Loading...
JOINT PARTICIPATION AGREEMENT (SP# 15040-3527/WPI# 7117148) RESOLUTION 98-36 I I State Project No. 15040-3527 WPI No, 7117148 FP No. 255870161 FAP No, N/A County: PINELLAS JOINT PARTICIPATION AGREEMENT 1f.~.,sf This Agreement made by and entered into on this ~'J>. day of, 1 ~ , by and between the STATE OF FLORIDA, DEPARTMENT OF TRANStORTATION (hereinafter called the "Department"), and the City of Clearwater (hereinafter called the "Local Government"); WITNESSETH: WHEREAS, the Department has let a resurfacing project for S,R. 60 between Sky Harbor Drive and Highlands Avenue (S,P, #: 15040-3527/W.P.I. #: 7117148), as described in Exhibit A, and which project included replacement of signals with mast arm signals, and WHEREAS, the Participant had requested the Department to exclude the work of mast arm replacement and incidental work at four locations before project letting and, as described in Attachment A attached hereto, from the Department's contract and perform such work by itself, and WHEREAS, the Department is agreeable to allow the Participant to design, let the project, complete construction, perform construction inspection, and maintain the project on its completion, The Participant is qualified to directly undertake the project of replacement of the four mast arms and incidental work as part of its project. WHEREAS, the Participant by Resolution No, 98-36 , a copy of which is attached hereto, as Exhibit C and by reference made a part hereto has authorized its officers to execute this Agreement on its behalf; NOW, THEREFORE, for and in consideration of the premises hereof and other mutual benefits to accrue to each of the parties hereto, it is mutually agreed as follows: 1, The Department and Participant shall provide those services described in Exhibit A attached hereto and by this reference made a part hereof in accordance with the provisions of this Agreement and in accordance with all applicable documents which form a part of the Project. 2, The Department agrees to contribute to the Participant's direct construction cost, in an amount not to exceed TWO HUNDRED FOURTEEN THOUSAND ONE HUNDRED AND FOUR DOLLARS ($214,104.00), The Participant shall utilize these funds for payment of State Project No, 15040-3527, These funds shall be distributed in one payment as follows: The Department shall reimburse the Participant for project expenses up to 100% of its contribution ($214,104.00) after inspection and acceptance by a Department representative of 0(' /' /) I ..... ~ ... (/ ! i . / .' I I project related expenses incurred by the Participant and reflected by paid invoices. 3, The Department shall have ten (10) working days to approve the invoice submitted by the Participant. Project costs which are eligible for Department participation will be allowed only from the date offinal execution of the Agreement. The Participant shall submit the invoice for fees and other compensation for services or expenses in detail sufficient for a proper pre- audit and post-audit thereof. The invoice shall be submitted to the State of Florida, Department of Transportation, Attention Mr. Jamal Nagamia, Project Manager, at 11201 N. McKinley Drive, MS-7-600 District Seven, Tampa, Florida 33612-6403, 4, Section 215.422(5), Florida Statutes, require the Department to include a statement of vendor rights in this Agreement. The Participant is hereby advised of the following time frames. Upon receipt, the Department has ten (10) days to inspect the goods and services provided by the Participant. The Department has twenty (20) days to deliver a request for payment to the Department of Banking and Finance. The twenty days are measured from the latter of the date the invoice is received or the goods and services are received, inspected and approved by the Department. If payment is not available within forty (40) days of invoice approval, a separate interest penalty at a rate as established pursuant to Section 215.422 (3 )(b), F, S, will be due and payable, in addition to the invoice amount, to the Participant. Interest payments ofless than one (1) dollar will not be enforced unless the Participant request payment. Invoices which have to be returned to the Participant because of invoice preparation errors will result in a delay in the payment. The invoice payment requirements do no start until a properly completed invoice is provided the Department. A vendor Ombudsman has been established with the Department of Banking and Finance, The duties oftbis individual include acting as an advocate of the Participant in the event that the Participant may be experiencing problems in obtaining timely payments from the Department. The Vendor Ombudsman may be contacted at (904) 488-2924 or by calling the Comptroller's Hotline (1-800-848-3729), 5. In the event that the project is not started by March 28, 2000 the Department will not be responsible for reimbursement for any project related cost claimed by the Participant. (A) The Project shall not be deemed terminated, canceled, or indefinitely suspended merely because of a delay in commencing or pursuing the work without an actual written declaration of termination, cancellation, or indefinite suspension from the Department stating that it is intended as such, (B) The Department shall have the right to retain out of any payment due the Participant under this Agreement an amount sufficient to satisfy any amount due and owing to the Department by the Participant on any other Agreement between the Participant and the Department, whether existing now or in the future. I I (C) In the event it becomes necessary for the Department to institute suit for the enforcement of the provisions of this Agreement, the Participant shall pay the Department's reasonable attorney fees and court cost if the Department prevails. 