HomeMy WebLinkAbout2008 10 27 Consent 200 Florida Department Of Transportation - Joint Participation AgreementCOMMISSION AGENDA
ITEM 200
October 27, 2008
Meeting
CONSENT X
INFORMATIONAL
PUBLIC HEARING
REGULAR
MGR ,. EPT
Authorization
REQUEST: Public Works Department requesting authorization to enter into a Joint
Participation Agreement with the Florida Department of Transportation to
install turn lanes along State Road 419 at Wade Street and Sherry Avenue
with an FDOT contribution of $368,000.
PURPOSE: The purpose of this agenda item is to request authorization to enter into a Joint
Participation Agreement with the Florida Department of Transportation to install
turn lanes along State Road 419 at Wade Street and Sherry Avenue with an FDOT
contribution of $368,000.
CONSIDERATIONS:
• The Joint Participation Agreement (JPA) between the City and FDOT provides FDOT
funding in the amount of $368,000 for construction of the following improvements:
o Addition of an eastbound and westbound left-turn deceleration lanes from S.R.
419 onto Wade Street
o Addition of a right-turn deceleration lane on S.R. 419 eastbound onto Sherry
Avenue
• The FDOT-funded improvements listed above are planned to be combined with the
following City-funded improvements into one construction project:
o Wade Street reconstruction from S.R. 419 to Old Sanford-Oviedo Road
o Addition of a right-turn deceleration lane on S.R. 419 westbound onto Wade
Street
102708 COMM Consent 200 FDOT JPA SR419 Turn Lanes
October 27, 2008
Agenda Item #200
Page 2 of 2
• The FDOT-funded improvements were recommended by FDOT District 5 Traffic
Operations Staff as safety improvements based on recent traffic studies performed by
FDOT.
• The City-funded improvements are part of the City's three-year master pavement plan.
The City's construction portion of the project is estimated to cost $250,000.
• At the June 9, 2008 City Commission meeting, the Commission authorized entering into
an agreement with Pegasus Engineering, Inc. to provide professional engineering services
for both the City and FDOT-funded portions of the project. The design is approximately
50% complete at this time and is scheduled to be complete by January 2009.
Construction is scheduled for completion by July 2009. Under the terms of the Joint
Partnership Agreement, the project must be completed within one year from the date of
execution of the Agreement.
• Under the terms of the Joint Partnership Agreement, the City retains the option of not
proceeding with the project and the Agreement will expire after one year unless an
extension is granted by FDOT.
FUNDING:
No funding is requested at this time. After design completion and FDOT approval, the
project will be bid and the authorization to enter into a construction contract will be presented to
the City Commission for approval.
RECOMMENDATION:
Staff recommends that authorization be granted to enter into a Joint Participation
Agreement with the Florida Department of Transportation to install turn lanes along State Road
419 at Wade Street and Sherry Avenue with an FDOT contribution of $368,000.
ATTACHMENTS:
1. Exhibit A - Wade Street / S.R. 419 Improvements Map
2. Exhibit B - Joint Partnership Agreement
COMMISSION ACTION:
102708_COMM_Consent_200_FDOT JPA SR419 Turn Lanes
'i3
C C r, E
a O a /g C ON
O ..0 {•+ 4S d ctS N
d ° 13 j _' "
J_.,_;- -...-- W ADE ST L cl c
2 � -� -- - ? CU) V ("Y1 cry Y �!
,
' O O l �z
t, l ^ '
Cn CU '00� ' a) d b
< co
re w C Cl) p C IS VH � rt
O E .4- *- co C
fr." W O � Oa -J C �` M
to c O ° c! N ` .1 N, rn
> > ea rr o kn 7 ' W V♦ i 6C O i t
W i �' N b 1:\111 3:N3:
iv ism■
'
}r` b ��
! N , ht
O�
�`" t - N M ^' 111 C
O cn ! N j N �t �t
E p � ' 1�381b
"�
.0 • C 'y- b nl n! '. ^! 1
el) RS C
HS ,.
Q
CO 0
2 * 0 co w
W
3
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 1 of 19 Revised: 10/08/2008
Financial Management No.: Fund: DS Activity: FLAIR Approp:
424797-1-58-01 FLAIR Obj.:
Agency: City of Winter Springs Contract Amount: $368,000.00 Org. Code:
Contract No: Vendor No.: F591026364-005
JOINT PARTICIPATION AGREEMENT
BETWEEN
THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND
CITY OF WINTER SPRINGS
This Joint Participation Agreement (hereinafter the "Agreement"), made and entered into
this day of , 2008, by and between the STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION (hereinafter referred to as the DEPARTMENT) and
the CITY OF WINTER SPRINGS, a Florida Municipal Corporation (hereinafter referred to as the
LOCAL GOVERNMENT),
WITNESSETH:
WHEREAS, the Parties have been granted specific legislative authority to enter into this
Agreement pursuant to Section 339.12, Florida Statutes; and
WHEREAS, the LOCAL GOVERNMENT, by Resolution/Minutes, a copy of which is
attached hereto as Exhibit "B" and made a part hereof, has authorized its officers to execute this
Agreement on its behalf, and
WHEREAS, the DEPARTMENT is prepared, in accordance with its Adopted Five Year
Work Program, to undertake the Project described as: "Install Turn Lanes at Sherry Avenue and
Wade Street along SR 419", in Fiscal Year 2008/2009, said Project being known as FM# 424797-
1-58-01, and more fully reflected in the Scope of Services attached hereto as Exhibit "A" and
hereinafter referred to as the "Project"; and
WHEREAS, the Project is not revenue producing and is contained in the adopted Five Year
Work Program; and
WHEREAS, the implementation of the Project is in the best interests of both the
DEPARTMENT and the LOCAL GOVERNMENT and it would be most practical, expeditious,
and economical for the LOCAL GOVERNMENT to perform the services to complete the Project;
and
FM#424797-1-58-01
Page 2 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
NOW, THEREFORE, in consideration of the mutual benefits to be derived from the joint
participation of this Agreement, the parties agree as follows:
1. The term of this Agreement shall begin upon the date the last party executes same.
The LOCAL GOVERNMENT agrees to complete the Project on or before one year from the date
of execution of this Agreement. If the LOCAL GOVERNMENT does not complete the Project
within the time period allotted, this Agreement will expire on the last day of scheduled completion
as provided in this paragraph unless an extension of the time period is requested by the LOCAL
GOVERNMENT and granted in writing by the DEPARTMENT prior to the expiration of the
Agreement. Expiration of this Agreement will be considered termination of the Project.
2. This Agreement shall serve as a permit to allow the LOCAL GOVERNMENT
access to the DEPARTMENT'S right-of-way to perform all necessary work as required under this
Agreement. The LOCAL GOVERNMENT shall perform necessary preliminary engineering,
prepare all design plans for the PROJECT suitable for reproduction on 11 inch by 17 inch sheets,
together with a complete set of specifications covering all construction requirements for the
PROJECT, perform the construction, provide all necessary engineering supervision, and otherwise
perform all other necessary work to complete the Project, as specified in Exhibit "A" attached
hereto and by this reference made a part hereof. Nothing herein shall be construed as requiring the
LOCAL GOVERNMENT to perform any activity, which is outside of the scope of services of the
Project. Except as specifically stated otherwise in this Agreement, all such activities shall be
performed at such times, in such manner, and under such conditions as the LOCAL
GOVERNMENT, in its sole discretion, deems appropriate. The DEPARTMENT shall not have
any jurisdiction or control over LOCAL GOVERNMENT activities, except as specifically stated
in this Agreement.
3. The LOCAL GOVERNMENT shall submit six (6) copies of all design plans that
pertain to this Agreement to the DEPARTMENT for review and approval. After approval of the
plains and prior to commencing the work described herein, the LOCAL GOVERNMENT shall
request a Notice to Proceed from the DEPARTMENT'S Construction Project Manager, Vince
Vacchiano at (386) 943-5406 or from an appointed designee. Any work performed prior to the
issuance of the Notice to Proceed is not subject to reimbursement.
4. In relation to Construction, the parties agree on the following:
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 3 of 19 Revised: 10/08/2008
(A) The LOCAL GOVERNMENT shall hire a DEPARTMENT pre-qualified
prime contractor ("Contractor") using the LOCAL GOVERNMENT'S normal bid
procedures to perform the construction work for the Project.
(B) The LOCAL GOVERNMENT shall hire a DEPARTMENT qualified
construction engineering and inspection firm ("CEI") to perform the Verification Testing
work for the Project, which CEI work shall be deemed to be part of the Project. If the
LOCAL GOVERNMENT utilizes its own work force for any services for the Project, the
costs and expenses associated with such self-performance shall not be subject to
reimbursement.
(C) The LOCAL GOVERNMENT shall require the LOCAL
GOVERNMENT'S contractor to post a bond or other security in accordance with section
337.18(1), Florida Statutes.
(D) The LOCAL GOVERNMENT shall be responsible for ensuring that the
Construction work under this Agreement is performed in accordance with the approved
construction documents and will meet all applicable DEPARTMENT standards as
specified in Exhibit "D".
(E) Upon request, the LOCAL GOVERNMENT agrees to provide progress
reports to the DEPARTMENT in the standard format used by the LOCAL
GOVERNMENT and at intervals established by the DEPARTMENT. The
DEPARTMENT will be entitled at all times to be advised, at its request, as to the status of
work being done by the LOCAL GOVERNMENT and of details thereof. Either parry to
the Agreement may request and shall, within a reasonable time thereafter be granted a
conference with the other party.
