COMMUNITY AESTHETIC FEATURE AGREEMENT , rc_ c�,,,,�„ 3
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 62"10-10
COMMUNITY AESTHETIC FEATURE AGREEMENT ROADWAY SIGN
OGC-12I,22112
Page 1 of 12
Section No. 15040 CAFA No. r _V
This Community Aesthetic Feature Agreement("Agreement") is entered into this day of]. t! Y Ij
between the State of Florida, Department of Transportation ("FDOT") and City of Clearwater
("Agency"). FDOT and the Agency are sometimes referred to in this Agreement as a"Party"and collectively as the
"Parties."
RECITALS
A. The Agency has requested permission from FDOT to install a [CHOOSE ONE: ❑Public Art—Standalone, []Public
Art—Add On/affixed, [NLocal Identification Marker—Standalone, ❑Local Identification Marker—Add On/affixed]
community aesthetic feature on that certain right-of-way owned by FDOT which is located at
Courtney Campbell Cswv (SR 60) in Pinellas County, Florida("Project").
B. FDOT agrees that transportation facilities enhanced by community aesthetic features can benefit the public, result in
positive economic development, and increase tourism both locally and throughout Florida.
C. The Parties agree to the installation and maintenance of the Project, subject to the terms and conditions in this
Agreement.
AGREEMENT
4. TERM. The term of this Agreement shall commence upon full execution of this Agreement("Effective
Date")and continue through 2065 ,which is determined as the lifespan of the Project, unless terminated at an
earlier date as provided in this Agreement. If the Agency does not complete the installation of the Project within
one year )days of the Effective Date of this Agreement, FDOT may immediately terminate this Agreement.
This Agreement may only be renewed for a term no longer than the original term of this Agreement upon a writing
executed by both Parties to this Agreement.
2. PROJECT DESCRIPTION. The Project is a[CHOOSE ONE: ❑Public Art—Standalone, []Public Art—
Add On/affixed, [NLocal Identification Marker—Standalone, ❑Local Identification Marker—Add On/affixed], as more fully
described in the plans in Exhibit"A", attached and incorporated in this Agreement.
3. FUNDING OF THE PROJECT. The Agency has agreed by resolution to approve the Project and to
fund all costs for the design, installation, and maintenance of the Project, and such resolution is attached and incorporated
in this Agreement as Exhibit"D". FDOT shall not be responsible for any costs associated with the Project. All
improvements funded, constructed, and installed by the Agency shall remain the Agency's property. However, this
permissive use of FDOT's right-of-way where the Project is located does not vest any property right, title, or interest in or
to the Agency for FDOT's right-of-way.
4. DESIGN AND CONSTRUCTION STANDARDS AND REQUIRED APPROVALS.
a. The Agency is responsible for the design, construction, and maintenance of the Project in accordance
with all applicable federal, state and local statutes, rules and regulations, including FDOT standards and
specifications. A professional engineer, registered in Florida, shall provide the certification that all design
and construction for the Project meets the minimum construction standards established by FDOT and
applicable Florida Building Code construction standards. The Agency shall submit all plans or related
construction documents, cost estimates, project schedule, and applicable third party agreements to FDOT
for review and approval prior to installation of the Project. The Agency is responsible for the preparation
of 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. Six(6)copies of the
design plans shall be provided to FDOT's District Design Engineer, at
Richard Moss,PE,Tampa,FL . FDOT will review the plans for conformance
to FDOT's requirements and feasibility. FDOT's review shall not be considered an adoption of the plans
nor a substitution for the engineer's responsibility for the plans. By review of the plans, FDOT signifies
only that such plans and improvements satisfies FDOT's requirements, and FDOT expressly disclaims all
other representations and warranties in connection with the plans, including, but not limited to the
625-010-1 Q
ROADWAY DESIGN
OGC-12112
Page 2 of 12
Section No. 15040 CAFA No2015- -19 9
integrity, suitability, or fitness for the intended purpose or whether the improvements are constructed in
accordance with the plans. FT's review of the plans does not relieve the Agency, its consultants or
contractors of any professional or other liability for the plans. All changes required by FDOT shall be
made by the Agency and final corrected plans shall be provided to FDOT within thirty (30)days.
. The Agency shall be responsible for locating all existing utilities, both aerial and underground, and for
ensuring that all utility locations be accurately documented on the construction plans. All utility conflicts
shall be fully resolved directly with the applicable utility. Section 337.403, Florida Statutes, shall
determine whether the utility bears the costs of utility work. The Agency shall bear the costs of utility work
not required to be borne by the utility by Section 337.403, Florida Statutes.
c. The Agency shall be responsible for monitoring construction operations and the maintenance of traffic
("MOT")throughout the course of the Project in accordance with the latest edition of FDOT Standard
Specifications, Section 102. The Agency is responsible for the development of a MOT plan and making
any changes to that plan as necessary. The MOT plan shall be in accordance with the latest version of
FDOT Design Standards, Index 600 series. Any MOT plan developed by the Agency that deviates from
FDOT Design Standards must be signed and sealed by a professional engineer. MOT plans will require
approval by FDOT prior to implementation.
. The Agency is responsible for obtaining all permits that may be required by any federal, state, or local
agency.
e. Prior to commencing the Project, the Agency shall request a Notice to Proceed from FDOT's Construction
Project Manager, Brian Pickard , at -7950 or from an appointed designee.
f. The Agency is authorized, subject to the conditions in this Agreement, to enter FDOT's right-of-way to
install the Project(see attached Exhibit" " Special Provisions). The Parties agree that this Agreement
creates a permissive use only. Neither the granting of permission to use FDOT's right-of-way nor the
placing of facilities upon FDOT's right-of-way shall operate to create or vest any property right in or to the
Agency. The Agency shall not acquire any right,title, interest, or estate in FDOT right-of-way, of any
nature or kind whatsoever, by virtue of the execution, operation, effect, or performance of this Agreement
including, but not limited to, the Agency's use, occupancy or possession of FDOT right-of-way.
. FDOT shall have the right, but not the obligation,to perform independent assurance testing during the
course of construction and throughout the maintenance term of the Project. If FDOT determines that a
condition exists which threatens the public's safety, FDOT may, at its discretion, cause the Project to
cease and/or immediately have any potential hazards removed from its right-of-way at the sole cost,
expense, and effort of the Agency. Should the Agency fail to remove the safety hazard within thirty(30)
days, FDOT may remove the safety hazard at the Agency's sole cost, expense, and effort.