6. To the extent provided by law, the Participant shall indemnify, defend, and hold harmless the Department and all of its officers, agents, and employees from any claim, loss, damage, cost, charge or expense arising out of any act, error, omission, or negligent act by the Participant, its agents, or employees, during the performance of the Agreement, except neither Participant, its agents, nor its employees will be liable under this paragraph for any claim, loss, damage, cost, charge, or expense arising out of any act, error, omission, or negligent act by the Department or any of its officers, agents, or employees during the performance of the Agreement. When the Department receives a notice of claim for damages that may have been caused by the Participant in the performance of services required under this Agreement, the Department will immediately forward the claim to the Participant. The Participant and the Department will evaluate the claim and report their findings to each other within fourteen (14) working days and will jointly discuss options in defending the claim, After reviewing the claim, the Department will determine whether to require the participation of the Participant in the defense of the claim or to require that the Participant defend the Department in such claim as described in this section. The Department's failure to promptly notify the Participant of a claim shall not act as a waiver of any right herein to require the participation in or defense of the claim by the Participant. The Department and the Participant will each pay its own expenses for the evaluation, settlement negotiations, and trail, if any, However, if only one party participates in the defense of a claim at a trail, that party is responsible for all expenses at trial. 7. The parties recognize and accept the funding restrictions set forth in Section 339,135 (6)(a), Florida Statutes, which may affect each of the parties' obligations. Those provisions are as follows: - (a) "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 offunds, Nothing herein contained shall prevent the making of contracts for periods exceeding one (1) year, but any contract so made shall be executory only for the value of the 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 and which have a term for a period of more than 1 year." 8. Any notice or other document which either party is required to give or deliver to the other shall be given in writing and sent to the addresses provided in Exhibit D attached hereto and by reference made a part hereof. .. I I 9, This Agreement shall take effect upon being executed by the parties and shall be terminated upon the earlier of the mutual consent of the parties or two hundred forty (240) days after final acceptance of the Project; provided, however, that the Participant's obligations to perform maintenance shall survive any termination of this Agreement that occurs subsequent to performing any part of the Project for which maintenance would be required, I I IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their duly authorized officers and their official seals hereto affixed, this '2~ day of Au~IJ'-'T ' 19~ By: RITA ARVEY MAYOR-COMMISSION STATE OF FLORIDA DEPARTMENT OF TRA ODUCTION CITY OF CLEARWATER By: DIS COUNTERSIGNED: LBERTO CITY MANAGER ATTEST: A '7h~J~~~~~ ~~~::OlfDEAU - ~ APPROVED AS TO FORM: APPROVED AS TO FORM, LEGALITY AND EXECUTION: s:e= JOHN C. CARASSAS ASSISTANT CITY ATTORNEY ~ ;8~~~ DISTRICT COUNSEL I I State Project No. WPl No. FPNo. F AP No, County 15040-3527 7117148 255870161 N/A PINELLAS EXHillIT A 1. Project Description: The Project which is the subject matter of this Agreement includes all documents ordinarily and/or necessarily associated with a project of its nature (for example, design plans, construction plans, design criteria, specifications, etc.), which documents, whether specifically named in this Agreement or not, are by this reference made a part of this Agreement as though fully set forth herein. The project which is the subject matter of this Agreement is described as follows: Construction of the mast arms, on SR 60 from Court Street to Sky Harbor Drive, The locations are as follows: Lake Drive, Duncan Ave., Arcturas Ave., and West Mall Entrance, The Participant shall: 1. Be responsible for the bidding and construction of four (4) mast arm signals, The construction administration and utility identification (and/or relocation and maintenance), for the mast arms described above. 2. " Provide all necessary construction inspection. Cooperate with the Department for construction inspection oversight. 3. Meet all local building code requirements. The Participant is also responsible for pulling all applicable permits from FDOT for the work. 4. The Participant shall also be responsible for all cost incurred over and above the sum of$214,104.00, 5, Be responsible for all coordination with the adjacent businesses and homeowners, local agencies and utilities, 6, Agree to maintain the mast arms in perpetuity after the modifications are complete, 7, Verify work in place prior to submitting a final invoice to the Department for reimbursement. 