEQ . *USER ASSIGNED ID * ENC LINE ( 6S ) / STATUS
Action : ORIGINAL Funds have been : APPROVED
55 043010404 * HC * 750087 * 632344 . 00 * 42008015801 * 215
2007 * 55150200 * 085576 / 07
0001 * 00 * * 0001 / 04
_ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
TOTAL AMOUNT : * $ 632 , 344 . 00
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _
FUNDS APPROVED / REVIEWED FOR ROBIN M . NAITOVE , CPA , COMPTROLLER
DATE : 05 / 03 / 2007
Florida Department of Transportation
( H % RL1F t 'RIS I PROFESSIONAL AND CONTRACTUAL SERVICES — DISTRICT 4 - StFPHAN-Ir KOPEI:ot 'SOS -
(;ON FRNOR 3400 West Commercial Boulevard, Fort Lauderdale, Florida 33309-3421 SFCRF'rARI '
Telephone: (954) 777-4603 Fax; (954) 777-4602
May 15 , 2007
Mr. James W. Davis, P . E. MAY 2 $ 200 ?
Indian River County
Public Works Department -
Engineering Division
1840 251h Street
Vero Beach, Florida 32960
RE : SMALL COUNTY OUTREACH PROGRAM, AOR-74
FM Number : 420080-1 -58-01
CSFA Number: 55.009
Description : Resurfacing of Old Dixie Highway from Oslo Road (91h Street S.W) to 16th
Street, including Reconstruction of paved shoulders
Dear Mr. Davis :
Enclosed please find a copy of a fully executed Small County Outreach Program Agreement - with
original signatures - for the above referenced project . Also included is a copy of the Resolution No.
2007-037 in which the SCOP referenced above was approved . Said documents are to be retained for
Your records.
If you have any questions, please do not hesitate to contact me. I can be reached at (954) 777-2285 .
Sincerely,
Leos A. Kennedy, Jr.
Professional Services Unit
District Four
lk/s
enc : SCOP
copy: District Budget (2)
Stacey Miller, Project Manager
Mike DeRosa, Program Development Manager
File
Nc%cw.dotstate .RLJS