(F) After construction is complete, the DEPARTMENT will resume
maintenance responsibilities of the roadway within the DEPARTMENT'S right-of-way.
5. The DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT its actual
direct costs, excluding LOCAL GOVERNMENT overhead, in an amount not to exceed
$368,000.00 (Three Hundred Sixty Eight Thousand Dollars and No/100). Reimbursement will
be in accordance with Section 339.12, Florida Statutes, and subject to Legislative approval and
appropriation. The LOCAL GOVERNMENT understands that it is responsible for all cost of the
Project over and above $368,000.00 (Three Hundred Sixty Eight Thousand Dollars and No/100).
FM#424797-1-58-01
Page 4 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
6. Actual direct costs are limited to the LOCAL GOVERNMENT'S direct payments
to its contractor and Construction CEI as required for completion of the Project. Such costs
include, but are not limited to, costs for supplies, materials, and services related to the Project.
7. Reimbursement herein is conditioned on the following:
(A) Bills for fees or other compensation for services or expenses shall be
submitted to the DEPARTMENT in detail sufficient for a proper pre-audit and post-audit.
Such submissions must include an Invoice Summary Sheet, supporting documentation to
justify the charges and for the final payment, the Notice of Completion; and
(B) The LOCAL GOVERNMENT may receive progress payments for services
that have been completed and accepted to the satisfaction of the DEPARTMENT when
properly supported by invoices or other acceptable evidence of payment to its contractors.
The remaining balance will be due upon the completion and approval of all Project
services.
(C) All payments from the DEPARTMENT to the LOCAL GOVERNMENT
are conditioned upon the completion of the Project in a manner consistent with the
approved Project construction documents by the LOCAL GOVERNMENT'S contractor;
(D) Within 30 days after completion of the work authorized by this Agreement,
the LOCAL GOVERNMENT shall notify the DEPARTMENT in writing of the
completion; and for all design work that originally required certification by a Professional
Engineer, this notification shall contain an Engineers Certification of Compliance, signed
and sealed by a Professional Engineer, Exhibit "C". The certification shall state that work
has been completed in compliance with the Project construction plans and specifications. If
any deviations are found from the approved plans, the certification shall include a list of all
deviations along with an explanation that justifies the reason to accept each deviation.
(E) The LOCAL GOVERNMENT shall provide the DEPARTMENT with
documentation supporting its final costs of the Project. This documentation must show the
total amount the LOCAL GOVERNMENT has incurred for the services performed under
this Agreement.
8. The LOCAL GOVERNMENT which is providing goods and services to the
DEPARTMENT should be aware of the following time frames. Upon receipt of an invoice, the
DEPARTMENT has twenty (20) working days to inspect and approve the goods and services. The
DEPARTMENT has twenty (20) days to deliver a request for payment (voucher) to the
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 5 of 19 Revised: 10/08/2008
Department of Financial Services. The twenty (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 a payment
is not available within forty (40) days, a separate interest penalty at a rate as established pursuant
to Section 55.03(1), Florida Statutes, will be due and payable to the LOCAL GOVERNMENT, in
addition to the invoice amount. Interest penalties of less than one dollar ($1.00) will not be
enforced unless the LOCAL GOVERNMENT requests payment. Invoices which have to be
returned to the LOCAL GOVERNMENT because of LOCAL GOVERNMENT 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. 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 payment(s) from a State Agency. The Vendor Ombudsman may be contacted at (850) 410-
9724 or by calling the Department of Financial Services Hotline at 1-800-848-3792.
9. The LOCAL GOVERNMENT agrees to keep complete records and accounts in
order to record complete and correct entries as to all costs, expenditures and other items incidental
to the work for this Project. All cost records and accounts shall be subject to audit by a
representative of the DEPARTMENT at all times during the period of this agreement and for a
period of five (5) 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 LOCAL
GOVERNMENT'S general accounting records and the project records, together with supporting
documents and records, of the contractor and all subcontractors performing work on the project,
and all other records of the Contractor and subcontractors considered necessary by the Department
for a proper audit of costs.
10. In the event this Agreement is in excess of TWENTY FIVE THOUSAND AND
NO/100 DOLLARS ($25,000.00) and a term for a period of more than one year, the provisions of
Section 339.135(6)(a), Florida Statutes, are hereby incorporated as follows:
"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
FM#424797-1-58-01
Page 6 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
the services to be rendered or agreed to be paid for in succeeding fiscal years; and
this paragraph shall be incorporated verbatim in all contracts of the DEPARTMENT
which are for an amount in excess of $25,000.00 and which have a term for a period
of more than one year."
11. The DEPARTMENT'S performance and obligation to pay under this Agreement is
contingent upon an annual appropriation by the legislature. The parties agree that in the event
funds are not appropriated to the DEPARTMENT for the Project, this Agreement may be
terminated, which shall be effective upon the DEPARTMENT giving written notice to the LOCAL
GOVERNMENT to that effect.
12. Audits: The administration of funds awarded by the DEPARTMENT to the
LOCAL GOVERNMENT may be subject to audits and/or monitoring by the DEPARTMENT as
described in this section.
MONITORING
In addition to reviews of audits conducted in accordance with OMB Circular A-133 and
Section 215.97, Florida Statutes, as revised (see "AUDITS" below), monitoring procedures
may include, but not be limited to, on-site visits by DEPARTMENT staff, limited scope
audits as defined by OMB Circular A-133, as revised, and/or other procedures. By
entering into this Agreement, the LOCAL GOVERNMENT 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 LOCAL GOVERNMENT is appropriate, the LOCAL GOVERNMENT agrees to
comply with any additional instructions provided by the DEPARTMENT staff to the
LOCAL GOVERNMENT regarding such audit. The LOCAL GOVERNMENT further
agrees to comply and cooperate with any inspections, reviews, investigations, or audits
deemed necessary by the DEPARTMENT'S Office of Inspector General (OIG) and
Florida's Chief Financial Officer (CFO) or Auditor General.
AUDITS
PART I: FEDERALLY FUNDED
Recipients of federal funds (i.e. state, local government, or non-profit organizations as
defined in OMB Circular A-133, as revised) are to have audits done annually using the
following criteria:
1. In the event that the recipient expends $500,000 or more in Federal awards in its
fiscal year, the recipient must have a single or program-specific audit conducted in
accordance with the provisions of OMB Circular A-133, as revised. If applicable,
EXHIBIT 1 to this Agreement indicates Federal resources awarded through the
DEPARTMENT by this Agreement. In determining the Federal awards expended in its
fiscal year, the recipient shall consider all sources of Federal awards, including Federal
resources received from the DEPARTMENT. The determination of amounts of Federal
awards expended should be in accordance with the guidelines established by OMB Circular
FM#424797-1-58-01
Page 7 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
A-133, as revised. An audit of the recipient conducted by the Auditor General in
accordance with the provisions OMB Circular A-133, as revised, will meet the
requirements of this part.
2. In connection with the audit requirements addressed in Part I, paragraph 1., the
recipient shall fulfill the requirements relative to auditee responsibilities as provided in
Subpart C of OMB Circular A-133, as revised.
3. If the recipient expends less than $500,000 in Federal awards in its fiscal year, an
audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is
not required. However, if the recipient elects to have an audit conducted in accordance
with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid
from non-Federal resources (i.e., the cost of such an audit must be paid from recipient
resources obtained from other than Federal entities).
4. Federal awards are to be identified using the Catalog of Federal Domestic
Assistance (CFDA) title and number, award number and year, and name of the awarding
federal agency.
PART II: 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 for-profit
organizations), Rules of the Auditor General. If applicable, EXHIBIT 1 to 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 II, 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).
FM#424797-1-58-01
Page 8 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
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 III: 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 DEPARTMENT, 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 IV: REPORT SUBMISSION
1. Copies of reporting packages for audits conducted in accordance with OMB
Circular A-133, as revised, and required by PART I of this Agreement shall be submitted,
when required by Section .320 (d), OMB Circular A-133, as revised, 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
Attn: Dianne Peek-Audit Analyst
719 South Woodland Blvd. MS-522
DeLand, Florida 32720
B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as
revised (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular
A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the
following address:
Federal Audit Clearinghouse
Bureau of the Census
1201 East 101h Street
Jeffersonville, IN 47132
C. Other Federal agencies and pass-through entities in accordance with
Sections .320 (e) and (f), OMB Circular A-133, as revised.
2. In the event that a copy of the reporting package for an audit required by PART I of
this Agreement and conducted in accordance with OMB Circular A-133, as revised, is not
required to be submitted to the DEPARTMENT for reasons pursuant to section .320 (e)(2),
OMB Circular A-133, as revised, the recipient shall submit the required written notification
pursuant to Section .320 (e)(2) and a copy of the recipient's audited schedule of
expenditures of Federal awards directly to each of the following:
FM#424797-1-58-01
Page 9 of 19
Florida Department of Transportation
Attn: Dianne Peek-Audit Analyst
719 South Woodland Blvd. MS-522
DeLand, Florida 32720
Original Draft: 9/25/2008
Revised: 10/08/2008
In addition, pursuant to Section .320 (f), OMB Circular A-133, as revised, the recipient
shall submit a copy of the reporting package described in Section .320 (c), OMB Circular
A-133, as revised, and any management letters issued by the auditor, to the
DEPARTMENT at each of the following addresses:
Florida Department of Transportation
Attn: Dianne Peek-Audit Analyst
719 South Woodland Blvd. MS-522
DeLand, Florida 32720
3. Copies of financial reporting packages required by PART II 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
Attn: Dianne Peek-Audit Analyst
719 South Woodland Blvd. MS-522
DeLand, Florida 32720
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
4. Copies of reports or the management letter required by PART III 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
Attn: Dianne Peek-Audit Analyst
719 South Woodland Blvd. MS-522
DeLand, Florida 32720
5. 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.