8. Retain a qualified design consultant for project design and CEl to construct four I I mast arm signals at locations identified in the project description, on the previous page. 9, Provide post design services for design changes during construction, 10. Pay for all consultant design services and CEI cost. 11. Commence construction on the project by March 28,2000. 12, Coordinate with the Department utility relocations. The Department shall: 1. Coordinate with the Participant for the location of the mast arms and establish project limits. 2, Provide funding for a portion of the project in accordance with Attachment "B," Project Funding, 3, Process final payment (Lump Sum) upon receipt of paid invoices from Participant, not to exceed $214,104,00; subject to satisfactory inspection and acceptance of the project by the Department. 4. The Department will review and approve all drawings and contract documents before the project is let. I I EXHffiIT B State Project No. WPI No. FPNo, F AP No. County 15040-3527 7117148 255870161 N/A PINELLAS Project Funding: Department: AMOUNT Construction contribution $214,104,00 Participant: Cost over and above $214,104.00 All Costs The payment schedule is as follows: The Participant is responsible for paying the contractor for work completed, Upon final completion The Participant will then submit paid invoices to the Department with a request for reimbursement, The Department's maximum contribution is $2 I 4) 04.00, toward construction cost only. I EXHIBIT C I State Project No. WPI No. FPNo. F AP No. County CITY OF CLEARWATER RESOLUTION # 1 f....3(, (ATTACHED TO THIS COVER) 15040-3527 7117148 255870161 N/A PINELLAS I RESOLUTION NO. 98-!6 I A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, AUTHORIZING THE EXECUTION OF A JOINT PROJECT AGREEMENT BETWEEN THE CITY OF CLEARWATER AND THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION, FOR REIMBURSEMENT FOR SIGNAL WORK TO BE PERFORMED BY THE CITY ALONG S.R. 60; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Department resurfacing project for S.R. 60 signals with mast arms, and of Transportation has let a that includes replacement of WHEREAS, the City has requested the Department of Transportation to exclude the signal work from the contract and perform the construction of decorative signal assemblies by itself in keeping with the City's vision of revitalizing the Gulf-To-Bay corridor, and WHEREAS, the Florida Department of Transportation has agreed to contribute to the City's direct construction cost under a Joint Participation Agreement, a copy of which is attached hereto, an amount not to exceed TWO HUNDRED FOURTEEN THOUSAND AND ONE HUNDRED AND FOUR DOLLARS ($214,104.00) in one payment after inspection and acceptance by the Department of project related expenses incurred by the City and reflected by paid invoices; now, therefore, BE IT RESOLVED BY THE CITY Cc:Ho1ISSION OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The City Commission hereby accepts and approves the Joint Project Agreement between the City and the State of Florida, Department of Transportation, for reimbursement for signal work to be performed by the City along S.R. 60. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 6th day of August , 1998. ~~ Mayor--Cormnlssloner Approved as to form: Attest: ~~ John Carassas Assistant City Attorney ~~~ uJ.yn ~ E. Go deau . D- _ity Clerk "." I I State Project No. 15040-3527 WPINo.7117148 FP No. 255870161 FAP No. N/A County: PINELLAS JOINT PARTICIPATION AGREEMENT This Agreement made by and entered into on this day of, 19_, by and between the STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION (hereinafter called the "Department"), and the City of Clearwater (hereinafter called the "Local Government"); WITNESSETH: WHEREAS, the Department has let a resurfacing project for S.R. 60 between Sky Harbor Drive and Highlands Avenue (S.P. #: 15040-3527/W.P.I. #: 7117148), as described in Exhibit A, and which project included replacement of signals with mast arm signals, and WHEREAS, the Participant had requested the Department to exclude the work of mast arm replacement and incidental work at four locations before project letting and, as described in Attachment A attached hereto, from the Department's contract and perform such work by itself, and WHEREAS, the Department is agreeable to allow the Participant to design, let the project, complete construction, perform construction inspection, and maintain the project on its completion. The Participant is qualified to directly undertake the project of replacement of the four mast arms and incidental work as part of its project. WHEREAS, the Participant by Resolution No. 98-36 , a copy of which is attached hereto, as Exhibit C and by reference made a part hereto has authorized its officers to execute this Agreement on its behalf; NOW, THEREFORE, for and in consideration of the premises hereof and other mutual benefits to accrue to each of the parties hereto, it is mutually agreed as follows: 1. The Department and Participant shall provide those services described in Exhibit A attached hereto and by this reference made a part hereof in accordance with the provisions of this Agreement and in accordance with all applicable documents which form a part of the Project. 