Loading...
JOINT PROJECT AGREEMENT REGARDING ITS PROJECT ALONG SR 60 & US 19 ~ Clearwater o Interoffice Correspondence Sheet From: Dottie Reehling, City Clerk Specialist Alice R. Eckman, Engineering Services Technician Aff To: CC: Date: September 25, 2000 RE: Original Joint Project Agreement between the City of Clearwater and State of Florida Department of Transportation - Dated September 19th, 2000 (FPN: 408419 1 32 01) Please find attached for your records one fully executed IIORIGINAL" of the Joint Project Agreement between the City of Clearwater and State of Florida Department of Transportation for an Integrated ITS Project along SR 60 (Gulf-to-Bay Blvd.) in the Clearwater area and US 19 in Pinellas County - Dated September 19, 2000. We have kept a xerox copy in our office for our files. /ae Attachment Tralllmitt"oIClficirlal'swO<<k',otiiee RECEIVED SEP ,2 h 2000 CITY CLERK DEPARTMENT ~ Florida Department of Transportation 11201 N. McKINLEY DRIVE. TAMPA, FL 33612~56 . (813)975-6000 . 1-800-226-7220 JEB BUSH GOVERNOR THOMAS F. BARRY, JR. SECRETARY September 19, 2000 10). m (n PI ~ I.~ ~~ SEP 2 2 200l (l:J c:,y OF CLE.~RWMER PUBLIC WORKS ADM;NISTRATION Mahshid D. Arasteh, P.E. Public Works Administrator City of Clearwater Post Office Box 4748 Clearwater, Florida 33758.4748 RE: Joint Participation Agreement (JPA): ITS; FPN: 408419 1 3201 Dear Ms. Arasteh: One (1) original signature copy of the referenced JPA is enclosed. The Department will coordinate with the City regarding the deposit referenced in Section 4. A of the agreement. We will look forward to working with the City on this project. If you have any questions, please call me at (813) 975-6475. Sincerely, t~i1,~0 Cathy D. Paxton JP NLAP Administrator /CDP cc: Bejan Behzadi, w/attachment Linda Mitchell, w/attachment Penny 1. Dismore, w/o attachment www.dat.state.fl.us I . __ I". CITY OF CLEARWATER FPN:408419 1 COUNTY: PINELLAS JOINT PARTICIPATION AGREEMENT This Agreement made by and entered into on this /9 'II] day ofe )~~mj;t3r, 200,1 , by and between the STATE OF FLORIDA, DEPARTMENT OF TRANSP RTATION (hereinafter called the "Department"), and THE CITY OF CLEARWATER (hereinafter called the "City"); WITNESSETH: WHEREAS, pursuant to the Transportation Equity Act for the 21 st Century (TEA-21 Public Law -105-178), there is Federal funding available for certain Intelligent Transportation Systems (ITS) projects in the State of Florida; and WHEREAS, the Department is authorized to enter into agreements with governmental entities in accordance with Chapter 339.12, Florida Statutes; and WHEREAS, the Pinellas Metropolitan Planning Organization (MPO) has allocated certain Congestion Management Air Quality (CMAQ) and federally earmarked funds toward multi-year ITS projects in Central and Northern Pinellas County described in Exhibit "A" attached hereto and by reference made a part hereof (hereinafter referred to as the "Project"); and WHEREAS, the Department and the City desire to participate in an Integrated ITS project in the Clearwater area and along S.R. 60 (Gulf to Bay) and along US 19 in Pinellas County as described in Exhibit "A" (hereinafter referred to as the "Project"); and WHEREAS, the City operates a Traffic Control Center within the City limits for all traffic and advisory equipment within the City limits in order to manage and control traffic flows; and WHEREAS, the City shall deposit funds in an estimated amount of$1,100,000 (One million, one hundred thousand dollars) toward the completion of the design phase of the Project in accordance with Exhibit "B" attached hereto and by reference made a part hereof; and WHEREAS, the City agrees to deposit additional funds in an amount not to exceed $350,000 (Three hundred fifty thousand dollars) toward the estimated construction bid should the accepted construction contract bid come in higher than the original estimated bid in accordance with the provisions provided hereunder; and WHEREAS, the City by Resolution No.00-16, a copy of which is attached hereto, and by reference made a part hereof, has authorized its officers to execute this Agreement on its behalf; and CO. .7 "d (' I ,r, ". _, .v ~.-i'- C cL.J t! 1 'I (] ~ll\ ! 31 0 ~::j (~:j ; J!.\j ~ .' 'r WHEREAS, the Department has programmed such Federal funding in its Adopted Five Year Work Program for the Project. NOW, THEREFORE, for and in cQnsideration 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 shall commence and complete the Project as described in Exhibit "A" attached hereto and by reference made a part hereof, in accordance with the provisions ofthis Agreement and in accordance with all applicable documents which form a part ofthe Project. 2. The Department agrees to exercise reasonable efforts to obtain Federal funds for the Project. 3. The parties recognize that funding for this Project is expected to come from the following sources: $1,100,000 (One million one hundred thousand dollars) deposit from the City and the federally earmarked funds of $2,752,474 (Two million seven hundred fifty two thousand four hundred seventy four dollars), if obtained, to be used for ITS Improvements on SR 60 in Clearwater in accordance with Exhibit A attached hereto and by reference made a part hereof The parties further recognize the use of $1,652,474 (One million six hundred fifty two thousand four hundred seventy four dollars) ofCMAQ funds for ITS Improvements on SR60 in Clearwater. Remaining funds, ifany, will be utilized to make ITS Improvements on US 19 in Clearwater. 4. The City agrees to participate in the design and construction costs for the Project in accordance with Exhibit "B", and as further described herein. (A) The City agrees that it will, at least thirty (30) calendar days prior to the Department's hiring a design consultant, furnish the Department an estimated advance deposit in the amount of $ L 1 00,000 (One million one hundred thousand dollars) for payment of the estimated proj ect cost for the design phase for Locally Funded project number 408419 1. The Department may utilize this deposit for payment of the cost of the design phase of the project. (B) During the construction phase of the project, if the accepted bid amount is in excess ofthe estimated construction bid amount, the City further agrees that it will provide an additional deposit, in an amount not to exceed $350.000.00 (three hundred fifty thousand dollars). total. within fourteen (14) calendar days of notification from the Department or prior to posting of the accepted bids, whichever is earlier. The Department will notify the City as soon as it becomes apparent the accepted bid amount is in excess of the estimated bid amount. ( C) Should construction contract supplemental agreements occur during actual construction, the City's share of construction project costs will be increased to cover the cost of such supplemental agreements and the City will be notified by the Department accordingly. The City agrees to provide adequate funds to ensure that cash on deposit with the Department is sufficient to fully fund the contract supplemental agreements. The Department shall notify the City as soon as it becomes apparent the actual cost is increasing due to a supplemental 2 ~ agreement and that an additional deposit is needed from the City; however, failure of the Department to so notifY the City shall not relieve the City from its obligation to pay for its full participation on final accounting as provided herein below. (D) Upon final payment to the Construction Contractor, the Department intends to have its final and complete accounting of all costs incurred in connection with the work performed hereunder within three hundred sixty days. All project cost records and accounts shall be subject to audit by a representative of the City for a period of three (3) years after final close out of the project, The City will be notified ofthe final cost. Both parties agree that in the event the final accounting oftotal project costs pursuant to the terms of this agreement is less than the total deposits to date, a refund of the excess will be made by the Department to the City in accordance with Section 215.422, Florida Statutes. (E)' In the event said final accounting of total construction project costs is greater than the total deposits for construction project costs to date, the City will pay the additional construction project costs amount within forty (40) calendar days from the date of the invoice. The City agrees to pay interest at a rate as established pursuant to Section 55.03, Florida Statutes, on any invoice not paid within the time specified in the preceding sentence until the invoice is paid. (F) The payment of funds under this Joint Participation Agreement will be made as provided in the Memorandum of Agreement between City, Department, and the State of Florida, Department of Insurance, Division of Treasury. (G) Contact Persons: City of Clearwater 100 S. Myrtle Ave.. #220 Clearwater. Florida 33756-5520 Contact Person: Mahshid Arasteh. Title: Public Works Administrator Telephone: (727) 562-4757 Fax: (727) 562-4755 Federal Employer ill (FEIN) 59-60000239001 City: Address: FDOT: Florida Department of Transportation 11201 N. McKinley Drive. MS 7-350 Tampa. Florida 33612 Cathy D. Paxton Title: JPA/Lap Administrator (813) 975-6475 Suncom: 512-7832 (813) 975-6443 Suncom: 512-7800 Contact Person: Telephone; Fax: (H) This Agreement shall continue in effect and be binding on the parties until the Project is completed, final costs are known, and appropriate reimbursements are made. 3 r , T 5. The City agrees to manage, operate, and maintain the Project constructed in accordance with Exhibit "A" attached hereto and by reference made a part hereof, such management, operating, and maintenance to begin immediately upon final acceptance of the project, except that the Department will maintain sign or equipment structures constructed by this Project within the Department's right-of-way. 6. In the event the Department encounters hazardous or contaminated materials within the limits of the Project, and such hazardous or contaminated materials are on property not owned by the Department, the City shall be responsible for the expenses of hazardous or contaminated materials removal and appropriate disposal in accordance with State and Federal standards as required by Department policy and procedure. 7. ' The City shall grant the Department, its agents, employees and contractors right of entry onto the City's property for purposes of construction of the Project. 8. To the extent provide by law, the City shall indemnify, defend, and hold harmless the Department and all of its officers, agents, and employees from any claim, loss, damages, cost, charge, or expense arising out of any act, error, omission, or negligent act by the City, its agents, or employees, during the performance of the Agreement, except that neither the City, its agents, or 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 either party receives notice of a claim for damages that may have been caused by the other party in the performance of services required under this Agreement, that party will immediately forward the claim to the other party. Each party will evaluated the claim, and report its findings to each other within fourteen (14) working days and jointly discuss options in defending the claim. A party's failure to promptly notify the other of a claim will not act as a waiver of any right herein. 