HomeMy WebLinkAbout2006-065 0 6
Florida Department of Transportation
JEB BUSH PROFESSIONAL AND OTHER CONTRACTUAL SERVICES - DISTRICT 4 DENVER J. STUTLER, JR.
GOVERNOR 3400 West Commercial Boulevard, Fort Lauderdale, Florida 33309-3421 SECRETARY
Telephone: (954) 7774603 Fax: (954) 7774 LRE C
March 24, 2006
Mr. James W. Davis, P .E. I MAR 2 f t1 1
t 9 2006
Indian River County �
Public Works Department PUB
Engineering Division � � C WORKS DEPT
184025 Ih Street
Vero Beach, Florida 32960
RE : SMALL COUNTY OUTREACH PROGRAM, AOC-44
FM Number: 419604- 1 -58-01
CSFA Number: 55009
Description : Reconstruction of Roseland Road from CR-512 to US-1 in Indian River
County
Dear Mr. Davis :
Enclosed please find a copy of a fully executed County Incentive Grant Program Agreement - with
original signatures - for the above referenced project. Also included is a copy of the Resolution No.
2006-021 in which the CIGP 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,
acs3 d
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
www.dot.state.fl . us ® aecvcISo PAaR
Contract No . : AOC S' 4
Catalog of State Domestic Assistance No. : 55009 Financial Project No . : 419604-1 -58-01
EV-r' rEp : K-dx%2c;4 ay+ , QC�Oso
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
SMALL COUNTY OUTREACH PROGRAM AGREEMENT
This is an Agreement by and between the STATE OF FLORIDA DEPARTMENT OF
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 . 419604-1 -58 -01 for Reconstruction of Roseland
Road from CR-512 to US -1 , hereinafter referred to as the " PROJECT, " in accordance with
Section 339 . 2818 , Florida Statutes ; and
WHEREAS , the COUNTY by Resolution No . 2006 - 021 dated the 21 day
of February 2006, 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: DESIGN , CONSTRUCTION AND CONSTRUCTION ENGINEERING
INSPECTION (CEI ) SERVICES .
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
DEPARYMENT that the PROJECT has been completed in accordance with the foregoing
standardsand specifications .
1 OF 9
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.
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 Specification 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
3400 W. Commercial Blvd . 1840 25th 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 June 30 , 2007 , whichever
occurs first .
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 ONE MILLION ONE HUNDRED NINETY SEVEN
THOUSAND TWO HUNDRED EIGHTY EIGHT DOLLARS ($ 1 , 197 , 288 . 00) . The
DEPARTMENT will fund 75 % of the estimated cost of the PROJECT which is EIGHT
HUNDRED NINETY SEVEN THOUSAND NINE HUNDRED SIXTY SIX DOLLARS
($ 897 , 966 . 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 (3 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 ,
2 OF 9
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 for direct costs (this excludes general and
administrative overhead ) . All costs charged to the PROJECT shall be supported by properly
executed payrolls , time 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.
Bills for travel expenses specifically authorized by this Agreement shall be submitted and
paid in accordance with Section 112 . 061 , Florida Statues .
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 under this
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 215 . 422 ( 3) ( b) , Florida Statutes , will be due and payable , in addition to the invoice
amount , to the COUNTY . Interest penalties 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 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 , 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
3 OF 9
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, 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 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 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) To the extent allowed by Section 768 . 28 , Florida Statutes , the COUNTY hereby
agrees to indemnify , defend , save and hold harmless the DEPARTMENT and all of its
officers , agents or employees from all suits , actions , claims , demands , liabilities of any
nature whatsoever arising out of, because of, or due to breach of this Agreement by the
COUNTY , its officers , agents , employees , contractors/subcontractors , consultants/sub-
consultants or due to any negligent act or occurrence of omission or commission of the
COUNTY, its officers , agents , employees , contractors/subcontractors , consultants/sub-
consultants . Neither COUNTY nor any of its officers , agents , employees ,
contractors/subcontractors , consultants/sub-consultants will be liable under this section for
the negligence of the DEPARTMENT or any of its officers , agents or employees .
4 OF 9
ii) 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 .
iii ) 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 contractor and/or consultant 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 out of, because of, or due to any
negligent act or occurrence of omission or commission of the contractor and/or consultant,
its officers , agents or employees . Neither the contractor or consultant , 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
Specification 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.
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 ,
5 OF 9
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 . Recipients of state funds are to have audits done annually using the following
criteria :
State awards will be identified using the Catalog of State Financial Assistance (CSFA) title
and number, award number and year, and name of the awarding state agency .
In the event that the recipient expends a total amount of State awards (i . e . , State financial
assistance provided to the recipient to carry out a State project) equal to or in excess of
$ 500 , 000 in any fiscal year of such 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 Executive Office of the Governor and the Comptroller, and Chapter
10 . 600 , Rules of the Auditor General .
In connection with the audit requirements addressed in the paragraph above , the recipient
shall ensure that the audit complies with the requirements of Section 215 . 97 (7) , Florida
Statutes . This includes submission of a reporting package as defined by Section
215 . 97 (2 ) (d ) , Florida Statutes , and Chapter 10 . 600 , Rules of the Auditor General .
If the recipient expends less than $500 , 000 in State awards in its fiscal year, an audit
conducted in accordance with the provisions of Section 215 . 97 , Florida Statutes , is not
required . In the event that the recipient expends less than $ 500 , 000 in State awards in its
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 non -State funds
(i . e . , the cost of such an audit must be paid from recipient funds obtained from other than
State entities) .
Reporting Packages and management letters generated from audits conducted in
accordance with Section 215 . 97 , Florida Statutes , and Chapter 10 . 600 , Rules of the Auditor
General shall be submitted to the awarding FDOT office , by the recipient, within 30 days of
receiving it. The afore mentioned items are to be received by the appropriate FDOT office
no later than 9 months after the end of the recipient's fiscal year.