. The Agency shall be responsible to ensure that construction of the Project is performed in accordance
with the approved construction documents, and that it will meet all applicable federal, state, and local
standards and that the work is performed in accord with the Terms and Conditions contained in Exhibit
"C"
i. The Agency shall notify FDOT a minimum of forty eight( 8)hours before beginning the Project within
FDOT right-of-way. The Agency shall notify FDOT should installation be suspended for more than five(5)
working days.
j. Upon completion of the Project,the Agency shall notify FDOT in writing of the completion of the
installation of the Project. For all design work that originally required certification by a Professional
Engineer, the notification shall contain a Responsible Professional's Certification of Compliance, signed
and sealed by the Responsible Professional for the Project,the form of which is attached to this
Agreement as Exhibit"E".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,
625-010-10
ROADWAY DESIGN
OGC-12112
Page 3 of 12
Section No. 15040 CAFA No.2
the certification shall include a list of all deviations along with an explanation that justifies the reason to
accept each deviation. The Agency and its contractors shall remove their presence, including, but not
limited to, all of the Agency or its contractor's/subcontractor's/consultant's/subconsultant's property,
machinery, and equipment from FDOT right-of-way and shall restore those portions of FDOT right-of-way
disturbed or otherwise altered by the Project to substantially the same condition that existed immediately
prior to the commencement of the Project, at Agency's sole cost and expense.
k. If FDOT determines that the Project is not completed in accordance with the provisions of this Agreement,
FDOT shall deliver written notification to the Agency. The Agency shall have thirty(30)days from the
date of receipt of FDOT's written notice to complete the Project and provide FDOT with written notice of
the same("Notice of Completion"). If the Agency fails to timely deliver the Notice of Completion, or if it is
determined that the Project is not properly completed after receipt of the Notice of Completion, FDOT
may: 1)provide the Agency with written authorization granting additional time as FDOT deems
appropriate to correct the deficiency(ies); or 2)correct the deficiency(ies)at the Agency's sole cost and
expense, without FDOT liability to the Agency for any resulting loss or damage to property, including but
not limited to machinery and equipment. If FDOT elects to correct the deficieny(ies), FDOT shall provide
the Agency with an invoice for the costs incurred by FDOT and the Agency shall pay the invoice within
thirty(30)days of the date of the invoice.
I. Upon completion of the Project, the Agency shall be responsible for the perpetual maintenance of the
Project, including all costs. The Maintenance schedule shall include Initial Defect, Instantaneous
Damage and Deterioration components. The Initial Defect Maintenance inspection should be conducted,
and any required repairs performed during the Construction Phase. The Instantaneous Damage
Maintenance inspection should be conducted sixty(60)to ninety(90)days after placement and is
intended to identity short term damage that does not develop over longer time periods. The Deterioration
Maintenance inspection shall be conducted on regular, longer term intervals and is intended to identify
defects and damages that occur by naturally occurring chemical, physical or biological actions, repeated
actions such as those causing fatigues, normal or severe environmental influences, abuse or damage
due to other causes. Deterioration Maintenance shall include, but is not limited to, the following services:
Replacement of lights,12ainting.cleaning,rel2airs as required:and maintenance of
surrounding irrigation and landscaping.
,ml The Agency shall, within thirty(30)days after expiration or termination of this Agreement, remove the
Project and restore the right-of-way to its original condition prior to the Project. The Agency shall secure
its obligation to remove the Project and restore the right-of-way by providing a removal and restoration
deposit, letter of credit, or performance bond in the amount of$ 15,000.00
n. FDOT reserves its right to cause the Agency to relocate or remove the Project, in FDOT's sole discretion,
and at the Agency's sole cost.
5. INDEMNITY AND INSURANCE.
a. The Agency agrees to include the following indemnification in all contracts with contractors,
subcontractors, consultants,and subconsultants,who perform work in connection with this Agreement:
"The contractor/subcontractor/consultant/subconsultant shall indemnify, defend, save and hold
harmless the State of Florida, Department of Transportation and all of its officers, agents or employees
from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or
due to any negligent act or occurrence of omission or commission of the contractor/subcontractor/
consultant/subconsultant, its officers, agents or employees."
625-010-10
ROADWAY DESIGN
OGC m 12/12
Page 4 of 12
Section No. 1.5040 _ _ _ CAFA No. r
b. The Agency shall carry or cause its contractor/subcontractor/consultant/subconsultant to carry and keep
in force during the period of this Agreement a general liability insurance policy or policies with a company
or companies authorized to do business in Florida, affording public liability insurance with combined
bodily injury limits of at least$1,000,000 per person and $5,000,000 each occurrence,and property
damage insurance of at least$100,000 each occurrence, for the services to be rendered in accordance
with this Agreement. Additionally, the Agency or its contractor/subcontractor/consultant/subconsultant
shall cause FDOT to be an additional insured party on the policy or policies, and shall provide FDOT with
certificates documenting that the required insurance coverage is in place and effective. In addition to any
other forms of insurance or bonds required under the terms of the Agreement, when it includes
construction within the limits of a railroad right-of-way, the Agency must provide or cause its contractor to
obtain the appropriate rail permits and provide insurance coverage in accordance with Section 7-13 of
FDOT's Standard Specifications for Road and Bridge Construction (2010), as amended.
c. The Agency shall also carry or cause its contractor/subcontractor/consultant/subconsultant to carry and
keep in force Worker's Compensation insurance as required by the State of Florida under the Worker's
Compensation Law.
6. NOTICES. All notices pertaining to this Agreement are in effect upon receipt by either Party, shall be in
writing, and shall be transmitted either by personal hand delivery; United States Post Office, return receipt requested; or,
overnight express mail delivery. E-mail and facsimile may be used if the notice is also transmitted by one of the preceding
forms of delivery. The addresses set forth below for the respective parties shall be the places where notices shall be sent,
unless prior written notice of change of address is given.
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
DISTRICT PROGRAM MANAGER
Pinellas Maintenance Unit Permits Administrator
Chris Cre ry
Phone: (727) 575-8310
Fax:
COUNTY [OR CITY], FLORIDA
City of Clearwater
Michael D. Quillen. City Enoineer
Phone: [727),562-4750
Fax:
7. TERMINATION OF AGREEMENT. FDOT may terminate this Agreement upon no less than thirty (30)
days notice in writing delivered by certified mail, return receipt requested, or in person with proof of delivery. The Agency
waives any equitable claims or defenses in connection with termination of the Agreement by FDOT pursuant to this
Paragraph 7.
8. LEGAL REQUIREMENTS.
a. This Agreement is executed and entered into in the State of Florida and will be construed, performed, and
enforced in all respects in strict conformity with local, state, and federal laws, rules, and regulations. Any
625-010-10
ROADWAY DESIGN
OGC-12/12
Page 5 of 12
Section No. 15040 CAFANo.205—W29-1
and all litigation arising under this Agreement shall be brought in a state court of appropriate jurisdiction in
Leon County, Florida, applying Florida law.
b. If any term or provision of the Agreement is found to be illegal or unenforceable,the remainder of the
Agreement will remain in full force and effect and such term or provision will be deemed stricken.
c. The Agency shall allow public access to all documents, papers, letters, or other material subject to the
provisions of Chapter 119, Florida Statutes, and made or received by the Agency in conjunction with this
Agreement. Failure by the Agency to grant such public access shall be grounds for immediate unilateral
cancellation of this Agreement by FDOT.
d. The Agency and MOT agree that the Agency, its employees, contractors, subcontractors, consultants,
and subconsultants are not agents of MOT as a result of this Agreement.
e. The Agency shall not cause any liens or encumbrances to attach to any portion of FDOT right-of-way.