2. The Department agrees to contribute to the Participant's direct construction cost, in an amount not to exceed TWO HUNDRED FOURTEEN THOUSAND ONE HUNDRED AND FOUR DOLLARS ($214,104.00). The Participant shall utilize these funds for payment of State Project No. 15040-3527. These funds shall be distributed in one payment as follows: The Department shall reimburse the Participant for project expenses up to 100% of its contribution ($214,104.00) after inspection and acceptance by a Department representative of I I (C) In the event it becomes necessary for the Department to institute suit for the enforcement of the provisions of this Agreement, the Participant shall pay the Department's reasonable attorney fees and court cost if the Department prevails. 6. To the extent provided by law, the Participant shall indemnify, defend, and hold harmless the Department and all of its officers, agents, and employees from any claim, loss, damage, cost, charge or expense arising out of any act, error, omission, or negligent act by the Participant, its agents, or employees, during the performance of the Agreement, except neither Participant, its agents, nor its employees will be liable under this paragraph for any claim, loss, damage, cost, charge, or expense arising out of any act, error, omission, or negligent act by the Department or any of its officers, agents, or employees during the performance of the Agreement. When the Department receives a notice of claim for damages that may have been caused by the Participant in the performance of services required under this Agreement, the Department will immediately forward the claim to the Participant. The Participant and the Department will evaluate the claim and report their findings to each other within fourteen (14) working days and will jointly discuss options in defending the claim. After reviewing the claim, the Department will determine whether to require the participation of the Participant in the defense of the claim or to require that the Participant defend the Department in such claim as described in this section. The Department's failure to promptly notify the Participant of a claim shall not act as a waiver of any right herein to require the participation in or defense of the claim by the Participant. The Department and the Participant will each pay its own expenses for the evaluation, settlement negotiations, and trail, if any. However, if only one party participates in the defense of a claim at a trail, that party is responsible for all expenses at trial. 7. The parties recognize and accept the funding restrictions set forth in Section 339.135 (6)(a), Florida Statutes, which may affect each of the parties' obligations. Those provisions are as follows: -0 (a) "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 (1) year, but any contract so made shall be executory only for the value of the services to he rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall he incorporated verbatim in all contracts of the department which are for an amount in excess of $25,000 and which have a term for a period of more than 1 year." 8. Any notice or other document which either party is required to give or deliver to the other shall be given in writing and sent to the addresses provided in Exhibit D attached hereto and by reference made a part hereof I I IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their duly authorized officers and their official seals hereto affixed, this day of , 199_. CITY OF CLEARWATER STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION By: RITA GARVEY MA YOR-COMMISSIONER By: DISTRICT DIRECTOR OF PRODUCTION COUNTERSIGNED: NUCHAELJ.ROBERTO CITY MANAGER A TrEST: A TrEST: CYNTHIA E. GOUDEAU CITY CLERK EXECUTIVE SECRETARY (SEAL) APPROVED AS TO FORM: APPROVED AS TO FORM, LEGALITY AND EXECUTION: ~~ JOHN C. CARASSAS ASSISTANT CITY A TrORNEY DISTRICT COUNSEL . , I I mast arm signals at locations identified in the project description, on the previous page. 9. Provide post design services for design changes during construction. 10. Pay for all consultant design services and CEI cost. 11. Commence construction on the project by March 28, 2000. 12. Coordinate with the Department utility relocations. The Department shall: 1. Coordinate with the Participant for the location of the mast arms and establish project limits. 2. Provide funding for a portion of the project in accordance with Attaclunent "B," Project Funding. J. Process final payment (Lump Sum) upon receipt of paid invoices from Participant, not to exceed $214,104.00; subject to satisfactory inspection and acceptance of the project by the Department. 4. The Department will review and approve all drawings and contract documents before the project is let. . . "".' I EXHIBIT C I State Project No. WPl No. FP No. FAP No. County CITY OF CLEAR WATER RESOLUTION # (A TT ACHED TO THIS COVER) 15040-3527 7117148 255870161 N/A PfNELLAS I I EXHmIT D State Project No. WPI No. FPNo. F AP No. County 15040-3527 7117148 255870161 N/A PINELLAS MAILING LIST This Exhibit forms an integral part of that certain Joint Participation Agreement between the Department and City of Clearwater. Mr. Jamal Nagamia, P.E., Consultant Project Manager Florida Department of Transportation 11201 N. McKinley Drive Tampa, Florida 33612 813-975-6164 Mr. Richard J. Baier, P.E. Public Works Administrator City of Clearwater Post Office Box 4748 Clearwater, Florida 33758-4748