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 finding is required . Current year audit findings require corrective action and
status of finding .
Project records shall be retained and available for at least 5 years from the date the audit
report is issued . 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 workpapers shall be given FDOT, the Comptroller, and the Office of the Auditor
General .
The recipient shall submit required audit documentation as follows :
A Financial Reporting Package of audits conducted in accordance with Section 215 . 97 ,
Florida Statutes , and Chapter 10. 600, Rules of the Auditor General shall be sent to :
6 OF 9
State of Florida Auditor General
Attn : Ted J . Sauerbeck
Room 574 , Claude Pepper Building
111 West Madison Street
Tallahassee , FL 32302- 1450
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 75 % of the work satisfactorily performed for which costs can be substantiated .
Within 30 days , the COUNTY shall refund to the DEPARTMENT the amount of payment
received for the PROJECT which exceeds 75 % up to 110% of the COUNTY' S costs for the
portion of the PROJECT completed .
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 .
7 OF 9
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 thejurisdiction
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 and shall continue in
effect and be binding on the parties until the PROJECT is completed as evidenced by the
written acceptance of the DEPARTMENT or June 30 , 2007 , whichever occurs first or
terminated in accordance with Paragraph 6 .
IN WITNESS WHEREOF , the COUNTY has caused this Agreement to be executed in its
behalf this 21 day of February , 200 6 , by the Chairman of the Board of
Commissioners , authorized to enter into and execute same by Resolution Number
2006 - 021 of the Board on the 21 day of February , 200 6 2 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.
INDIAN RIVER COUNTY, FLORIDA
, .
ATTES ,
T ��Q "' '�`s ��-`^tf (SEAL) B
CLERK.
QA;
IRMAN , B D OF
COUNTY COMMISSIONS
BIta PFt7iBL;S�' `.^
bkwl
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
11 or Ft,09/O9
ATTEST: DJA/Ih� o BY : ///7 (2 L-k-A
EXECUTIVE SECRETA 'v =f ' �9 DIR TORO TRANSPORTAT ON
�' '-
� DE ELOPME T - DISTRICT FOUR
�tir s�
APPROVED AS TO FOR �FTRPN
AND_ L,E LSUFFI
,3• /P[�t/(//
. DE A L
LINTY ATTORNEY 8 OF 9
APPROVED : (As to Form )
BY : /'//L�
DIS dEgERAL COUNSEL
APPROVED :
BY :
PROFESSIONAL SERVICES
ADMINISTRATOR
9 OF 9
RESOLUTION NO. 2006- 021
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 ROSELAND ROAD
RECONSTRUCTION.
WHEREAS , the reconstruction of Roseland Road from CR512 to U . S . 1 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 reconstruction of Roseland Road 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 reconstruct Roseland
Road; 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 Davie who
moved its adoption. The motion was seconded by Commissioner Lowther and
upon being put to a vote, the vote was as follows :
Chairman Arthur R. Neuberger Aye
U
Vice-Chairman Gary C . Wheeler Aye
Y
rA0W w
Commissioner Thomas S . Lowther Aye Ja ,z p
o
Fo I
Commissioner Wesley S . Davis Aye oo � QZ m /
rc0 X00
Commissioner Sandra L. Bowden Absent ° � OWLL Z
oi
O ¢ �- dc LL
LL
W COWL
� < yZ) OU
Page 1 oft yE
FAPublic Works\Luanne M\Resolutions\Roseland Rd. FDOT SCOP Agreement, BCC Resolution-2-10-06.doe
RESOLUTION NO. 2006- 021
The Chairman thereupon declared the resolution duly passed and adopted this 21 St day
of _ February , 2006 .
BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY, FLORIDA
B :
Arthur R. Neuberg , C airman
Attest: (1 . C, .
Jeffrey K. 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, personally appeared Arthur R. Neuberger, as
Chairman of the Board of County Commissioners, and 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 21 st
day of February A.D ., 2006 .
Notary Publi
Klrnbery E Mossung
r MY COMMISSION # DD216303 EXPIRES
APPROVED AS TO LEGAL SUFFIECIENCY - My 1S, 2001
��f �� { BONDED THRU TROY FAN INSURANCE, INC
William G. Collins, II, County Attorney
APPROVED AS TO PUBLIC WORKS DEPARTMENT MATTERS
By:
J s W. Davis, P.E., Public Works Director
Page 2 of 2
FAPublic Warks\Luanne WPLesolutions\Roseland Rd. FDOT SCOP Agreement, BCC Resolution-2-10-06.doc
The job F1989NDR; user I .D. To PF415LK@dot.state.fl .us
F1989ND <MVS@DOT>
cc
03/08/2006 03 :42 PM
bcc
Subject FUNDS APPROVAL/REVIEWED FOR CONTRACT AOC44
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
FUNDS APPROVAL
contract #AOC44 Contract Type : AK Method of Procurement : G
Vendor Name : INDIAN RIVER COUNTY
Vendor ID : VF596000673026
Beginning date of this Agmt : 03 / 10 / 06
Ending date of this Agmt : 06 / 30 / 07
Description :
Reconstruction of Roseland Road from CR - 512 to US - 1
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 * 134020 * 897966 . 00 * 41960415801 * 215
2006 * 55150200 * 085576 / 06
0001 * 00 * * 0001 / 04
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - — - -
- -
TOTAL AMOUNT : * $ 897 , 966 . 00 *
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
FUNDS APPROVED/ REVIEWED FOR ROBIN M . NAITOVE , CPA , COMPTROLLER
DATE : 03 / 08 / 2006