9. PUBLIC ENTITY CRIME. The Agency affirms that it is aware of the provisions of Section
287.133(2)(a), Florida Statutes. A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity,
may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may
not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity
in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of
thirty six(36)months from the date of being placed on the convicted vendor list. The Agency agrees that it shall not
violate Section 287.133(2)(a), Florida Statutes, and further acknowledges and agrees that any conviction during the term
of this Agreement may result in the termination of this Agreement.
10. UNAUTHORIZED ALIENS. MOT will consider the employment of unauthorized aliens, by any
contractor or subcontractor, as described by Section 274A(e)of the Immigration and Nationalization Act, cause for
termination of this Agreement.
11. NON-DISCRIMINATION. The Agency will not discriminate against any employee employed in the
performance of this Agreement, or against any applicant for employment because of age, ethnicity, race, religious belief,
disability, national origin, or sex. The Agency shall provide a harassment-free workplace,with any allegation of
harassment given priority attention and action by management. The Agency shall insert similar provisions in all contracts
and subcontracts for services by this Agreement.
12. DISCRIMINATORY VENDOR LIST. The Agency affirms that it is aware of the provisions of Section
287.13 (2)(a), Florida Statutes. 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. The Agency further agrees
that it shall not violate Section 287.134(2)(a), Florida Statutes, and acknowledges and agrees that placement on the list
during the term of this Agreement may result in the termination of this Agreement.
1 . ATT T ORNEY FEES. Each Party shall bear its own attorney's fees and costs.
1 . TRAVEL. There shall be no reimbursement for travel expenses under this Agreement.
15. PRESERIVATION OF REMEDIES. No delay or omission to exercise any right, power, or remedy
accruing to either Party upon breach or default by either Party under this Agreement,will impair any such right, power or
625-010-10
ROADWAY DESIGN
OGC-12/12
Page 6 of 12
Section No. 15040 CFA No. ZDK—AI-3�9—j
remedy of either party; nor will such delay or omission be construed as a waiver of any breach or default or any similar
breach or default.
16. MODIFICATION. This Agreement may not be modified unless done so in a writing executed by
both Parties to this Agreement.
117, N'ON-A S S I G N M E N T. The Agency may not assign, sublicense, or otherwise transfer its rights, duties,
or obligations under this Agreement without the prior written consent of FDOT.Any assignment, sublicense, or transfer
occurring without the required prior written approval of FDOT will be null and void. FDOT will at all times be entitled to
assign or transfer its rights, duties, or obligations under this Agreement to another governmental agency in the State of
Florida, upon giving prior written notice to the Agency. In the event that FDOT approves transfer of the Agency's
obligations, the Agency remains responsible for all work performed and all expenses incurred in connection with this
Agreement.
18. BINDING AGREEMENT. This Agreement is binding upon and inures to the benefit of the Parties and
their respective successors and assigns. Nothing in this Agreement is intended to confer any rights, privileges, benefits,
obligations, or remedies upon any other person or entity except as expressly provided for in this Agreement.
19. INTERPRETATION. No term or provision of this Agreement shall be interpreted for or against any
party because that party or that party's legal representative drafted the provision.
20. ENTIRE AGREEMENT. This Agreement, together with the attached exhibits and documents made a
part by reference, embodies the entire agreement of the Parties. There are no provisions, terms, conditions, or
obligations other than those contained in this Agreement. This Agreement supersedes all previous communication,
representation, or agreement, either verbal or written, between the Parties. No amendment will be effective unless
reduced to writing and signed by an authorized officer of the Agency and the authorized officer of FDOT or his/her
delegate.
21. DUPLICATE ORIGINALS. This Agreement may be executed in duplicate originals.
The remainder of this page is intentionally left blank
625-010-10
ROADWAY DESIGN
OGC-12112
Page 7 of 12
Section No. 15040 CAFA No.2 0)
AGENCY
City of Clearwater
Engineering Department
By: f]An__�Z
Print Name: Michael D. Quillen,P.E.
Title: QX Engineer
As approved by the Council, Board, or .
Commission on: 3/19/2015 i►
Attest: ,
Legal R vie
tih
4748tISH�arq
City E dounty Att rr
FDOT
State o da, ep rtment of ra port i
By:
Print e: l
Title: Drs—MI V f -T-P—AVgPVR--r4-rj0Aj 66�V
Date:
Legal Revi .
625-610-10
ROADWAY DESIGN
OGG-12112
Page 6 of 12
Section No. 5 CAFA No. Z0)5'-M-)29-1
EXHIBIT "A"
PROJECT DESCRIPTION
I. SCOPE OF SERVICES
[Provide a description of the improvements proposed within FDOT right-of-way]
II. PROJECT PLANS Thomas Sign and
The Agency is authorized to install he Pro ect in accordance with the attached plans prepared by Anderson Lane
P.E./R.L.A./Architect and dated IT . Any revisions to these plans must be approved by MOT in writing.
m o
i
t
Submittal/Approval Letter
4
t
d
To: R T a flats: i 17.2f115
T r
f
Financial Pmjed ID: New Construction(0) RRR(0)
Federal Aid Number
Prof Nam:C41y� "f ' � ter gentenrtiaJ IlNca n of T r
State Read Number: S"Ft t30 Co./Sec,/Sub
Begin Pro6,2L6 End Pro)ecE MP:
FtA Federal Oversight-, Yes(0) No(13)
Request for: Design Exception(0),Design Variation(0)
Community Aesthetic Feature., Conceptual(Q,Final(0)
(Far Design Exception or Variations Requiring Central Office Approval)
Re-submittal:Yes(Q) No(0) {lrk,}inal Ret`# -
Requested for the following efement(s):
(0)Design Sp (0)Lane Widths (0)Shoulder Widths (0)Rage moths
(p)Structural Capacity ([3)Vertical Clearance (0)Grades (0).Cross Slope
( ) "aper fibra ( )Hlcart z r tai Alignment ( #)Vertical Ali nment (0)Sto
ppiog SWA Distance
(0)Horizontal Clearance (Cg)Other giavat` Lo[local idem' tion mallet tand .1 e
t. 40000 a bfI*f$MW0W hero #inp the and the tWign Exception,Desion,Variation or
community Aesthetic FaMm mpmted.
2. Aftach the Sigrad wW Stated Report tnciuding i 4mumentaboo as W 23.5.
Proied—is the constrlidion of monument MW W Q=enmrate,the Citv of Cleamw"'ra G94ILMial,<
i+` ii rri, rit x+iwttl 'n i ten f C-bi a ks ll
bI the ritvnear the a_Aft C' of ar+nia' r ,"nIftat Vii` taut'
4rafs�Wa? .oentt3�
The deslan of the*Centennial T is in , rrn n w` the surroundinginciu i t s lm
south RM of Slk',fi- b mast riot f'rt .w '� re Mil her
s ' tt -west of a n r d 4 '
SIP , `tferE. in" iVe. awhich is" het ," e , Monuffient. The
tae'` inith' e ) b` ;l i ,ttalit,re' a e rr r 'd'
` rCr3ris1 f' a <`and ayst
w the if"In s t R often rn#era. o; s t
cd�tinujndvest a Gut 13a (lis tom mill a to ark # ra nce . pf
diit4mkritndjs,WeInd6d,Ip a Y&W b l's a in
S64W to=,,= fan(h re a tt" t trarri the r rev zone > #.titninitarti b �(
w ll . the t Bei wa #
i+3h► e clear of all visoai o f `,tions n h no ! cka e for'tae trai+et
alsi€ta SR 60-
r ,a, il, i�,,, ,,., ,,,, �,i, ,��,r,,? ,-�,3 ,,,, =i, „•so 104""("„, ,itt -
w
111111,sb i dei Mimi s 'star' !e� ri res�t�� ry � ra � � r Jnr : a W r t 1915,
a
tz7vs:its ah
:.. ff
' d t D Oer t1 �t t t3 _ t�
!` 4.t +r "u n t it in I tl r t i
Recommended by.
Cate
Fat n�ible Mi x t&*e tetr t P 3
Apo
Date gate
furnpsi Jtftwd awdufft Design
i�ttte —M-. Dais
-_. .
Www F Ck rs rx tatf, o l5roftor
Datez
Bate
k
t
i
1
I
d
t
a
d
825-010-10
ROADWAY DESIGN
OGC-121192
Page 9 of 12
Section No. 15040 CAFA No. -- ®79 .1
EXHIBIT ss
SPECIAL PROVISIONS
626-010-10
ROADWAY DESIGN
OGC-12112
Page 10 of Q
Section No. 15040 CAFA No. O —1 --
EXHIBIT"C"
TERMS AND CONDITIONS FOR INSTALLATION OF THE PROJECT
625-010-10
ROADWAY DESIGN
OGC-12112
Page 11 of 12
Section No. 15040 CAFA o. —7 —1
EXHIBIT "D"
AGENCY RESOLUTION
n
City Hall
City of Clearwater 112 S. Osceola Avenue
Clearwater, FL 33756
Action Summary
City Council
Council Chambers
Thursday, March 19, 2015 6:00 PM
1. Call to Order
2. Invocation
3. Pledge of Allegiance
4. Special recognitions and awards(Proclamations, service awards, or other
special recognitions)
4.1 April is Water Conservation Month Proclamation
Given
4.2 Clearwater Little League Plaque presentation to the City
Given
4.3 Duke Energy Power Partners Award for LED streetlight conversion project
Given
5. Approval of Minutes
5.1 Approve the minutes of the March 5, 2015 City Council Meeting as submitted in
written summation by the City Clerk.
approved
6. Citizens to be heard re items not on the agenda
Richard Clemens, Clearwater Library Foundation President, reviewed recent fundraising efforts and
presented a $100,000 check to the City for enhancements for the new Countryside Library.
Bill Youmans expressed concerns with vehicular traffic and lack of parking in various areas of the city
and requested consideration for a moratorium on further development in Clearwater.
Page 9
City of Clearwater
7. Consent Agenda: Approved as submitted, less Item 7.11.
.1 Award a Construction Contract to Poole and Kent Company of Florida, o
Tampa, Florida, for the East Water Reclamation Facility Effluent Filters
Rehabilitation Project (13-0014-UT) in the amount of$1,552,852.00, which is
the lowest responsible bid received in accordance with the plans and
specifications; approve a supplemental work order to Engineer of Record
(EOR) King Engineering, Inc. in the amount of$19,761.00 for Construction
Engineering Inspection Services and authorize the appropriate officials to
execute same. (consent)
7.2 Award a contract (Purchase Order) in the amount of$ 178,510.00 to Ten-
Fire Equipment, Inc., 2904 59th Avenue Drive East, Bradenton, FL 34203 for
one Osage Warrior Rescue Ambulance in accordance with Sec. .56 (1)(d),
Code of Ordinances - Other governmental bid; authorize lease purchase under
the City's Master Lease Purchase Agreement or internal financing via an
interfund loan from the Capital Improvement Fund, whichever is deemed to be
in the City's best interest; and authorize the appropriate officials to execute
same. (consent)
7.3 Award a contract (PurchaseOrder)for$185,400.22 to Alan Jay Fleet Sales of
Sebring, FL for the purchase of six 2015 Ford F350's for Parks and Recreation
Department's elacent Vehicles, in accordance with the Florida State
Contract 25100000-1 -1, 2.56 (1)(d); Code of Ordinances-Other
Governmental Bid; authorize lease purchase under the City's Master Lease
Purchase Agreement, or internal financing via an interfund loan from the
Capital Improvement Fund, whichever is deemed to be in the City's best
interest; and authorize the appropriate officials to execute same. (consent)
7.4 Award a construction contract to All American Concrete Inc. of Largo, Florida,
in the amount of$3,673,266.71 for construction of Island Estates Bridge
Replacements (13-0004- ), which is the lowest responsible bid received in
accordance with plans and specifications, and authorize the appropriate
officials to execute same. (consent)
7.5 Approvea work order to Engineer of Record (EOR), McKim and Creed, Inc., in
the amount of$146,200.00 to provide engineering services for a sanitary
sewer system inflow and infiltration (1/1)flow reduction program (15-0004-UT);
and authorize the appropriate officials to execute same. (consent)
7.6 Reappoint Nino Accetta and Edward T. O'Brien, Jr. to the Marine Advisory
Board with terms to expire March 31, 2019. (consent)
7.7 AppointJoseph A. Nycz to the Municipal Code Enforcement Board to fill the
remainder of an unexpired term through October 31, 2017. (consent)
Page 1
City of Clearwater
r 1 SSV+„ it1�o- ),U t ,"•,,re'.\,tS, i , „ i,.!"WA I,...„ 1Iu ! ,4QIf
7.8 Approve annual blanket purchase order(contract) and two one-year renewal
terms at the City's option, to TK6 Worldwide of Tampa, FL per Invitation to Bid
16-15, in the total annual amount of$60,000 for electronic waste recycling
services, as required by the Solid Waste Department. (consent)
7.9 Award a contract (Purchase Order)for$155,024.50 to Alan Jay Fleet Sales of
Sebring, FL for the purchase of five 2015 Ford F250's for Engineering, Gas
and Public Utilities Department's Replacement Vehicles, in accordance with
the Florida Sheriff's Association Contract 14-22-0904 and 14-12-0904 (1)(d),
Code of Ordinances-Other Governmental Bid; authorize lease purchase under
the City's Master Lease Purchase Agreement, or internal financing via an
interFund loan from the Capital Improvement Fund, whichever is deemed to be
in the City's best interest; and authorize the appropriate officials to execute
same. (consent)
7.10 Approve the settlement agreement and general release between Michael
Jackson and the City of Clearwater, authorize the payment of$120,000 and
three years of pension service credit, and authorize the appropriate officials to
execute same. (consent)
7.11 Approve selection of Biltmore Construction of Belleair, FL as the Construction
Manager at Risk (CMAR) for the proposed Fire Station 50 project (14-0040-FI).
(consent)
Approved.
7.12 Approve a two-year blanket purchase order(contract) with option for one
two-year period renewal with NOVA Engineering and Environmental, LLC for
building inspections, reporting, and construction management services not to
exceed $100,000 per term and authorize the appropriate officials to execute
same. (consent)
7.13 Approve a Mutual Use Agreement with Tampa Bay Water, given in
consideration of receipt of$10.00 and authorize the appropriate officials to
execute same. (consent)
7.14 Approve annual blanket purchase orders (contracts) and two one-year renewal
terms at the City's option, per Invitation to Bid Number 06-14, in the total
annual amount of$150,000 for Inspection and Plan Review Services, as
required by the Planning and Development Department and authorize the
appropriate officials to execute same. (consent)
7.15 Award a contract (Purchase Order)for$137,249.00 to Duval Ford Fleet Sales
of Jacksonville, FL for the purchase of five 2015 Ford Transits for Engineering,
Fire, Public Utilities and Solid Waste Department's Replacement Vehicles, in
accordance with the Florida Sheriff's Association Contracts 14-22-0904 and
14-12-0904 (1)(d), Code of Ordinances-Other Governmental Bid; authorize
lease purchase under the City's Master Lease Purchase Agreement, or internal
financing via an interfund loan from the Capital Improvement Fund, whichever
is deemed to be in the City's best interest; and authorize the appropriate
Page 1
City of Clearwater
officials to execute same. (consent)
Public Hearing - hI.ot before aa:nn pRA
. Administrative Public Hearings
.1 Approve the historic designation of the Old Pinellas County Courthouse
located at 324 South Fort Harrison Avenue; and pass Ordinance
8680-15 on first reading. ( IS2014-12003)
Approved. Ordinances passed on first reading.
8.2 Approve the annexation, initial Future Land Use Map designation of Residential
Low (RL) and initial Zoning Atlas designation of Low Medium Density
Residential (LMDR) District for 1490 Grove Circle Court; and pass Ordinances
8683-15, 8684-15 and 8685-15 on first reading. (A X2015-01001)
Approved. Ordinances passed on first reading.
8.3 Approve the annexation, initial Future Land Use Map designation of Residential
Urban (RU) and initial Zoning Atlas designation of Low Medium Density
Residential (LMDR) District for 1224 Palm Street and 2077 The Mall; and pass
Ordinances 8686-1 , 8687-15 and 8688-15 on first reading. ( X2015-01002)
Approved. Ordinances passed on first reading.
8.4 Approve the annexation of property located at 2930 County Road 193; together
with all right-of-way of County Road 193; and pass Ordinance 8677-15 on first
reading. ( X2014-11024)
Approved. Ordinance passed on first reading.
8.5 Approve a Future Land Use Map Amendment from the Residential Low (RQ
category to the Institutional (1) category for property located at 2930 County
Road 193; and pass Ordinance 8678-15 on first reading. (L P201 -11004)
Approved. Ordinance passed on first reading.
9. Quasi-Judicial Public Hear
inQS
.1 Approve a Zoning Atlas Amendment from the A-E Agricultural Estate
Residential District (Pinellas County) to the Institutional (1) District (City)for
property located at 2930 County Road 193; and pass Ordinance 8679-15 on
first reading. ( Z201 -11005)
Approved. Ordinance passed on first reading.
Page 1
City of Clearwater
10. Second Readings - Public Hearing
10.1 Adopt Ordinance 8689-15 on second reading, vacating public right-of'-way
described as the 20-foot platted right-of-way, abutting and lying west of Lots 5,
6, 9, 10 and 13 of Block 6, "R.J. Booth Subdivision" as recorded in Plat Book 9,
Page 22 of the Public Records of Pinellas County, Florida.
Ordinance Adopted on 2"d Reading.
10.2 Adopt Ordinance 8690-15 on second reading, vacating that certain 15-foot
drainage easement described as the South 15 feet of Lot 4, Block"C", Unit 7
of Skycrest Subdivision as recorded in Plat Book 30, Page 18 of the Public
Records of Pinellas County, Florida.
Ordinance Adopted on 2"d Reading.
10.3 Adopt Ordinance 8691-15 on second reading, vacating public right-of-way
described as that certain portion of Park Street right-of-way lying in the
Northeast %of Section 15, Township 29 South, Range 15 East, Pinellas
County, Florida.
Ordinance Adopted on 2nd Reading.
10.4 Adopt Ordinance 8692-15 on second reading, establishing a Nuisance
Abatement Board, providing for the appointment and terms of the members of
the board, providing for the powers and procedures of the board, and providing
for the issuance and enforcement of orders.
Ordinance Adopted on 2"d Reading.
11. City Manager Reports
11.1 Recognize and designate the Clearwater Historical Society as the official
historical society operating within the City of Clearwater and adopt Resolution
15-06.
Approved
11.2 Amend the City's fiscal year 2014115 Operating and Capital Improvement
Budgets at first quarter and pass Ordinances 8702-15 and 8703-15 on first
reading.
Approved
11.3 Sunset the Affordable Housing Advisory Committee (AHAC) and adopt
Resolution 15-03.
Approved
11.4 Establish the intent to reimburse certain Water and Sewer project costs
incurred with proceeds from a future tax-exempt financing and adopt
Resolution 15-04.
Approved
Page 1
City of Clearwater
11.5 Establish Capital Improvement Program (CIP) project Centennial Monument to
be funded from general reserves in the amount of$650,000; approve a
guaranteed maximum price (GMP) proposal from Biltmore Construction,
Construction Manager at Risk, in the amount of$576,522 for the construction
of the Centennial Monument (13-0056-CM), and authorize the appropriate
officials to execute same.
Approved
12. City Attorney Reports
13. Other Council Action
13.1 Noise Ordinance - Mayor Cretekos
Given
14. Closing comments by Councilmembers (limited to 3 minutes)
15. Closing Comments by Mayor
16. Adjourn: 8:31 p.m.
Page 1
City of Clearwater
625-010-10
ROADWAY DESIGN
OGC-12112
Page 12 of 12
Section No. 15040 CAFA No.
EXHIBIT "E"
NOTICE OF COMPLETION AND RESPONSIBLE PROFESSIONAL'S
CERTIFICATE OF COMPLIANCE
NOTICE OF COMPLETION
COUNIAESTHETIC FEATURE AGREEMENT
Between
THE STATE OF FLORIDA, DEPARTMENT OFT NSPOTATIO
and Ci tv of Clearwater
PROJECT DESCRIPTION:
In accordance with the Terms and Conditions of the Community Aesthetic Feature Agreement,the undersigned provides
notification that the work authorized by this Agreement is complete as of D ae,mVts 1 15
BY:
Name: Michae!�)u�ilfllen,P.E.
Title:
RES PONS!BILE PROFESSIONAL'S CERTIFICATION OF COMPLIANCE
In accordance with the Terms and Conditions of the Community Aesthetic Feature Agreement,the undersigned 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 Agency shall furnish FDOT a set of"as-built' plans certified by
the Engineer of Record.
By:.
Name:
Date: I? C,
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
COMMUNITY AESTHETIC FEATURE AGREEMENT
625- 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 1 of 12
Section No. 15040 CAFA No.
This Community Aesthetic Feature Agreement ( "Agreement ") is entered into this day of
between the State of Florida, Department of Transportation ( "FDOT ") and City of Clearwater
( "Agency "). FDOT and the Agency are sometimes referred to in this Agreement as a "Party" and collectively as the
"Parties."
RECITALS
A. The Agency has requested permission from FDOT to install a [CHOOSE ONE: ['Public Art — Standalone, ['Public
Art — Add On /affixed, ®Local Identification Marker — Standalone, ❑Local Identification Marker — Add On /affixed]
community aesthetic feature on that certain right -of -way owned by FDOT which is located at
Courtney Campbell Cswy (SR 60) in Pinellas County, Florida ( "Project ").
B. FDOT agrees that transportation facilities enhanced by community aesthetic features can benefit the public, result in
positive economic development, and increase tourism both locally and throughout Florida.
C. The Parties agree to the installation and maintenance of the Project, subject to the terms and conditions in this
Agreement.
AGREEMENT
1. TERM. The term of this Agreement shall commence upon full execution of this Agreement ( "Effective
Date ") and continue through 2065 , which is determined as the lifespan of the Project, unless terminated at an
earlier date as provided in this Agreement. If the Agency does not complete the installation of the Project within
one year ( 365 ) days of the Effective Date of this Agreement, FDOT may immediately terminate this Agreement.
This Agreement may only be renewed for a term no longer than the original term of this Agreement upon a writing
executed by both Parties to this Agreement.
2. PROJECT DESCRIPTION. The Project is a [CHOOSE ONE: EPublic Art — Standalone, ❑Public Art —
Add On /affixed, ®Local Identification Marker — Standalone, ❑Local Identification Marker — Add On /affixed], as more fully
described in the plans in Exhibit "A ", attached and incorporated in this Agreement.
3. FUNDING OF THE PROJECT. The Agency has agreed by resolution to approve the Project and to
fund all costs for the design, installation, and maintenance of the Project, and such resolution is attached and incorporated
in this Agreement as Exhibit "D ". FDOT shall not be responsible for any costs associated with the Project. All
improvements funded, constructed, and installed by the Agency shall remain the Agency's property. However, this
permissive use of FDOT's right -of -way where the Project is located does not vest any property right, title, or interest in or
to the Agency for FDOT's right -of -way.
4. DESIGN AND CONSTRUCTION STANDARDS AND REQUIRED APPROVALS.
a. The Agency is responsible for the design, construction, and maintenance of the Project in accordance
with all applicable federal, state and local statutes, rules and regulations, including FDOT standards and
specifications. A professional engineer, registered in Florida, shall provide the certification that all design
and construction for the Project meets the minimum construction standards established by FDOT and
applicable Florida Building Code construction standards. The Agency shall submit all plans or related
construction documents, cost estimates, project schedule, and applicable third party agreements to FDOT
for review and approval prior to installation of the Project. The Agency is responsible for the preparation
of 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. Six (6) copies of the
design plans shall be provided to FDOT's District Design Engineer, at
Richard Moss, PE, Tampa, FL . FDOT will review the plans for conformance
to FDOT's requirements and feasibility. FDOT's review shall not be considered an adoption of the plans
nor a substitution for the engineer's responsibility for the plans. By review of the plans, FDOT signifies
only that such plans and improvements satisfies FDOT's requirements, and FDOT expressly disclaims all
other representations and warranties in connection with the plans, including, but not limited to the
625 -010 -10
ROADWAY DESIGN
OGC - 12/12
Page 2 of 12
Section No. 15040 CAFA No.
integrity, suitability, or fitness for the intended purpose or whether the improvements are constructed in
accordance with the plans. FDOT's review of the plans does not relieve the Agency, its consultants or
contractors of any professional or other liability for the plans. All changes required by FDOT shall be
made by the Agency and final corrected plans shall be provided to FDOT within thirty (30) days.
b. The Agency shall be responsible for locating all existing utilities, both aerial and underground, and for
ensuring that all utility locations be accurately documented on the construction plans. All utility conflicts
shall be fully resolved directly with the applicable utility. Section 337.403, Florida Statutes, shall
determine whether the utility bears the costs of utility work. The Agency shall bear the costs of utility work
not required to be borne by the utility by Section 337.403, Florida Statutes.
c. The Agency shall be responsible for monitoring construction operations and the maintenance of traffic
( "MOT ") throughout the course of the Project in accordance with the latest edition of FDOT Standard
Specifications, Section 102. The Agency is responsible for the development of a MOT plan and making
any changes to that plan as necessary. The MOT plan shall be in accordance with the latest version of
FDOT Design Standards, Index 600 series. Any MOT plan developed by the Agency that deviates from
FDOT Design Standards must be signed and sealed by a professional engineer. MOT plans will require
approval by FDOT prior to implementation.
d. The Agency is responsible for obtaining all permits that may be required by any federal, state, or local
agency.
e. Prior to commencing the Project, the Agency shall request a Notice to Proceed from FDOT's Construction
Project Manager, Brian Pickard at ( 727 ) 725 -7950 or from an appointed designee.
f. The Agency is authorized, subject to the conditions in this Agreement, to enter FDOT's right -of -way to
install the Project (see attached Exhibit "B" Special Provisions). The Parties agree that this Agreement
creates a permissive use only. Neither the granting of permission to use FDOT's right -of -way nor the
placing of facilities upon FDOT's right -of -way shall operate to create or vest any property right in or to the
Agency. The Agency shall not acquire any right, title, interest, or estate in FDOT right -of -way, of any
nature or kind whatsoever, by virtue of the execution, operation, effect, or performance of this Agreement
including, but not limited to, the Agency's use, occupancy or possession of FDOT right -of -way.
FDOT shall have the right, but not the obligation, to perform independent assurance testing during the
course of construction and throughout the maintenance term of the Project. If FDOT determines that a
condition exists which threatens the public's safety, FDOT may, at its discretion, cause the Project to
cease and /or immediately have any potential hazards removed from its right -of -way at the sole cost,
expense, and effort of the Agency. Should the Agency fail to remove the safety hazard within thirty (30)
days, FDOT may remove the safety hazard at the Agency's sole cost, expense, and effort.
h. The Agency shall be responsible to ensure that construction of the Project is performed in accordance
with the approved construction documents, and that it will meet all applicable federal, state, and local
standards and that the work is performed in accord with the Terms and Conditions contained in Exhibit
"C"
g.
j.
The Agency shall notify FDOT a minimum of forty eight (48) hours before beginning the Project within
FDOT right -of -way. The Agency shall notify FDOT should installation be suspended for more than five (5)
working days.
Upon completion of the Project, the Agency shall notify FDOT in writing of the completion of the
installation of the Project. For all design work that originally required certification by a Professional
Engineer, the notification shall contain a Responsible Professional's Certification of Compliance, signed
and sealed by the Responsible Professional for the Project, the form of which is attached to this
Agreement as Exhibit "E ". 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,
625 - 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 3 of 12
Section No. 15040 CAFA No.
the certification shall include a list of all deviations along with an explanation that justifies the reason to
accept each deviation. The Agency and its contractors shall remove their presence, including, but not
limited to, all of the Agency or its contractor's/ subcontractor's / consultant's/ subconsultant's property,
machinery, and equipment from FDOT right -of -way and shall restore those portions of FDOT right -of -way
disturbed or otherwise altered by the Project to substantially the same condition that existed immediately
prior to the commencement of the Project, at Agency's sole cost and expense.
k. If FDOT determines that the Project is not completed in accordance with the provisions of this Agreement,
FDOT shall deliver written notification to the Agency. The Agency shall have thirty (30) days from the
date of receipt of FDOT's written notice to complete the Project and provide FDOT with written notice of
the same ( "Notice of Completion "). If the Agency fails to timely deliver the Notice of Completion, or if it is
determined that the Project is not properly completed after receipt of the Notice of Completion, FDOT
may: 1) provide the Agency with written authorization granting additional time as FDOT deems
appropriate to correct the deficiency(ies); or 2) correct the deficiency(ies) at the Agency's sole cost and
expense, without FDOT liability to the Agency for any resulting loss or damage to property, including but
not limited to machinery and equipment. If FDOT elects to correct the deficieny(ies), FDOT shall provide
the Agency with an invoice for the costs incurred by FDOT and the Agency shall pay the invoice within
thirty (30) days of the date of the invoice.
I. Upon completion of the Project, the Agency shall be responsible for the perpetual maintenance of the
Project, including all costs. The Maintenance schedule shall include Initial Defect, Instantaneous
Damage and Deterioration components. The Initial Defect Maintenance inspection should be conducted,
and any required repairs performed during the Construction Phase. The Instantaneous Damage
Maintenance inspection should be conducted sixty (60) to ninety (90) days after placement and is
intended to identity short term damage that does not develop over longer time periods. The Deterioration
Maintenance inspection shall be conducted on regular, longer term intervals and is intended to identify
defects and damages that occur by naturally occurring chemical, physical or biological actions, repeated
actions such as those causing fatigues, normal or severe environmental influences, abuse or damage
due to other causes. Deterioration Maintenance shall include, but is not limited to, the following services:
Replacement of lights, painting, cleaning, repairs as required, and maintenance of
surrounding irrigation and landscaping.
m. The Agency shall, within thirty (30) days after expiration or termination of this Agreement, remove the
Project and restore the right -of -way to its original condition prior to the Project. The Agency shall secure
its obligation to remove the Project and restore the right -of -way by providing a removal and restoration
deposit, letter of credit, or performance bond in the amount of $ 25,000.00 .
n. FDOT reserves its right to cause the Agency to relocate or remove the Project, in FDOT's sole discretion,
and at the Agency's sole cost.
5. INDEMNITY AND INSURANCE.
a. The Agency agrees to include the following indemnification in all contracts with contractors,
subcontractors, consultants, and subconsultants, who perform work in connection with this Agreement:
"The contractor/ subcontractor/ consultant/ subconsultant shall indemnify, defend, save and hold
harmless the State of Florida, Department of Transportation and all of its officers, agents or employees
from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or
due to any negligent act or occurrence of omission or commission of the contractor/ subcontractor/
consultant/ subconsultant, its officers, agents or employees."
625 -010 -10
ROADWAY DESIGN
OGC - 12/12
Page 4 of 12
Section No. 15040 CAFA No.
b. The Agency shall carry or cause its contractor/ subcontractor/ consultant/ subconsultant to carry and keep
in force during the period of this Agreement a general liability insurance policy or policies with a company
or companies authorized to do business in Florida, affording public liability insurance with combined
bodily injury limits of at least $1,000,000 per person and $5,000,000 each occurrence, and property
damage insurance of at least $100,000 each occurrence, for the services to be rendered in accordance
with this Agreement. Additionally, the Agency or its contractor/ subcontractor/ consultant/subconsultant
shall cause FDOT to be an additional insured party on the policy or policies, and shall provide FDOT with
certificates documenting that the required insurance coverage is in place and effective. In addition to any
other forms of insurance or bonds required under the terms of the Agreement, when it includes
construction within the limits of a railroad right -of -way, the Agency must provide or cause its contractor to
obtain the appropriate rail permits and provide insurance coverage in accordance with Section 7 -13 of
FDOT's Standard Specifications for Road and Bridge Construction (2010), as amended.
c. The Agency shall also carry or cause its contractor/ subcontractor/ consultant/ subconsultant to carry and
keep in force Worker's Compensation insurance as required by the State of Florida under the Worker's
Compensation Law.
6. NOTICES. All notices pertaining to this Agreement are in effect upon receipt by either Party, shall be in
writing, and shall be transmitted either by personal hand delivery; United States Post Office, return receipt requested; or,
overnight express mail delivery. E -mail and facsimile may be used if the notice is also transmitted by one of the preceding
forms of delivery. The addresses set forth below for the respective parties shall be the places where notices shall be sent,
unless prior written notice of change of address is given.
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
DISTRICT PROGRAM MANAGER
Phone:
Fax:
COUNTY [OR CITY], FLORIDA
Phone:
Fax:
7. TERMINATION OF AGREEMENT. FDOT may terminate this Agreement upon no Tess than thirty (30)
days notice in writing delivered by certified mail, return receipt requested, or in person with proof of delivery. The Agency
waives any equitable claims or defenses in connection with termination of the Agreement by FDOT pursuant to this
Paragraph 7.
8. LEGAL REQUIREMENTS.
a. This Agreement is executed and entered into in the State of Florida and will be construed, performed, and
enforced in all respects in strict conformity with local, state, and federal laws, rules, and regulations. Any
Section No. 15040
CAFA No.
625 -010 -10
ROADWAY DESIGN
OGC - 12/12
Page 5 of 12
and all litigation arising under this Agreement shall be brought in a state court of appropriate jurisdiction in
Leon County, Florida, applying Florida law.
b. If any term or provision of the Agreement is found to be illegal or unenforceable, the remainder of the
Agreement will remain in full force and effect and such term or provision will be deemed stricken.
c. The Agency shall allow public access to all documents, papers, letters, or other material subject to the
provisions of Chapter 119, Florida Statutes, and made or received by the Agency in conjunction with this
Agreement. Failure by the Agency to grant such public access shall be grounds for immediate unilateral
cancellation of this Agreement by FDOT.
d. The Agency and FDOT agree that the Agency, its employees, contractors, subcontractors, consultants,
and subconsultants are not agents of FDOT as a result of this Agreement.
e. The Agency shall not cause any liens or encumbrances to attach to any portion of FDOT right -of -way.
9. PUBLIC ENTITY CRIME. The Agency affirms that it is aware of the provisions of Section
287.133(2)(a), Florida Statutes. A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity,
may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may
not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity
in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of
thirty six (36) months from the date of being placed on the convicted vendor list. The Agency agrees that it shall not
violate Section 287.133(2)(a), Florida Statutes, and further acknowledges and agrees that any conviction during the term
of this Agreement may result in the termination of this Agreement.
10. UNAUTHORIZED ALIENS. FDOT will consider the employment of unauthorized aliens, by any
contractor or subcontractor, as described by Section 274A(e) of the Immigration and Nationalization Act, cause for
termination of this Agreement.
11. NON - DISCRIMINATION. The Agency will not discriminate against any employee employed in the
performance of this Agreement, or against any applicant for employment because of age, ethnicity, race, religious belief,
disability, national origin, or sex. The Agency shall provide a harassment -free workplace, with any allegation of
harassment given priority attention and action by management. The Agency shall insert similar provisions in all contracts
and subcontracts for services by this Agreement.
12. DISCRIMINATORY VENDOR LIST. The Agency affirms that it is aware of the provisions of Section
287.134(2)(a), Florida Statutes. 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. The Agency further agrees
that it shall not violate Section 287.134(2)(a), Florida Statutes, and acknowledges and agrees that placement on the list
during the term of this Agreement may result in the termination of this Agreement.
13. ATTORNEY FEES. Each Party shall bear its own attorney's fees and costs.
14. TRAVEL. There shall be no reimbursement for travel expenses under this Agreement.
15. PRESERVATION OF REMEDIES. No delay or omission to exercise any right, power, or remedy
accruing to either Party upon breach or default by either Party under this Agreement, will impair any such right, power or
625- 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 6 of 12
Section No. 15040 CAFA No.
remedy of either party; nor will such delay or omission be construed as a waiver of any breach or default or any similar
breach or default.
16. MODIFICATION. This Agreement may not be modified unless done so in a writing executed by
both Parties to this Agreement.
17. NON - ASSIGNMENT. The Agency may not assign, sublicense, or otherwise transfer its rights, duties,
or obligations under this Agreement without the prior written consent of FDOT. Any assignment, sublicense, or transfer
occurring without the required prior written approval of FDOT will be null and void. FDOT will at all times be entitled to
assign or transfer its rights, duties, or obligations under this Agreement to another governmental agency in the State of
Florida, upon giving prior written notice to the Agency. In the event that FDOT approves transfer of the Agency's
obligations, the Agency remains responsible for all work performed and all expenses incurred in connection with this
Agreement.
18. BINDING AGREEMENT. This Agreement is binding upon and inures to the benefit of the Parties and
their respective successors and assigns. Nothing in this Agreement is intended to confer any rights, privileges, benefits,
obligations, or remedies upon any other person or entity except as expressly provided for in this Agreement.
19. INTERPRETATION. No term or provision of this Agreement shall be interpreted for or against any
party because that party or that party's legal representative drafted the provision.
20. ENTIRE AGREEMENT. This Agreement, together with the attached exhibits and documents made a
part by reference, embodies the entire agreement of the Parties. There are no provisions, terms, conditions, or
obligations other than those contained in this Agreement. This Agreement supersedes all previous communication,
representation, or agreement, either verbal or written, between the Parties. No amendment will be effective unless
reduced to writing and signed by an authorized officer of the Agency and the authorized officer of FDOT or his /her
delegate.
21. DUPLICATE ORIGINALS. This Agreement may be executed in duplicate originals.
The remainder of this page is intentionally left blank.
AGENCY
City of Clearwater
Engineering Department
Print Name: Michael D. Quillen, P.E.
Title: City Engineer
As approved by the Council, Board, or
Commission on: 3/19/2015
Attest:
Legal R
Section No. 15040 CAFA No.
FDOT
State of Florida, Department of Transportation
By:
Print Name:
Title:
Date:
Legal Review:
625 -010 -10
ROADWAY DESIGN
OGC - 12/12
Page 7 of 12
Section No. 15040
EXHIBIT "A"
PROJECT DESCRIPTION
CAFA No.
625 - 010 -10
ROADWAY DESIGN
OGC -12/12
Page 8 of 12
SCOPE OF SERVICES
[Provide a description of the improvements proposed within FDOT right -of -way]
II. PROJECT PLANS Thomas Sign and
The Agency is authorized to install the Project in accordance with the attached plans prepared by Anderson Lane
P.E. /R.L.A. /Architect and dated . Any revisions to these plans must be approved by FDOT in writing.
Section No. 15040 CAFA No.
EXHIBIT "B"
SPECIAL PROVISIONS
625 - 010 -10
ROADWAY DESIGN
OGC -12/12
Page 9 of 12
Section No. 15040 CAFA No.
EXHIBIT "C"
TERMS AND CONDITIONS FOR INSTALLATION OF THE PROJECT
625 -010 -10
ROADWAY DESIGN
OGC - 12/12
Page 10 of 12
Section No. 15040 CAFA No.
EXHIBIT "0"
AGENCY RESOLUTION
625 - 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 11 of 12
Section No. 15040 CAFA No.
EXHIBIT "E"
NOTICE OF COMPLETION AND RESPONSIBLE PROFESSIONAL'S
CERTIFICATE OF COMPLIANCE
NOTICE OF COMPLETION
625 - 010 -10
ROADWAY DESIGN
OGC -12/12
Page 12 of 12
COMMUNITY AESTHETIC FEATURE AGREEMENT
Between
THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
and City of Clearwater
PROJECT DESCRIPTION: Construction of Centennial Monument Tower on city- leased FDOT parcel
In accordance with the Terms and Conditions of the Community Aesthetic Feature Agreement, the undersigned provides
notification that the work authorized by this Agreement is complete as of , 20 15 .
By:
Name: Michael D. Quillen, P.E.
Title: City Engineer
RESPONSIBLE PROFESSIONAL'S CERTIFICATION OF COMPLIANCE
In accordance with the Terms and Conditions of the Community Aesthetic Feature Agreement, the undersigned 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 Agency shall furnish FDOT a set of "as-built" plans certified by
the Engineer of Record.
SEAL:
By:
Name:
Date: