Loading...
JOINT PARTICIPATION AGREEMENT RE REPAIRS/DEBRIS RE HURRICANE JEANNE Financial Project No.{s): 420262-1-78-01 Federal Aid No.: Contract No.: ~J, q Vendor No.: F596000289-046 State of Florida Department of Transportation and City of Clearwater City Council Joint Participation Agreement This agreement, entered into this r day of f;hro"r\I , 2006, by and between the State of Florida Department of Transportation here~ed the Department, and the City of Clearwater City Council, located at 112 South Osceola Avenue, Clearwater, FL, hereinafter called the City. WITNESSETH WHEREAS, the Department and the City are desirous of having the City reimbursed for certain repairs/debris removal to the Federal Highway Administration (FHWA) functionally classified City road(s) damaged by Hurricane Jeanne. These repairs are located within the City of Clearwater and are hereinafter referred to as the Project; and, WHEREAS, the Department is prepared to allocate funds towards the reimbursement for the removal of debris and/or repair of City roads in accordance with the Executive Order 04-217, dated September 24,2004 and President George W. Bush subsequent Disaster Declaration, dated September 26, 2004 under the Robert T. Stafford Disaster Emergency Act, to provide for the reimbursement of FHWA eligible costs of for Financial Project Number(s): 420262-1-78-01. All FHWA non-participating costs shall be borne by the City; and, WHEREAS, the debris removal/repairs of these FHWA functionally classified City road(s) damaged by Hurricane Jeanne were in the interest of both the Department and the City and it was more practical, expeditious and economical for the City to perform such activities; and, " "WHEREAS", the City Council approved this agreement on 1~/b, 2005, as evidenced by a city resolution or certified copy of the minutes taken at the Board's meeting attached hereto; and, NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the parties agree to the following: 1 . The recitals set forth above are true and correct and are deemed incorporated herein. 2. The City has provided all design services necessary for completion of the Project. 3. The City has obtained any permits necessary to complete the Project. 4. The City assured that the Project complies with all Federal Highway Administration (FHWA) and Department standards. 1 5. The City shall make available to the Department upon request any existing plans (if applicable) relevant to the City's design and construction activities. Prior to construction, the Department shall approve plans which reflect the restoration work replaces the pre-storm conditions except as approved in the FHWA Detailed Damage Inspection Report for betterment. The City will be responsible for verifying the accuracy of any Project related plans prepared on the City's behalf, and the City shall revise them as necessary to reflect 'as-built' conditions upon completion of construction. Project plans that have been modified to reflect 'as-built' conditions shall be provided to the Department. 6. The Department agrees to reimburse the City only for eligible costs as stated in the FHWA Detailed Damage Inspection Reports, copies of which are attached hereto and made a part hereof. All other costs are to borne by the City. 7. The Department shall have ten (10) working days to approve any invoice submitted by the City. Project costs eligible for Department participation will be allowed only from the date of final execution of the Agreement. The City shall submit invoices for fees and other compensation for services or expenses in detail sufficient for a proper per-audit and post-audit thereof. Invoice(s) shall be submitted to State Department of Transportation, Procurement, MS 7-710,11201 N. McKinley Drive, Tampa, FL 33612- 6456, Attn: Romona Burke 8. The Agreement and any interest herein shall not be assigned, transferred or otherwise encumbered by the City under any circumstances without the prior written consent of the Department. However this Agreement shall run to the Department and its successors. 9. This Agreement shall continue in effect and be binding to both the City and the Department until the Project is completed and appropriate reimbursements are made. 10. The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contracts which by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during the 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 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 one (1) year. 11. Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this 2 Agreement for three 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 Contractor'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 records of the Contractor and subcontractors considered necessary by the Department for the proper audit of costs. 12. The Department may cancel this Agreement for refusal of the City to allow public access to all documents, papers, letters, of other material subject to the provisions of Chapter 119 of the Florida Statutes, made or reviewed by the City in conjunction with this Agreement and shall make provisions in its Agreements with its consultants and sub-consultants to terminate for failure to comply with this provisions. 13. The City warrants that it has not employed or obtained any company or person, other than bona fide employees of the City, to solicit or secure this Agreement, and it has not paid or agreed to pay any company, corporation, individual or firm, other than a bona fide employee employed by the City. For breach or violation of this provision, the Department shall have the right to terminate the Agreement without liability. 14. To the extent allowed by the Laws of Florida, the City hereby agrees to indemnify, defend, save, and hold harmless the Department from all claims, demands liabilities, and suits of any nature arising out of, because of, or due to any negligent or international act and/or occurrence, omission, or commission of the City, its agents, or employees. It is specifically understood and agreed that this indemnification clause does not cover or indemnify the Department for its own negligence. 15. This Agreement is governed by construed in accordance with the laws of the State of Florida. 16. The Agreement is governed by and construed in accordance with the laws of the State of Florida. 