6. Recipients, when submitting financial reporting packages to the DEPARTMENT
for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local
FM#424797-1-58-01
Page 10 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
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.
13. After written notice and a reasonable opportunity to cure, either party may
unilaterally cancel this Agreement for refusal by the other party to 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 such party in conjunction with this Agreement.
14. This Agreement shall continue in effect and be binding on the parties until the
Project is completed, any subsequent litigation is complete and terminated, final costs are known,
and legislatively appropriated reimbursements, if approved, are made by the DEPARTMENT.
The DEPARTMENT may, at any stage, amend or terminate the PROJECT in whole or in part if
the DEPARTMENT determines that such action is in the best interest of the public.
15. This Agreement constitutes the complete and final expression of the parties with
respect to the subject matter hereof, and incorporates and includes all prior negotiations,
correspondence, conversation, agreements, or understanding applicable to the matters contain
herein. 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.
16. This Agreement shall be governed by and interpreted in accordance with the laws
of the State of Florida. Any provision herein determined by a court of competent jurisdiction, or
any other legally constituted body having jurisdiction, to be invalid or unenforceable shall be
severable and the remainder of this Agreement shall remain in full force and effect, provided that
the invalidated or unenforceable provision is not material to the intended operation of this
Agreement
FM#424797-1-58-01
Page 11 of 19
17. All notices required pursuant to the terms hereof shall be sent by First Class United
States Mail. Unless prior written notification of an alternate address for notices is sent, all notices
Original Draft: 9/25/2008
Revised: 10/08/2008
shall be sent to the following addresses:
Shirley Matthews
JPA Coordinator/MS 4-522
719 South Woodland Boulevard
DeLand, Florida 32720-6834
PH: (386) 943-5452
shirley.matthews&cdot. state. fl.us
DEPARTMENT
Jim Stroz
Assistant D-5Traffic Ops. Eng.
719 South Woodland Boulevard
DeLand, Florida 32720-6834
PH: (386) 943-5312
jim.stroz a dot. state. fl.us
Vince Vacchiano
Construction Project Manager
719 South Woodland Boulevard
DeLand, Florida 32720-6834
PH: (386) 943-5406
vincent.vacchiano(t?dot. state. fl.us
CITY OF WINTER SPRINGS
Brian Fields, P.E.
City Engineer
1126 East State Road 434
Winter Springs, Florida 32708
(407) 327-7597
bfields(i .wintersprin sg fl.org
18. PUBLIC ENTITY CRIME INFORMATION AND ANTI-DISCRIMINATION
STATEMENT: 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, for
CATEGORY TWO for a period of 36 months from the date of being placed on the convicted
vendor list. 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.
FM#424797-1-58-01
Page 12 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
IN WITNESS WHEREOF, the LOCAL GOVERNMENT has executed this Agreement
this day of , 2008, and the DEPARTMENT has executed this Agreement
this day of 12008.
STATE OF FLORIDA
CITY OF WINTER SPRINGS DEPARTMENT OF TRANSPORTATION
By:
Name:
Title:
By:
Name: George S. Lovett
Title: Director of Transportation Development
Attest:
Attest:
Executive Secretary
Legal Review Legal Review:
City Attorney
Financial Provision Approval by
Department of Comptroller on:
Authorization Received From the Comptroller's
Office as to Availability of Funds:
FM#424797-1-58-01
Page 13 of 19
EXHIBIT "A"
SCOPE OF SERVICES
Original Draft: 9/25/2008
Revised: 10/08/2008
Financial Management Number: 424797-1-58-01
Install Turn Lanes at Sherry Avenue and Wade Street along SR 419
Project Description
The installation of a 400-foot southbound right turn lane for the intersection of SR
419 at Sherry Avenue and a 450-foot southbound left turn lane for the intersection of
SR 419 at Wade Street. The roadway improvements will be designed and
constructed by the City of Winter Springs in conjunction with the City's project to
improve Wade Street. The Department will contribute a lump sum amount up to
$368,000, for actual costs incurred, toward the cost of the roadway improvements.
FM#424797-1-58-01
Page 14 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
EXHIBIT "B"
RESOLUTION/MINUTES
Financial Management Number: 424797-1-58-01
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 15 of 19 Revised: 10/08/2008
Exhibit "C"
TERMS & CONDITIONS OF CONSTRUCTION
1. The LOCAL GOVERNMENT is authorized, subject to the conditions set forth herein, to
enter DEPARTMENT right-of-way to perform all activities necessary for the construction of the
PROJECT (as described more fully in Exhibit "A"). The PROJECT shall be constructed in
accordance with construction plans and specifications to be approved by the DEPARTMENT and
consistent with the requirements of the DEPARTMENT. The plans shall include an appropriate
plan for maintenance of traffic. Should any significant (as defined by §4-3 of Standard
Specifications for Road and Bridge Construction, 2007, and as amended from time to time)
changes to the plans be required during construction of the PROJECT, the LOCAL
GOVERNMENT shall be required to notify the DEPARTMENT of the changes and receive
approval from the DEPARTMENT prior to the changes being constructed. The DEPARTMENT
reserves the right to adjust the plans to meet the requirements of permits. The LOCAL
GOVERNMENT shall be responsible to maintain the area of the PROJECT at all times during
construction of the PROJECT. All payment and performance bonds shall name the
DEPARTMENT as an additional oblige. All warranties on any product or material used in
construction of said PROJECT shall be in favor of the DEPARTMENT.
2. The LOCAL GOVERNMENT shall have the affirmative responsibility to locate all
existing utilities, both aerial and underground and that all utility locations shall be represented on
the construction plans. All utility conflicts shall be fully resolved directly with the applicable
utility. The LOCAL GOVERNMENT shall be obligated to design around any utility installation
for which the conflict cannot be resolved. Said utility work shall be deemed to be undertaken on
behalf of and for the benefit of the DEPARTMENT and the LOCAL GOVERNMENT shall assure
that utility work schedules are obtained for the project.
3. The work performed pursuant to this Agreement may require authorization under the
Clean Water Act, by the U.S. Environmental Protection Agency for Storm Water Discharges
from construction sites. The LOCAL GOVERNMENT is responsible for obtaining the National
Pollutant Discharge Elimination System Permit and all other necessary permits for construction
of the PROJECT. When applicable, such permits will be processed in the name of the
DEPARTMENT; however, in such event, the LOCAL GOVERNMENT will comply with all
terms and conditions of such permit in construction of the subject facilities.
4. This Agreement shall act to supersede the normal requirements of separate
DEPARTMENT permits for drive-way connection, right-of-way utilization, storm-water
discharge and utilities and this Agreement is deemed to constitute such permits.
5. It is expressly agreed by the parties that this Agreement creates a permissive use only
and that neither the granting of the permission herein to use DEPARTMENT and/or LOCAL
GOVERNMENT right-of-way nor the placing of facilities upon DEPARTMENT and/or LOCAL
GOVERNMENT land shall operate to create or vest any property right in the LOCAL
GOVERNMENT except as otherwise provided in separate agreements.
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 16 of 19 Revised: 10/08/2008
6. The DEPARTMENT shall appoint and authorize a single individual to serve as the
DEPARTMENT'S representative to coordinate and manage the DEPARTMENT review of
LOCAL GOVERNMENT activities pursuant to this Agreement. The LOCAL GOVERNMENT
shall provide a current construction schedule to the DEARTMENT' S representative and shall
notify the representative at least 48 hours in advance of starting proposed work and again
immediately upon completion of work.
7. The LOCAL GOVERNMENT shall utilize only a DEPARTMENT prequalified prime
contractor for the PROJECT.
8. The LOCAL GOVERNMENT shall hire a DEPARTMENT prequalified CEI firm to
perform Verification Testing in accordance with the 2007 Standard Specifications for Road and
Bridge Construction, and as amended from time to time. The DEPARTMENT shall have the
right, but not the obligation, to perform independent testing from time to time during the course
of construction of the PROJECT.
9. The LOCAL GOVERNMENT shall not modify the intent of the design plans or the
maintenance of traffic concept without appropriate submission by the Engineer of Record (the
"Engineer") and approval by the DEPARTMENT. Provided, however, in the event of an
emergency, the LOCAL GOVERNMENT shall immediately make any necessary changes and
notify the DEPARTMENT and the LOCAL GOVERNMENT after the modifications.
10. The DEPARTMENT may request and shall be granted a conference with the LOCAL
GOVERNMENT and at the LOCAL GOVERNMENT'S option, the LOCAL GOVERNMENT'S
CEI firm, to discuss any part of the PROJECT activities that the DEPARTMENT determines to be
inconsistent with the approved design plans and specifications. The LOCAL GOVERNMENT
will monitor the corrective action and provide the DEPARTMENT status reports at such intervals
as are reasonable, based on the corrective action undertaken, and the DEPARTMENT may, but is
not obligated to, review independently the progress of the corrective action. Provided however, if
the DEPARTMENT determines a condition exists which threatens the public's safety, the
DEPARTMENT may, at its discretion, issue an immediate stop work order.