9. The parties recognize and accept the funding restrictions set forth in Section 339.135 (6)(a), and Section 166.241(3), 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, 4 ~ ," 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." Section 339.135 (6)(a), Florida Statutes. (b) "The governing body of each municipality shall adopt a budget each fiscal year. The budget must be adopted by ordinance unless otherwise specified in the respective municipality's charter. The amount available from taxation and other sources, including accounts carried over from prior fiscal years, must equal the total appropriations for expenditures and reserves. The budget must regulate expenditures of the municipality, and it is unlawful for any officer of a municipal government to expend or contract for expenditures in any fiscal year except in pursuance ofbudgeted appropriations." Section 166.241(3), Florida Statutes (c ) The parties agree that in the event funds are not appropriated to the Department or the City for the Project, this Agreement may be terminated, which shall be effective upon either party giving notice to the other to that effect. 10. The Department 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 cost ofthe Project. 11. Federal-aid funds may participate in any costs incurred in conformity with applicable Federal and State Law, including requirements of the Federal Aid Program Manual (F APM), Title VI of the Civil Rights Act of 1964, Davis Bacon Act, the Americans with Disabilities Act of 1990 (ADA) and any and all amendments thereto, Regulation 23 C.F.R. and 49 C.F.R., and policies and procedures prescribed by the FHW A Division Administrator (FHW A). 12. Any notice or other document which either party is required to give or deliver to the other shall be given in writing. 13. 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 Local Government's obligations to perform management, operations, or maintenance shall survive any termination of this Agreement. 5 ~ '. CITY OF CLEARWATER FPN: 4084191 COUNTY: PINELLAS IN WITNESS WHEREOF, the parties hereto have caused these presents be executed, the day and year first above written. ~FCLEARWATER ." 1J.~-:rr LIAM B. HORNE, IT INTERIM CITY MANAGER DEPARTMENT OF TRANSPORTATION l!bt{s~o~ DISTRICT DIRECTOR OF PLANNING AND PUBLIC TRANSPORTATION COUNTER-SIGNED ~~EZt---- BRIAN J. A~ST - -- - MAYOR-COMMISSIONER ATTEST '" ~. ,(b:c /I. - /?u ,2 J?u. . 4U/ , U.Qj Ct'~ CYN~ ~ E. GOUDEAU '1 tcrry CLERK . APPROVED AS TO FORM, LEGALITY APPROVED AS TO FORM, LEGALITY ~ " ' ~l . ;. ~ EiC . HAYMAN, CITY OF CLEARWATER :?:~~().~ nt City Attorney 'ATTORNEY DEPARTMENT OF TRANSPORTATION ~ 6 CITY OF CLEARWATER FPN: 408419 1 COUNTY: PINELLAS EXHIBIT A 1. Project Description: The project calls for construction ofITS Improvements along S.R. 60, US19, at locations determined by the Department and the City, with upgraded software and hardware to support an adaptive traffic control system. The limits of the project extend along S.R. 60 from the eastern City limits, to the western City limits, and along US 19 within the City of Clearwater. , 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.), whether specifically named in this Agreement or not, and are by this reference made a part of this Agreement as though fully set forth herein. In addition to the responsibilities of the Department and City as specified in the Agreement, the following special considerations apply: 1. The Department will provide a feasibility determination study, design services, plans and specifications for the project. 2. The Department will perform all phases of the Project's construction & CEI, systems integration, systems testing and training of the City's operating staff 3. The City shall grant the Department, its agents, employees and contractors right of entry on the City's right-of-way for the purpose of construction of the Project. 4. The City shall provide to the Department all information and inventory of its current Traffic Signal Management System. 5. The City shall provide funding in an amount of the Project cost in accordance with Exhibit liB" attached hereto and by reference made a part hereof, and in accordance with all the terms of this Agreement. 6. The City agrees to manage, operate, and maintain the Project, except that the Department will maintain sign or equipment structures constructed by this Project within the Department's right-of-way. 7 ~ ~ .' CITY OF CLEARWATER FPN: 408419 1 COUNTY: PINELLAS EXHIBIT liB" Project Funding: The amounts shown below are the current estimated costs and funding of the Project; final Project costs may vary. This section is subject to paragraphs 3, 4, and all terms and conditions contained in the Agreement. Current estimated Project costs and contributions are as follows: I. PROJECT COST: FY 01/02 DESIGN $ 1.900.000 CONGESTION MITIGATION AIR QUALITY (CMAQ) FUNDS CITY OF CLEARWATER $ 800,000 (Soft Matched) $ 1.100.000 $ 1,900,000 FY 03/04 CONSTRUCTION/CEI $ 3.604.948 FEDERAL EARMARKED FUNDS $ 2,752,474 CONGESTION MITIGATION . AIR QUALITY (CMAQ) FUNDS $ 852,474 (Soft Matched) $ 3,604,948 TOTAL: $ 5,504,948 $ 5,504,948 II. CONSTRUCTION CONTINGENCY: CITY OF CLEARWATER $ 350,000 8 ~