17. Section 215.422(5), Florida Statutes, request the Department to include a statement of vendor rights in the Agreement. The City is hereby advised of the following time frames. Upon receipt, the Department has five (5) days to inspect the goods and services provided by the City. The Department has twenty (20) days to deliver a request for payment to the Department of Financial Services. 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 with forth (40) days a separate interest penalty at a rate as established pursuant to Section 215.422 (3) (b), Florida Statutes, will be due and payable, in addition to the invoice amount, to the City. Interest payments of less than one (1) dollar will not be enforced unless the City requests payment. Invoices which have been returned to the City because of invoice preparations errors will result in delay 3 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 Financial Services. The duties of this individual include acting as an advocate for the City in the event that the City may be experiencing problems in obtaining timely payment(s) from the Department. The Vendor Ombudsman may be contacted at (850) 410-9724 or by calling the Department of Financial Services Hotline 1-800-848-3792. 18. This document incorporates and includes all prior negotiations, correspondence, conversations, Agreements, or understanding applicable to the matters contained herein, and the parties agree that there are no commitments, Agreements or understanding concerning the subject matter of this Agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representation or Agreements whether oral or written. It is further agreed that no modification, amendment, or alteration in the terms and conditions contained herein shall be effective unless contained in written document executed with the same formality and of equal dignity herewith. 19. The Department agrees to reimburse the City for the services herein described on the DDIR(s). Payment shall be made only atter receipt and approval of goods and services unless advance payments are authorized by the Department of Financial Services 215.422 (14), Florida Statute, or by the Department's Comptroller under section 334.044(29), Florida Statutes. 20. 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 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 or real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or a consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 21. The Department's obligation to pay is contingent upon an annual appropriation by the Florida Legislature. 22. The Department will consider the employment by any contractor of unauthorized aliens a violation of Section 274Age) of the Immigration and nationality Act. If the participant knowingly employees unauthorized aliens, such violation shall be cause for unilateral cancellations of this agreement. 4 23. Any or all notices (except invoices) given or required under this Agreement shall be in writing and either personally delivered with receipt acknowledged or sent by certified mail, return receipt requested. All notices delivered shall be sent to the following address: If to the Department: Florida Department of Transportation Procurement, MS 7-710 Attn: Romona Burke 11201 N. McKinley Drive Tampa, FL 33612-6456 If to the City: City of Clearwater City Council P.O. Box 4748 Clearwater, FL 33758-4748 5 In Witness Whereof, the City has caused t is Joint Participation Agreement to be executed in its behalf this l6:,tL day of 2005, by City of Clearwater City Council, and the Department has executed this Joint Participation Agreement thro1ih its Director of Transportation Operations, Florida Department of Transportation, this day of ~20". The effective date of this Agreement shall be the date the last party to this ~greement has signed. City of Clearwater City Council COuntersigned: ~ By: -L#t~;: '--Pfank V. Hibbard . Mayor Department of Transportation ~. ~. . Moulton, Jr., . of Transportation Operati CITY OF CLEARWATER, FLORIDA BY: ~a~~--:lt William B. Horne, II City Manager Attest: .'\.; . ..~....,., - ~ ~ "" -,-.- r-'~c.~.r..'.nt~'G!J.-.. ~deau +-+ .~y ~erk.: _ -'~. -~~ .- "-. ' .- Approved as to form: By: w~~~ Robert J. Sur t Assistant City orney 6 If ~ 0 ~c'od-/:' g - 01 ~~-' '~~ ~~ u.s. Department ofTranspcirtation Federal Highway Administrat~ Location (Nam~ of Road and Milepost) City of Clearwater . Report,'N.~mb~r y ."':,..~ DETAILED DAMAGE INSPECTION REP()~T JE15-'013 (Title 23, Federal-aid Highways) Sheet 1 _of_ FHWA .Disaster Number De$criplion of Damage Debris Removal, First PaS13 only (pick-up and disposallwithin the right-of-way. Hurricane Jeanne FL-04-04 Inspection Date 3-26-2005 Federal-aid Route Number Various SR/US Routes State County FL pinellas Cost Estimate Desci:iption of \Norkto Date (Equipment. Labor. and Materials) I:.a.Por & eauiomertt cost on Federal-aid roads Citv of Clearwater: 341.40 mi total LS / 22.05 mi Federal-aid - 6.46% ea Unit U nit Price Quantity Cost Completed Remilining 1 5'1. '2.99. oD .... 'G 0- &! 1,1..1 ~p~ o;'J' &1;:5 t!E !ti~ . w~ '< :;L ~ MethQd C"-l <::) ., ea ea ea ea ea 0,. N W ea ea ea ea. I:: o e ~ .0) 0:: .... c 0) I:: (11 E II) 0... . ea "a :!a ea ea ea ea ea ea ea ea ea Subtotal . PElCE Emergency Repair Total Sf./. 2-':;9. 0 () . o Local Forces o State Forces o Contract o Local Forces o State Forces o Contract Subtotal 5'1 2 qq, 0 0) PElCE Right-of-Way Perm. Repair Totals Method Concurrence o Yes DNa Estimated Total FH~I/t nglneer /) t "\,,1 Y 1 . \/\11 .,' .:> \ . ( 1 );W 1/\",,_ /I StaW ~ineey /. ~ - ./// " if ~ ",&F .C..... CLf5_ 'lo~1 Agen~Representa~ _ ~.fA.AA ~ L--'i<:J ~ 5'1 ltitJ. aU 9h~/zOD.5 D't~ / L 9/-z9/o~ D;ek (~)- Concurrence [ljYes Form FHWA-1547 (Rev. 4-98) ONo c.q o to rs. 7i EXHIBIT B LOBBYING PROHIBITION The undersigned certifies, to the best of his or her knowledge and belief, that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence either directly or indirectly an officer or employee of any state or federal agency, a member of the Florida Legislature, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- L. "Disclosure Form to Report Lobbying", in accordance with its instructions. (c) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representative of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any persons who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. B~tJt-7f Signature William B. Horne II, City Manager Typed or Printed Name and Title