11. The LOCAL GOVERNMENT shall have the continuous obligation to monitor the
maintenance of traffic and construction operation during the course of the PROJECT so that the
safe and efficient movement of the traveling public is maintained. The LOCAL GOVERNMENT
is further obligated to make such changes to the maintenance of traffic plans as may be necessary.
During construction, the LOCAL GOVERNMENT shall take measures, including the placing and
display of safety devices that are necessary in order to safely conduct the public through the
PROJECT area in accordance with the latest and current version of the Federal Highway
Administration Manual on Uniform Traffic Control Devices for Streets and Highways, and the
DEPARTMENT'S 2007 Standard Specifications for Road and Bridge construction and the
DEPARTMENT'S 2008 Roadway and Traffic Design Standards, and as those sources may be
amended from time to time. The LOCAL GOVERNMENT may assign the responsibility of this
paragraph to the Contractor or its' CEI for the construction of the PROJECT.
12. Prior to the PROJECT bidding, the LOCAL GOVERNMENT shall provide a project
schedule that includes, at a minimum, the date the PROJECT will be advertised for bid, the bid
opening date, the award date and the date of the preconstruction conference.
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 17 of 19 Revised: 10/08/2008
13. It is understood and agreed that the rights and privileges herein set out are granted only
to the extent of the DEPARTMENT'S right, title and interest in the land to be entered upon and
used by the LOCAL GOVERNMENT. Any additional right or privilege required to undertake
and to complete construction of the PROJECT shall be secured by the LOCAL GOVERNMENT.
14. Upon completion of the work in accordance with the Plans, the LOCAL
GOVERNMENT shall furnish a set of "as-built" plans certified by the Engineer of Record/CEI
that the necessary improvements have been completed in accordance with the Plans as the same
may be modified in accordance with the terms of this Agreement. This certification shall include
a statement that necessary inspections, tests, and physical measurements have been made, and that
all materials entering into the work conform to the Plans, conform to the applicable specifications
contained in the Standard Specifications for Road and Bridge Construction, 2007 edition as
amended, or otherwise conform to or meet generally accepted professional practices.
Additionally, the LOCAL GOVERNMENT shall assure that all post construction survey
monumentation required by Florida Statutes is completed and evidence of such is provided to the
DEPARTMENT in a manner acceptable to the DEPARTMENT. Upon acceptance of right-of-
way documents as specified in Paragraph 12, then the PROJECT shall be deemed accepted by and
turned over to the DEPARTMENT.
15. In the event contaminated soil is encountered by the LOCAL GOVERNMENT or
anyone within the DEPARTMENT right of way, the LOCAL GOVERNMENT shall immediately
cease work and notify the DEPARTMENT. The DEPARTMENT shall coordinate with the
appropriate agencies and notify the LOCAL GOVERNMENT of any required action related
thereto.
16. It is acknowledged by the parties that construction plans and specifications are still
being prepared by the LOCAL GOVERNMENT as of the date of this Agreement. Construction of
the PROJECT will not commence until the DEPARTMENT has approved the construction plans
and specifications as provided for in Paragraph 1 and all required right-of-way has been property
obtained and certified (if applicable) as such by the DEPARTMENT's Right of Way Manager.
17. If applicable, the LOCAL GOVERNMENT shall assure that load ratings are submitted
on any vehicular bridge prior to the final submission of the structure plans for DEPARTMENT
review. Structures shall not be opened to traffic until a signed and sealed final bridge load rating
that meets the Florida legal loads standard is complete.
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 18 of 19 Revised: 10/08/2008
EXHIBIT "D"
NOTICE OF COMPLETION
JOINT PARTICIPATION AGREEMENT
Between
THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
and the CITY OF WINTER SPRINGS
PROJECT DESCRIPTION: Install Turn Lanes at Sherry Avenue and Wade Street along SR 419
FINANCIAL MANAGEMENT ID# 424797-1-58-01
In accordance with the Terms and Conditions of the JOINT PARTICIPATION AGREEMENT,
the undersigned hereby provides notification that the work authorized by this Agreement is
complete as of 20
CITY OF WINTER SPRINGS
By:
Name:
Title:
ENGINEER'S CERTIFICATION OF COMPLIANCE
In accordance with the Terms and Conditions of the JOINT PARTICIPATION AGREEMENT,
the undersigned hereby certifies that all work which originally required certification by a
Professional Engineer has been completed in compliance with the Project construction plans and
specifications. If any deviations have been made from the approved plans, a list of all deviations,
along with an explanation that justifies the reason to accept each deviation, will be attached to this
Certification. Also, with submittal of this certification, the LOCAL GOVERNMENT shall furnish
the DEPARTMENT a set of "as-built" plans certified by the Engineer of Record/CEI.
By: , P.E.
SEAL:
Name:
Date:
FM#424797-1-58-01
Page 19 of 19
EXHIBIT - 1
Original Draft: 9/25/2008
Revised: 10/08/2008
FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS
AGREEMENT CONSIST OF THE FOLLOWING:
Federal Program (list Federal agency, Catalog of Federal Domestic Assistance title and number) -
$ (amount)
COMPLIANCE REQUIREMENTS APPLICABLE TO THE FEDERAL RESOURCES
AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS:
3. Etc.
STATE RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS
AGREEMENT CONSIST OF THE FOLLOWING:
MATCHING RESOURCES FOR FEDERAL PROGRAMS:
Federal Program (list Federal agency. Catalog of Federal Domestic Assistance title and number) -
$ (amount)
SUBJECT TO SECTION 215.97, FLORIDA STATUTES:
State Project (list State awarding agency, Catalog of State Financial Assistance title and number) -
$ (amount)
COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED
PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS:
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 1 of 19 Revised: 10/08/2008
Financial Management No.: Fund: DS Activity: FLAIR Approp:
424797-1-58-01 FLAIR Obj.:
Agency: City of Winter Springs Contract Amount: $368,000.00 Org. Code:
Contract No: A P ~ 3 ~ Vendor No.: F591026364-005
JOINT PARTICIPATION AGREEMENT
BETWEEN
THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND
CITY OF WINTER SPRINGS
This Joint Participation Agreement (hereinafter the "Agreement"), made and entered into
this _ day of o~ 2008, by and between the STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION (hereinafter referred to as the DEPARTMENT) and
the CITY OF WINTER SPRINGS, a Florida Municipal Corporation (hereinafter referred to as the
LOCAL GOVERNMENT),
WITNESSETH:
WHEREAS, the Parties have been granted specific legislative authority to enter into this
Agreement pursuant to Section 339.12, Florida Statutes; and
WHEREAS, the LOCAL GOVERNMENT, by Resolution/Minutes, acopy of which is
attached hereto as Exhibit "B" and made a part hereof, has authorized its officers to execute this
Agreement on its behalf; and
WHEREAS, the DEPARTMENT is prepared, in accordance with its Adopted Five Year
Work Program, to undertake the Project described as: "Install Turn Lanes at Sherry Avenue and
Wade Street along SR 419", in Fiscal Year 2008/2009, said Project being known as FM# 424797-
1-58-01, and more fully reflected in the Scope of Services attached hereto as Exhibit "A" and
hereinafter referred to as the "Project"; and
WHEREAS, the Project is not revenue producing and is contained in the adopted Five Year
Work Program; and
WHEREAS, the implementation of the Project is in the best interests of both the
DEPARTMENT and the LOCAL GOVERNMENT and it would be most practical, expeditious,
and economical for the LOCAL GOVERNMENT to perform the services to complete the Project;
and
FM#424797-1-58-01
Page 2 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
NOW, THEREFORE, in consideration of the mutual benefits to be derived from the joint
participation of this Agreement, the parties agree as follows:
1. The term of this Agreement shall begin upon the date the last party executes same.
The LOCAL GOVERNMENT agrees to complete the Project on or before one year from the date
of execution of this Agreement. If the LOCAL GOVERNMENT does not complete the Project
within the time period allotted, this Agreement will expire on the last day of scheduled completion
as provided in this paragraph unless an extension of the time period is requested by the LOCAL
GOVERNMENT and granted in writing by the DEPARTMENT prior to the expiration of the
Agreement. Expiration of this Agreement will be considered termination of the Project.
2. This Agreement shall serve as a permit to allow the LOCAL GOVERNMENT
access to the DEPARTMENT'S right-of--way to perform all necessary work as required under this
Agreement. The LOCAL GOVERNMENT shall perform necessary preliminary engineering,
prepare all design plans for the PROJECT suitable for reproduction on 11 inch by 17 inch sheets,
together with a complete set of specifications covering all construction requirements for the
PROJECT, perform the construction, provide all necessary engineering supervision, and otherwise
perform all other necessary work to complete the Project, as specified in Exhibit "A" attached
hereto and by this reference made a part hereof. Nothing herein shall be construed as requiring the
LOCAL GOVERNMENT to perform any activity, which is outside of the scope of services of the
Project. Except as specifically stated otherwise in this Agreement, all such activities shall be
performed at such times, in such manner, and under such conditions as the LOCAL
GOVERNMENT, in its sole discretion, deems appropriate. The DEPARTMENT shall not have
any jurisdiction or control over LOCAL GOVERNMENT activities, except as specifically stated
in this Agreement.
3. The LOCAL GOVERNMENT shall submit six (6) copies of all design plans that
pertain to this Agreement to the DEPARTMENT for review and approval. After approval of the
plains and prior to commencing the work described herein, the LOCAL GOVERNMENT shall
request a Notice to Proceed from the DEPARTMENT'S Construction Project Manager, Vince
Vacchiano at (386) 943-5406 or from an appointed designee. Any work performed prior to the
issuance of the Notice to Proceed is not subject to reimbursement.
4. In relation to Construction, the parties agree on the following:
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 3 of 19 Revised: 10/08/2008
(A) The LOCAL GOVERNMENT shall hire a DEPARTMENT pre-qualified
prime contractor ("Contractor") using the LOCAL GOVERNMENT'S normal bid
procedures to perform the construction work for the Project.
(B) The LOCAL GOVERNMENT shall hire a DEPARTMENT qualified
construction engineering and inspection firm ("CEI") to perform the Verification Testing
work for the Project, which CEI work shall be deemed to be part of the Project. If the
LOCAL GOVERNMENT utilizes its own work force for any services for the Project, the
costs and expenses associated with such self-performance shall not be subject to
reimbursement.
(C) The LOCAL GOVERNMENT shall require the LOCAL
GOVERNMENT'S contractor to post a bond or other security in accordance with section
337.18(1), Florida Statutes.
(D) The LOCAL GOVERNMENT shall be responsible for ensuring that the
Construction work under this Agreement is performed in accordance with the approved
construction documents and will meet all applicable DEPARTMENT standards as
specified in Exhibit "D".
(E) Upon request, the LOCAL GOVERNMENT agrees to provide progress
reports to the DEPARTMENT in the standard format used by the LOCAL
GOVERNMENT and at intervals established by the DEPARTMENT. The
DEPARTMENT will be entitled at all times to be advised, at its request, as to the status of
work being done by the LOCAL GOVERNMENT and of details thereof. Either party to
the Agreement may request and shall, within a reasonable time thereafter be granted a
conference with the other party.
(F) After construction is complete, the DEPARTMENT will resume
maintenance responsibilities of the roadway within the DEPARTMENT'Sright-of--way.
5. The DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT its actual
direct costs, excluding LOCAL GOVERNMENT overhead, in an amount not to exceed
$368,000.00 (Three Hundred Sixty Eight Thousand Dollars and No/100). Reimbursement will
be in accordance with Section 339.12, Florida Statutes, and subject to Legislative approval and
appropriation. The LOCAL GOVERNMENT understands that it is responsible for all cost of the
Project over and above $368,000.00 (Three Hundred Sixty Eight Thousand Dollars and No/100).
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 4 of 19 Revised: 10/08/2008
6. Actual direct costs are limited to the LOCAL GOVERNMENT'S direct payments
to its contractor and Construction CEI as required for completion of the Project. Such costs
include, but are not limited to, costs for supplies, materials, and services related to the Project.
7. Reimbursement herein is conditioned on the following:
(A) Bills for fees or other compensation for services or expenses shall be
submitted to the DEPARTMENT in detail sufficient for a proper pre-audit and post-audit.
Such submissions must include an Invoice Summary Sheet, supporting documentation to
justify the charges and for the final payment, the Notice of Completion; and
(B) The LOCAL GOVERNMENT may receive progress payments for services
that have been completed and accepted to the satisfaction of the DEPARTMENT when
properly supported by invoices or other acceptable evidence of payment to its contractors.
The remaining balance will be due upon the completion and approval of all Project
services.
(C) All payments from the DEPARTMENT to the LOCAL GOVERNMENT
are conditioned upon the completion of the Project in a manner consistent with the
approved Project construction documents by the LOCAL GOVERNMENT'S contractor;
(D) Within 30 days after completion of the work authorized by this Agreement,
the LOCAL GOVERNMENT shall notify the DEPARTMENT in writing of the
completion; and for all design work that originally required certification by a Professional
Engineer, this notification shall contain an Engineers Certification of Compliance, signed
and sealed by a Professional Engineer, Exhibit "C". The certification shall state that work
has been completed in compliance with the Project construction plans and specifications. If
any deviations are found from the approved plans, the certification shall include a list of all
deviations along with an explanation that justifies the reason to accept each deviation.
(E) The LOCAL GOVERNMENT shall provide the DEPARTMENT with
documentation supporting its final costs of the Project. This documentation must show the
total amount the LOCAL GOVERNMENT has incurred for the services performed under
this Agreement.
8. The LOCAL GOVERNMENT which is providing goods and services to the
DEPARTMENT should be aware of the following time frames. Upon receipt of an invoice, the
DEPARTMENT has twenty (20) working days to inspect and approve the goods and services. The
DEPARTMENT has twenty (20) days to deliver a request for payment (voucher) to the
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 5 of 19 Revised: 10/08/2008
Department of Financial Services. The twenty (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 a payment
is not available within forty (40) days, a separate interest penalty at a rate as established pursuant
to Section 55.03(1), Florida Statutes, will be due and payable to the LOCAL GOVERNMENT, in
addition to the invoice amount. Interest penalties of less than one dollar ($1.00) will not be
enforced unless the LOCAL GOVERNMENT requests payment. Invoices which have to be
returned to the LOCAL GOVERNMENT because of LOCAL GOVERNMENT 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. 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 payment(s) from a State Agency. The Vendor Ombudsman may be contacted at (850) 410-
9724 or by calling the Department of Financial Services Hotline at 1-800-848-3792.
9. The LOCAL GOVERNMENT agrees to keep complete records and accounts in
order to record complete and correct entries as to all costs, expenditures and other items incidental
to the work for this Project. All cost records and accounts shall be subject to audit by a
representative of the DEPARTMENT at all times during the period of this agreement and for a
period of five (5) 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 LOCAL
GOVERNMENT'S general accounting records and the project records, together with supporting
documents and records, of the contractor and all subcontractors performing work on the project,
and all other records of the Contractor and subcontractors considered necessary by the Department
for a proper audit of costs.
10. In the event this Agreement is in excess of TWENTY FIVE THOUSAND AND
NO/100 DOLLARS ($25,000.00) and a term for a period of more than one year, the provisions of
Section 339.135(6)(a), Florida Statutes, are hereby incorporated as follows:
"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
FM#424797-1-58-01
Page 6 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
the services to be rendered or agreed to be paid for in succeeding fiscal years; and
this paragraph shall be incorporated verbatim in all contracts of the DEPARTMENT
which are for an amount in excess of $25,000.00 and which have a term for a period
of more than one year."
11. The DEPARTMENT'S performance and obligation to pay under this Agreement is
contingent upon an annual appropriation by the legislature. The parties agree that in the event
funds are not appropriated to the DEPARTMENT for the Project, this Agreement may be
terminated, which shall be effective upon the DEPARTMENT giving written notice to the LOCAL
GOVERNMENT to that effect.
12. Audits: The administration of funds awarded by the DEPARTMENT to the
LOCAL GOVERNMENT may be subject to audits and/or monitoring by the DEPARTMENT as
described in this section.
MONITORING
In addition to reviews of audits conducted in accordance with OMB Circular A-133 and
Section 215.97, Florida Statutes, as revised (see "AUDITS" below), monitoring procedures
may include, but not be limited to, on-site visits by DEPARTMENT staff, limited scope
audits as defined by OMB Circular A-133, as revised, and/or other procedures. By
entering into this Agreement, the LOCAL GOVERNMENT 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 LOCAL GOVERNMENT is appropriate, the LOCAL GOVERNMENT agrees to
comply with any additional instructions provided by the DEPARTMENT staff to the
LOCAL GOVERNMENT regarding such audit. The LOCAL GOVERNMENT further
agrees to comply and cooperate with any inspections, reviews, investigations, or audits
deemed necessary by the DEPARTMENT'S Office of Inspector General (OIG) and
Florida's Chief Financial Officer (CFO) or Auditor General.
AUDITS
PART I: FEDERALLY FUNDED
Recipients of federal funds (i.e. state, local government, or non-profit organizations as
defined in OMB Circular A-133, as revised) are to have audits done annually using the
following criteria:
1. In the event that the recipient expends $500,000 or more in Federal awards in its
fiscal year, the recipient must have a single or program-specific audit conducted in
accordance with the provisions of OMB Circular A-133, as revised. If applicable,
EXHIBIT 1 to this Agreement indicates Federal resources awarded through the
DEPARTMENT by this Agreement. In determining the Federal awards expended in its
fiscal year, the recipient shall consider all sources of Federal awards, including Federal
resources received from the DEPARTMENT. The determination of amounts of Federal
awards expended should be in accordance with the guidelines established by OMB Circular
FM#424797-1-58-01
Page 7 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
A-133, as revised. An audit of the recipient conducted by the Auditor General in
accordance with the provisions OMB Circular A-133, as revised, will meet the
requirements of this part.
2. In connection with the audit requirements addressed in Part I, paragraph 1., the
recipient shall fulfill the requirements relative to auditee responsibilities as provided in
Subpart C of OMB Circular A-133, as revised.
3. If the recipient expends less than $500,000 in Federal awards in its fiscal year, an
audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is
not required. However, if the recipient elects to have an audit conducted in accordance
with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid
from non-Federal resources (i.e., the cost of such an audit must be paid from recipient
resources obtained from other than Federal entities).
4. Federal awards are to be identified using the Catalog of Federal Domestic
Assistance (CFDA) title and number, award number and year, and name of the awarding
federal agency.
PART II: 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 fmancial 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 for-profit
organizations), Rules of the Auditor General. If applicable, EXHIBIT 1 to 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 II, 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).
FM#424797-1-58-0 l
Page 8 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
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 III: 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 DEPARTMENT, 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 IV: REPORT SUBMISSION
1. Copies of reporting packages for audits conducted in accordance with OMB
Circular A-133, as revised, and required by PART I of this Agreement shall be submitted,
when required by Section .320 (d), OMB Circular A-133, as revised, 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
Attn: Dianne Peek-Audit Analyst
719 South Woodland Blvd. MS-522
Deland, Florida 32720
B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as
revised (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular
A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the
following address:
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10`h Street
Jeffersonville, IN 47132
C. Other Federal agencies and pass-through entities in accordance with
Sections .320 (e) and (f), OMB Circular A-133, as revised.
2. In the event that a copy of the reporting package for an audit required by PART I of
this Agreement and conducted in accordance with OMB Circular A-133, as revised, is not
required to be submitted to the DEPARTMENT for reasons pursuant to section .320 (e)(2),
OMB Circular A-133, as revised, the recipient shall submit the required written notification
pursuant to Section .320 (e)(2) and a copy of the recipient's audited schedule of
expenditures of Federal awards directly to each of the following:
FM#424797-1-58-01
Page 9 of 19
Florida Department of Transportation
Attn: Dianne Peek-Audit Analyst
719 South Woodland Blvd. MS-522
Deland, Florida 32720
Original Draft: 9/25/2008
Revised: 10/08/2008
In addition, pursuant to Section .320 (f), OMB Circular A-133, as revised, the recipient
shall submit a copy of the reporting package described in Section .320 (c), OMB Circular
A-133, as revised, and any management letters issued by the auditor, to the
DEPARTMENT at each of the following addresses:
Florida Department of Transportation
Attn: Dianne Peek-Audit Analyst
719 South Woodland Blvd. MS-522
Deland, Florida 32720
3. Copies of financial reporting packages required by PART II of this Agreement shall
be submitted by or on behalf of the recipient directl to each of the following:
A. The DEPARTMENT at each of the following addresses:
Florida Department of Transportation
Attn: Dianne Peek-Audit Analyst
719 South Woodland Blvd. MS-522
Deland, Florida 32720
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
4. Copies of reports or the management letter required by PART III 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
Attn: Dianne Peek-Audit Analyst
719 South Woodland Blvd. MS-522
Deland, Florida 32720
5. 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.
6. Recipients, when submitting financial reporting packages to the DEPARTMENT
for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local
FM#424797-1-58-01
Page 10 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
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.
13. After written notice and a reasonable opportunity to cure, either party may
unilaterally cancel this Agreement for refusal by the other party to 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 such party in conjunction with this Agreement.
14. This Agreement shall continue in effect and be binding on the parties until the
Project is completed, any subsequent litigation is complete and terminated, fmal costs are known,
and legislatively appropriated reimbursements, if approved, are made by the DEPARTMENT.
The DEPARTMENT may, at any stage, amend or terminate the PROJECT in whole or in part if
the DEPARTMENT determines that such action is in the best interest of the public.
15. This Agreement constitutes the complete and final expression of the parties with
respect to the subject matter hereof, and incorporates and includes all prior negotiations,
correspondence, conversation, agreements, or understanding applicable to the matters contain
herein. 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.
16. This Agreement shall be governed by and interpreted in accordance with the laws
of the State of Florida. Any provision herein determined by a court of competent jurisdiction, or
any other legally constituted body having jurisdiction, to be invalid or unenforceable shall be
severable and the remainder of this Agreement shall remain in full force and effect, provided that
the invalidated or unenforceable provision is not material to the intended operation of this
Agreement
FM#424797-1-58-01
Page 11 of 19
17. All notices required pursuant to the terms hereof shall be sent by First Class United
States Mail. Unless prior written notification of an alternate address for notices is sent, all notices
Original Draft: 9/25/2008
Revised: 10/08/2008
shall be sent to the following addresses:
Shirley Matthews
JPA Coordinator/MS 4-522
719 South Woodland Boulevard
Deland, Florida 32720-6834
PH: (386) 943-5452
shirlev.matthews(c~dot. state. fl. us
DEPARTMENT
Jim Stroz
Assistant D-STraffic Ops. Eng.
719 South Woodland Boulevard
Deland, Florida 32720-6834
PH: (386) 943-5312
jim.stroz ~dot.state.fl.us
Vince Vacchiano
Construction Project Manager
719 South Woodland Boulevard
Deland, Florida 32720-6834
PH: (386) 943-5406
vincent.vacchiano~~dot. state. fl.us
CITY OF WINTER SPRINGS
Brian Fields, P.E.
City Engineer
1126 East State Road 434
Winter Springs, Florida 32708
(407) 327-7597
bfields(c~wintersprin~sfl.org
18. PUBLIC ENTITY CRIME INFORMATION AND ANTI-DISCRIMINATION
STATEMENT: 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, for
CATEGORY TWO for a period of 36 months from the date of being placed on the convicted
vendor list. 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.
FM#424797-1-58-01
Page 12 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
IN WITNESS WHEREOF, the LOCAL GOVERNMENT has executed this Agreement
this 2 7th day of O c t ob e r , 2008, and the DEPARTMENT has executed this Agreement
this ~a~~.- day of ,~~ , 2008.
STATE OF FLORIDA
CITY OF WINTER SPRINGS DEPARTMENT OF TRANSPORTATION
By:. By:
Nam~~y_ .: ohn F . Bush ~~an
Title: M~iyr'r Titlf
Attest: ~ Attest:
,~ r.
n~
Executive Secretary
Legal R e Le al Review:
City Attorney
Financial Provision Approval by
Department of Comptroller on:
/Q - ~ - aoo~
Authorization Received From the Comptroller's
Office as to Availability of Funds:
FM#424797-1-58-01
Page 13 of 19
EXHIBIT "A"
SCOPE OF SERVICES
Original Draft: 9/25/2008
Revised: 10/08/2008
Financial Management Number: 424797-1-58-01
Install Turn Lanes at Sherry Avenue and Wade Street along SR 419
Project Description
The installation of a 400-foot southbound right turn lane for the intersection of SR
419 at Sherry Avenue and a 450-foot southbound left turn lane for the intersection of
SR 419 at Wade Street. The roadway improvements will be designed and
constructed by the City of Winter Springs in conjunction with the City's project to
improve Wade Street. The Department will contribute a lump sum amount up to
$368,000, for actual costs incurred, toward the cost of the roadway improvements.
FM#424797-1-58-01
Page 14 of 19
Original Draft: 9/25/2008
Revised: 10/08/2008
EXHIBIT "B"
RESOLUTION/MINUTES
Financial Management Number: 424797-1-58-01
CITY OF WINTER SPRINGS, FLORIDA
MINUTES
CITY COMMISSION
REGULAR MEETING
OCTOBER 27, 2008
CALL TO ORDER
The Regular Meeting of Monday, October 27, 2008 of the City Commission was called to
Order by Mayor John F. Bush at 5:18 p.m. in the Commission Chambers of the
Municipal Building (City Hall, 1126 East State Road 434, Winter Springs, Florida
32708).
Roll Call:
Mayor John F. Bush, present
Deputy Mayor Donald A. Gilmore, present
Commissioner Robert S. Miller, present
Commissioner Rick Brown, present via telephone
Commissioner Sally McGinnis, present
Commissioner Joanne M. Krebs, present
City Manager Ronald W. McLemore, arrived at 5:19 p.m.
City Attorney Anthony A. Garganese, present
The Pledge of Allegiance followed a moment of silence.
City Manager Ronald W. McLemore arrived at 5:19 p.m.
Mayor Bush noted, "We have one Agenda change. Staff has recommended that -Regular
item `605' (Part I) from the previous meeting be Pulled."
Mr. Randy Stevenson, ASLA, AICP, Director, Community Development Department
stated, "We are going to bring it back Mayor - at a later date."
Commissioner Joanne M. Krebs asked, "To Pull `201' from Consent (Agenda) and put it
on to Regular (Agenda [Part II])." No objections were voiced.
REGULAR AGENDA -PREVIOUSLY LISTED ON THE OCTOBER
13, 2008 REGULAR MEETING AGENDA
CITY OF WINTER SPRINGS, FLORIDA
MINUTES
CITY COMMISSION
REGULAR MEETING -OCTOBER 27, 2008
PAGE 2 OF 25
REGULAR AGENDA (PART I)
REGULAR
605. Community Development Department
Requesting The City Commission To Review And Approve, With Any Amendments
Deemed Appropriate, Resolution Number 2008-03 For Establishment Of The City
Of Winter Springs Memorial Tree Planting Program.
As just stated, this Agenda Item was Pulled.
INFORMATIONAL AGENDA
INFORMATIONAL
100. Community Development Department
Advising The City Commission Of The Status Of Various Current Planning
Proiects.
This Agenda Item was not discussed.
INFORMATIONAL
101. Public Works Department - Stormwater Division
Advising The City Commission On A Plaque Recently Presented To The City By
FEMA (Federal Emergency Management Agency) Recognizing The City's
Successful Participation In The National Flood Insurance Program's Community
Rating System.
No discussion.
INFORMATIONAL
102. Parks And Recreation Department
Would Like To Inform The City Commission About The Central Winds Park
Practice Fields Policy.
There was no discussion on this Agenda Item.
CITY OF WINTER SPRINGS, FLORIDA
MINUTES
C[TY COMMISSION
REGULAR MEETING -OCTOBER 27, 2008
PAGE 3 OF 25
INFORMATIONAL
103. Office Of The City Manager And Finance Department
Wish To Inform The City Commission Of The Receipt Of The Certificate Of
Achievement For Excellence In Financial Reporting For The Comprehensive
Annual Financial Report (CAFR) For The Fiscal Year Ended September 30, 2007
For The Eighth Consecutive Year.
This Agenda Item was not discussed.
"MOTION TO APPROVE" [INFORMATIONAL AGENDA]. MOTION BY
COMMISSIONER McGINNIS. SECONDED BY COMMISSIONER ICREBS.
DISCUSSION.
VOTE:
COMMISSIONER KREBS: AYE
COMMISSIONER MILLER: AYE
COMMISSIONER McGINNIS: AYE
DEPUTY MAYOR GILMORE: AYE
COMMISSIONER BROWN: AYE
MOTION CARRIED.
CONSENT AGENDA
CONSENT
200. Public Works Department
Requesting Authorization To Enter Into A Joint Participation Agreement With The
Florida Department Of Transportation To Install Turn Lanes Along State Road 419
At Wade Street And Sherry Avenue With An FDOT (Florida Department Of
Transportation) Contribution Of $368,000.00.
No discussion.
CONSENT
201. Office Of The City Manager And Office Of The City Attorney
Request The City Commission Consider Resolution 2008-51 Memorializing The
Direction Given By The City Commission On October 20, 2008 Regarding The
Investment Of The City's Surplus Funds.
As stated earlier in the Meeting, this Agenda Item was moved to the Regular Agenda.
CITY OF WMTER SPRMGS, FLORIDA
MINUTES
CITY COMMISSION
REGULAR MEETING -OCTOBER 27, 2008
PAGE 4 OF 25
CONSENT
202. Not Used.
CONSENT
203. Police Department
Requesting Commission Approval For A Supplemental Appropriation From The
General Fund Reserve Funds To Purchase A 2009 Ford Explorer 4x4 Vehicle. This
Is A Replacement Vehicle For A 2003 Chevrolet Impala That Was A Total Loss Due
To Damage Responding During A Tropical Storm.
This Agenda Item was not discussed.
CONSENT
204. Information Services Department
Requests Commission Authorization To Pay The Accela Annual Maintenance And
Support Contract In The Amount Of $41,689.86.
There was no discussion on this Agenda Item.
CONSENT
205. Office Of The City Clerk
Approval Of The October 13, 2008 City Commission Regular Meeting Minutes.
No discussion.
CONSENT
206. Office Of The City Clerk
Approval Of The October 20, 2008 City Commission Special Meeting Minutes.
This Agenda Item was not discussed.
Mayor Bush asked for aMotion - "Consent then, with the exception of `201' which is
now on the Regular Agenda?"
"MOTION TO APPROVE" [CONSENT AGENDA WITH THE EXCEPTION OF
CONSENT `201'J. MOTION BY COMMISSIONER McGINNIS. SECONDED BY
COMMISSIONER ItREBS. DISCUSSION.
CITY OF WINTER SPRINGS, FLORIDA
MINUTES
CITY COMM1SSlON
REGULAR MEETMG -OCTOBER 27, 2008
PAGE 5 OF 25
VOTE:
COMMISSIONER McGINNIS: AYE
DEPUTY MAYOR GILMORE: AYE
COMMISSIONER MILLER: AYE
COMMISSIONER KREBS: AYE
COMMISSIONER BROWN: AYE
MOTION CARRIED.
AWARDS AND PRESENTATIONS
AWARDS AND PRESENTATIONS
300. Presentation From Seminole County
Mr. Edward Horvath, Program Manager, Seminole County Public Works
Department Wishes To Address The Mayor And City Commission About The
Status Of Mosquito Control In Seminole County.
Mr. Edward S. Horvath, Mosquito Control Program Manager, Seminole County
Mosquito Control, Public Works Department, 177 Bush Loop, Sanford, Florida:
addressed the City Commission on Seminole County's Mosquito Control Program.
Much discussion.
Mr. Horvath noted, "If you -have got any questions, please call. If any of your residents
if they have questions, if they have concerns, you could email us, call us, fax us -
anytime they could call up and we would welcome their calls."
Mayor Bush asked Mr. Horvath, "If a citizen calls you, do you respond to that person?"
Mr. Horvath replied, "Yes."
With further discussion, Mr. Horvath explained, "If you guys get the calls, or if I get the
calls, they are coming back to you because we're reporting all the information. If it's a
call from you or a call straight to us, we're reporting the information in our database and
sending out an inspector to go look."
Discussion.
Mayor Bush suggested that something be added to our Website to direct citizens to
contact Seminole County on mosquito problems.
COMMISSION AGENDA
ITEM 200
October 27, 2008
Meeting
CONSENT X
INFORMATIONAL
PUBLIC HEARING
REGULAR
MGR '2./IbEPT ~/" /
,~
-~
Authorization
REQUEST: Public Works Department requesting authorization to enter into a Joint
Participation Agreement with the Florida Department of Transportation to
install turn lanes along State Road 419 at Wade Street and Sherry Avenue
with an FDOT contribution of $368,000.
PURPOSE: The purpose of this agenda item is to request authorization to enter into a Joint
Participation Agreement with the Florida Department of Transportation to install
turn lanes along State Road 419 at Wade Street and Sherry Avenue with an FDOT
contribution of $368,000.
CONSIDERATIONS:
• The Joint Participation Agreement (JPA) between the City and FDOT provides FDOT
funding in the amount of $368,000 for construction of the following improvements:
o Addition of an eastbound and westbound left-turn deceleration lanes from S.R.
419 onto Wade Street
o Addition of a right-turn deceleration lane on S.R. 419 eastbound onto Sherry
Avenue
The FDOT-funded improvements listed above are planned to be combined with the
following City-funded improvements into one construction project:
o Wade Street reconstruction from S.R. 419 to Old Sanford-Oviedo Road
o Addition of a right-turn deceleration lane on S.R. 419 westbound onto Wade
Street
102708_COMM_Conscnt_200_FDOTDPA SR419 Turn Lanes
October 27, 2008
Agenda Item #200
Page 2 of 2
• The FDOT-funded improvements were recommended by FDOT District 5 Traffic
Operations Staff as safety improvements based on recent traffic studies performed by
FDOT.
• The City-funded improvements are part of the City's three-year master pavement plan.
The City's construction portion of the project is estimated to cost $250,000.
• At the June 9, 2008 City Commission meeting, the Commission authorized entering into
an agreement with Pegasus Engineering, Inc. to provide professional engineering services
for both the City and FDOT-funded portions of the project. The design is approximately
50% complete at this time and is scheduled to be complete by January 2009.
Construction is scheduled for completion by July 2009. Under the terms of the Joint
Partnership Agreement, the project must be completed within one year from the date of
execution of the Agreement.
• Under the terms of the Joint Partnership Agreement, the City retains the option of not
proceeding with the project and the Agreement will expire after one year unless an
extension is granted by FDOT.
FUNDING:
No funding is requested at this time. After design completion and FDOT approval, the
project will be bid and the authorization to enter into a construction contract will be presented to
the City Commission for approval.
RECOMMENDATION:
Staff recommends that authorization be granted to enter into a Joint Participation
Agreement with the Florida Department of Transportation to install turn lanes along State Road
419 at Wade Street and Sherry Avenue with an FDOT contribution of $368,000.
ATTACHMENTS:
1. Exhibit A -Wade Street / S.R. 419 Improvements Map
2. Exhibit B -Joint Partnership Agreement
COMMISSION ACTION:
102708 COMM Consent 200 FDOT 1PA SR419 Tum Lanes
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 15 of 19 Revised: 10/08/2008
Exhibit "C"
TERMS & CONDITIONS OF CONSTRUCTION
1. The LOCAL GOVERNMENT is authorized, subject to the conditions set forth herein, to
enter DEPARTMENT right-of--way to perform all activities necessary for the construction of the
PROJECT (as described more fully in Exhibit "A"). The PROJECT shall be constructed in
accordance with construction plans and specifications to be approved by the DEPARTMENT and
consistent with the requirements of the DEPARTMENT. The plans shall include an appropriate
plan for maintenance of traffic. Should any significant (as defined by §4-3 of Standard
Specifications for Road and Bridge Construction, 2007, and as amended from time to time)
changes to the plans be required during construction of the PROJECT, the LOCAL
GOVERNMENT shall be required to notify the DEPARTMENT of the changes and receive
approval from the DEPARTMENT prior to the changes being constructed. The DEPARTMENT
reserves the right to adjust the plans to meet the requirements of permits. The LOCAL
GOVERNMENT shall be responsible to maintain the area of the PROJECT at all times during
construction of the PROJECT. All payment and performance bonds shall name the
DEPARTMENT as an additional oblige. All warranties on any product or material used in
construction of said PROJECT shall be in favor of the DEPARTMENT.
2. The LOCAL GOVERNMENT shall have the affirmative responsibility to locate all
existing utilities, both aerial and underground and that all utility locations shall be represented on
the construction plans. All utility conflicts shall be fully resolved directly with the applicable
utility. The LOCAL GOVERNMENT shall be obligated to design around any utility installation
for which the conflict cannot be resolved. Said utility work shall be deemed to be undertaken on
behalf of and for the benefit of the DEPARTMENT and the LOCAL GOVERNMENT shall assure
that utility work schedules are obtained for the project.
3. The work performed pursuant to this Agreement may require authorization under the
Clean Water Act, by the U.S. Environmental Protection Agency for Storm Water Discharges
from construction sites. The LOCAL GOVERNMENT is responsible for obtaining the National
Pollutant Discharge Elimination System Permit and all other necessary permits for construction
of the PROJECT. When applicable, such permits will be processed in the name of the
DEPARTMENT; however, in such event, the LOCAL GOVERNMENT will comply with all
terms and conditions of such permit in construction of the subject facilities.
4. This Agreement shall act to supersede the normal requirements of separate
DEPARTMENT permits for drive-way connection, right-of--way utilization, storm-water
discharge and utilities and this Agreement is deemed to constitute such permits.
5. It is expressly agreed by the parties that this Agreement creates a permissive use only
and that neither the granting of the permission herein to use DEPARTMENT and/or LOCAL
GOVERNMENT right-of--way nor the placing of facilities upon DEPARTMENT and/or LOCAL
GOVERNMENT land shall operate to create or vest any property right in the LOCAL
GOVERNMENT except as otherwise provided in separate agreements.
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 16 of 19 Revised: 10/08/2008
6. The DEPARTMENT shall appoint and authorize a single individual to serve as the
DEPARTMENT'S representative to coordinate and manage the DEPARTMENT review of
LOCAL GOVERNMENT activities pursuant to this Agreement. The LOCAL GOVERNMENT
shall provide a current construction schedule to the DEARTMENT' S representative and shall
notify the representative at least 48 hours in advance of starting proposed work and again
immediately upon completion of work.
7. The LOCAL GOVERNMENT shall utilize only a DEPARTMENT prequalified prime
contractor for the PROJECT.
8. The LOCAL GOVERNMENT shall hire a DEPARTMENT prequalified CEI firm to
perform Verification Testing in accordance with the 2007 Standard Specifications for Road and
Bridge Construction, and as amended from time to time. The DEPARTMENT shall have the
right, but not the obligation, to perform independent testing from time to time during the course
of construction of the PROJECT.
9. The LOCAL GOVERNMENT shall not modify the intent of the design plans or the
maintenance of traffic concept without appropriate submission by the Engineer of Record (the
"Engineer") and approval by the DEPARTMENT. Provided, however, in the event of an
emergency, the LOCAL GOVERNMENT shall immediately make any necessary changes and
notify the DEPARTMENT and the LOCAL GOVERNMENT after the modifications.
10. The DEPARTMENT may request and shall be granted a conference with the LOCAL
GOVERNMENT and at the LOCAL GOVERNMENT'S option, the LOCAL GOVERNMENT'S
CEI firm, to discuss any part of the PROJECT activities that the DEPARTMENT determines to be
inconsistent with the approved design plans and specifications. The LOCAL GOVERNMENT
will monitor the corrective action and provide the DEPARTMENT status reports at such intervals
as are reasonable, based on the corrective action undertaken, and the DEPARTMENT may, but is
not obligated to, review independently the progress of the corrective action. Provided however, if
the DEPARTMENT determines a condition exists which threatens the public's safety, the
DEPARTMENT may, at its discretion, issue an immediate stop work order.
11. The LOCAL GOVERNMENT shall have the continuous obligation to monitor the
maintenance of traffic and construction operation during the course of the PROJECT so that the
safe and efficient movement of the traveling public is maintained. The LOCAL GOVERNMENT
is further obligated to make such changes to the maintenance of traffic plans as may be necessary.
During construction, the LOCAL GOVERNMENT shall take measures, including the placing and
display of safety devices that are necessary in order to safely conduct the public through the
PROJECT area in accordance with the latest and current version of the Federal Highway
Administration Manual on Uniform Traffic Control Devices for Streets and Highways, and the
DEPARTMENT'S 2007 Standard Specifications for Road and Bridge construction and the
DEPARTMENT'S 2008 Roadway and Traffic Design Standards, and as those sources may be
amended from time to time. The LOCAL GOVERNMENT may assign the responsibility of this
paragraph to the Contractor or its' CEI for the construction of the PROJECT.
12. Prior to the PROJECT bidding, the LOCAL GOVERNMENT shall provide a project
schedule that includes, at a minimum, the date the PROJECT will be advertised for bid, the bid
opening date, the award date and the date of the preconstruction conference.
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 17 of 19 Revised: 10/08/2008
13. It is understood and agreed that the rights and privileges herein set out are granted only
to the extent of the DEPARTMENT'S right, title and interest in the land to be entered upon and
used by the LOCAL GOVERNMENT. Any additional right or privilege required to undertake
and to complete construction of the PROJECT shall be secured by the LOCAL GOVERNMENT.
14. Upon completion of the work in accordance with the Plans, the LOCAL
GOVERNMENT shall furnish a set of "as-built" plans certified by the Engineer of Record/CEI
that the necessary improvements have been completed in accordance with the Plans as the same
may be modified in accordance with the terms of this Agreement. This certification shall include
a statement that necessary inspections, tests, and physical measurements have been made, and that
all materials entering into the work conform to the Plans, conform to the applicable specifications
contained in the Standard Specifications for Road and Bridge Construction, 2007 edition as
amended, or otherwise conform to or meet generally accepted professional practices.
Additionally, the LOCAL GOVERNMENT shall assure that all post construction survey
monumentation required by Florida Statutes is completed and evidence of such is provided to the
DEPARTMENT in a manner acceptable to the DEPARTMENT. Upon acceptance of right-of-
way documents as specified in Paragraph 12, then the PROJECT shall be deemed accepted by and
turned over to the DEPARTMENT.
15. In the event contaminated soil is encountered by the LOCAL GOVERNMENT or
anyone within the DEPARTMENT right of way, the LOCAL GOVERNMENT shall immediately
cease work and notify the DEPARTMENT. The DEPARTMENT shall coordinate with the
appropriate agencies and notify the LOCAL GOVERNMENT of any required action related
thereto.
16. It is acknowledged by the parties that construction plans and specifications are still
being prepared by the LOCAL GOVERNMENT as of the date of this Agreement. Construction of
the PROJECT will not commence until the DEPARTMENT has approved the construction plans
and specifications as provided for in Paragraph 1 and all required right-of--way has been property
obtained and certified (if applicable) as such by the DEPARTMENT's Right of Way Manager.
17. If applicable, the LOCAL GOVERNMENT shall assure that load ratings are submitted
on any vehicular bridge prior to the final submission of the structure plans for DEPARTMENT
review. Structures shall not be opened to traffic until a signed and sealed final bridge load rating
that meets the Florida legal loads standard is complete.
FM#424797-1-58-01 Original Draft: 9/25/2008
Page 18 of 19 Revised: 10/08/2008
EXHIBIT "D"
NOTICE OF COMPLETION
JOINT PARTICIPATION AGREEMENT
Between
THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
and the CITY OF WINTER SPRINGS
PROJECT DESCRIPTION: Install Turn Lanes at Sherry Avenue and Wade Street along SR 419
FINANCIAL MANAGEMENT ID# 424797-1-58-01
In accordance with the Terms and Conditions of the JOINT PARTICIPATION AGREEMENT,
the undersigned hereby provides notification that the work authorized by this Agreement is
complete as of , 20
CITY OF WINTER SPRINGS
By:
Name:
Title:
ENGINEER'S CERTIFICATION OF COMPLIANCE
In accordance with the Terms and Conditions of the JOINT PARTICIPATION AGREEMENT,
the undersigned hereby certifies that all work which originally required certification by a
Professional Engineer has been completed in compliance with the Project construction plans and
specifications. If any deviations have been made from the approved plans, a list of all deviations,
along with an explanation that justifies the reason to accept each deviation, will be attached to this
Certification. Also, with submittal of this certification, the LOCAL GOVERNMENT shall furnish
the DEPARTMENT a set of "as-built" plans certified by the Engineer of RecordlCEI.
By: , P.E.
SEAL:
Name:
Date:
FM#424797-1-58-01
Page 19 of 19
EXHIBIT - 1
Original Draft: 9/25/2008
Revised: 10/08/2008
FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS
AGREEMENT CONSIST OF THE FOLLOWING:
Federal Program (list Federal agency, Catalog of Federal Domestic Assistance title and number) -
$ (amount)
COMPLIANCE REQUIREMENTS APPLICABLE TO THE FEDERAL RESOURCES
AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS:
Federal Program:
List applicabl c nce q n s fo s:
1. r a li ble c i ce eq t e.g., what services/purposes resources must be
0
2. Second applicable compliance requirement (e.g., eligibility requirements for recipients of
the resources).
3. Etc.
STATE RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS
AGREEMENT CONSIST OF THE FOLLOWING:
MATCHING RESOURCES FOR FEDERAL PROGRAMS:
Federal Pro ragm (list Federal agency. Catalog`ofFederal Domestic Assistance title and number) -
~amount)
SUBJECT TO SECTION 215.97. FLORIDA STATUTES:
State Project (list State awarding agency, Catalog of State Financial Assistance title and number) -
$ (amount)
COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED
PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: