LOCALLY FUNDED AGREEMENT - FPN 437623 1 32 02 FDOT
Florida Department of Transportation
Row n4;sANTIS 11201 N. McKinley Drive KEVIN.).THIBAULT,P.E.
GOVERNOR Tampa, FL 33612 SECRETARY
March 27, 2019
Ms. Phuong Vo
Engineering Specialist II
City of Clearwater
100 South Myrtle Avenue
Clearwater, FL 33756
Locally Funded Agreement (LFA)
ALT US I 9/SR 595 from Mohawk Street to N of TildenStreet/Skinner Blvd
FPID No. 437623 1 32 02
Dear Ms. Vo:
The Locally Funded Agreement for the above referenced project has been executed
and is attached to this cover. The Three-Party Escrow Agreement, which creates the
escrow account for the deposit of funds, has been forwarded to Tallahassee for
execution by the Department of Financial Services and will be mailed to you within the
coming weeks. Please do not deposit the funds until after you receive the executed
Three-Party Escrow Agreement back from the Department. I have also attached the
updated instructions for electronic fund deposit if you would prefer that method of
deposit.
If you have any questions, please call me at (813) 975-6428.
Sincere!
a ara ere
Local Programs Coordinator
T
Enclosure (1)
cc: Anita Wang, ., Project Manager; Steve Drum, Federal Aid Coordinator
www.fdot.gov
City of Clearwater
FPN:437623 1 32 02
LOCALLY FUNDED AGREEMENT
' ` hThis Agreement made by and entered into on this O,-IN day of I k.atc _ , 2019, by
and between the STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION,
whose address for purposes of this Agreement is 11201 North McKinley Drive, Tampa,
Florida, 33612-6403, ("the DEPARTMENT"), and City of Clearwater, whose address for
purposes of this Agreement is 100 South Myrtle Avenue, Clearwater, Florida, 33756
("the CITY"); and
WITNESSETH
WHEREAS, the DEPARTMENT is authorized to enter into agreements with
governmental entities in accordance with Chapter 334.044, Florida Statutes; and
WHEREAS the DEPARTMENT will be responsible for the design of four regional
stormwater outfalls on ALT US 19/SR 595 from Mohawk Street to N of Tilden
Street/Skinner Boulevard as described in the DEPARTMENT's Five-Year Adopted Work
Program as Financial Project Number (FPN) 437623 1 32 02 ("the PROJECT") and as
depicted in Exhibit C; and
WHEREAS, the DEPARTMENT and the CITY have determined that it would be in
the best interest of the general public and to the economic advantage of both parties to
coordinate and cooperate in their efforts to facilitate development of the PROJECT; and
WHEREAS, in order to complete the PROJECT, the CITY is prepared to provide
financial assistance as provided in Exhibit"A."; and
WHEREAS, the CITY agrees to deposit funds with the Department of Financial
Services in the amount of$65,000.00 (Sixty-five Thousand Dollars) for the PROJECT.
SECTION 1
OBLIGATIONS OF THE DEPARTMENT
1.1 The DEPARTMENT shall 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 of the PROJECT.
SECTION 2
OBLIGATIONS OF THE CITY
2.1 The CITY shall provide the funds needed to design the Project in accordance
with the provisions hereunder in Section 3, Financial Provisions.
I
City of Cleanvater
FPN:437623 132 02
SECTION 3
FINANCIAL PROVISIONS
.1 The parties recognize and accept the funding restrictions set forth in Section
339.135 (6)(a), and Section 166.241, Florida Statutes, which may affect each of
the parties' obligations. Those provisions areas 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 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 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 or resolution unless otherwise
specified in the respective municipality's charter. The amount available from
taxation and other sources, including balances brought forward from prior fiscal
years, must equal the total appropriations for expenditures and reserves. At a
minimum, the adopted budget must show for each fund, as required by law and
sound financial practices, budgeted revenues and expenditures by
organizational unit which are at least at the level of detail required for the annual
financial report under s. 218.32(1). The adopted budget must regulate
expenditures of the municipality, and an officer of a municipal government may
not expend or contract for expenditures in any fiscal year except pursuant to
the adopted budget." Section 166.241, 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.
3.2 The CITY agrees that it will, at least fourteen (14) calendar days prior to the
Department issuing the notice to proceed for the design of the additional outfall
structures, furnish the DEPARTMENT a deposit in the amount of $65,000.00
(Sixty-five Thousand Dollars) by April 7, 2019 to be used for the estimated project
cost for locally funded project number 437623 1 32 02. The DEPARTMENT shall
utilize this deposit for the design costs of the PROJECT.
2
City of Clearwater
FPN:437623 1 32 02
3.3 Should project modifications occur that increase the CITY's share of total project
costs, the CITY will be notified by the Department accordingly. The CITY agrees
to provide, without delay, in advance of the additional work being performed,
adequate funds to ensure that cash on deposit with the Department is sufficient
to fully fund its share of the PROJECT. The Department shall notify the CITY as
soon as it becomes apparent the actual costs will overrun the award amount-,
however, failure of the Department to so notify the CITY shall not relieve the
CITY from its obligation to pay for its full participation. Funds due from the CITY
during the project not paid within forty (40) calendar days from the date of the
invoice are subject to an interest charge at a rate established pursuant to
Section 55.03, Florida Statutes (F.S.).
3.4 If the actual cost of the PROJECT is less than the funds provided, the excess will
be refunded to the CITY, if requested in writing.
3.5 The payment of funds under this Locally Funded Agreement will be made directly
to the Department for deposit and as provided in the attached Three Party Escrow
Agreement (EA) between the CITY, Department and the State of Florida
Department of Financial Services, Division of Treasury. If the CITY provides a
written request for any excess funds pursuant to Section 3.4, the DEPARTMENT
agrees to require its Comptroller or designee to instruct the Escrow Agent to return
such excess funds to the CITY.
3.6 E-VERIFY
The DEPARTMENT:
1. Shall utilize the U.S. Department of Homeland Security's E-Verify system to verify
the employment eligibility of all new employees hired by the DEPARTMENT during
the terms of the contract; and
2. Shall expressly require any subcontractors performing work or providing services
pursuant to the state contract to likewise utilize the U.S. Department of Homeland
Security's E-Verify system to verify the employment eligibility of all new employees
hired by DEPARTMENT during the contract term.
SECTION 4
COMMENCEMENT AND TERMINATION OF AGREEMENT
4.1 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 as otherwise
provided in this Agreement; or three hundred sixty (360) days after final payment
has been made to the contractor.
3
City of Clearwater
FPN:437623 132 02
SECTION 5
MISCELLANEOUS PROVISIONS
5.1 Any amendment to or modification of this Agreement or any alteration, extension,
supplement, or change of time or scope of work shall be in writing and signed by
both parties.
5.2 Any notice or other document which either party is required to give or deliver to the
other shall be given in writing and served either personally or mailed to:
TO DEPARTMENT: TO CITY:
Ms. Tamara Perez Ms. Phuong Vo
FDOT City of Clearwater
1201 N. McKinley Drive, M.S. 7-350 100 S. Myrtle Ave, Room 220
Tampa, Florida 33612-6456 Clearwater, Florida 33756
5.3 If any word, clause, sentence, or paragraph of the Agreement is held invalid, the
remainder of the Agreement would continue to conform to the intent of this
Agreement.
5.4 This Agreement shall be governed and construed in accordance with the laws of
the State of Florida.
5.5 Nothing herein shall be construed to create any third party beneficiary rights in any
person not a party to this Agreement.
SECTION 7
ENTIRE AGREEMENT
This document embodies the whole Agreement of the parties. There are no promises,
terms, conditions, or allegations other than those contained herein and this document
shall supersede all previous communications, representations and/or agreements,
whether written or verbal between the parties hereto. This Agreement may be modified
only in writing executed by all parties. This Agreement shall be binding upon the parties,
their successors, assigns and legal representative.
4
City of Clearwater
N:437623132 02
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
by their duly authorized representatives on the dates written below.
CITY OF CLEARWATER
rt
BY:
GEORGE N. CRETEKOS WILLIAM B. HORNE II
MAYOR CITY MANAGER
APPROVED AS TO FORM: ATTEST: a, !
0
tl`6 f
MICHAEL P. FUINO ROSEMARIE CALL
ASSISTANT CITY ATTORNEY CITY CLERK
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
Y1
2
ATTESTSEAL) BY:
-XEC.UTIVE SE RETARY RI HARD MOSS, P.E.
DIRECTOR OF TRANSPORTATION
DEVEL P NT, DISTRICT SEVEN
DATE
FDOT LEGAL REVIEW
DEPARTMENT OF TRA SPORTATION
City of Cleanvater
FPN:437623 132 02
EXHIBIT "Aft
PROJECT BUDGET
This exhibit forms an integral part of that certain Locally Funded Agreement between
the State of Florida, Department of Transportation and City of Clearwater, dated
2019.
I. TOTAL ESTIMATED COST............................... $130,000.00
Roadway design&plans(includes Project Management, Roadway and $35,000
MOT design)
Drainage design &plans and Environmental Permitting $60,000
StructuE21geso2n &21ans $10,000
Survey. $12.000
Subsurface Ufll�ftEng 1 neering(SUE) $13,000
Total $130,000
11. PROJECT PARTICIPATION
State Funds......................................................$ 65,000.00
Federal...............................................................$ 0.00
Local Funds.................................................$65,000.00
111. PROJECT funds are subject to legislative appropriation of available funds.
6
City of Clearwater
FPN:437623 1 32 02
EXHIBIT "B"
PROJECT DESCRIPTION AND RESPONSIBILITIES
This exhibit forms an integral part of that certain Locally Funded Agreement
between the State of Florida, Department of Transportation and City of Clearwater, dated
TA G&h 2019.
PROJECT LOCATION: ALT US 19/SR 595 from Mohawk Street to N of Tilden
Street/Skinner Boulevard
PROJECT DESCRIPTION: The project consists of design of four regional stormwater
outfalls. The DEPARTMENT requires two outfalls to improve flooding conditions on ALT
US 19 as part of the ALT US 19/SR 595 from Mohawk Street to N of Tilden StreettSkinner
Boulevard resurfacing project. The CITY requested two additiona[ outfalls and also
requested that all four outfalls be upsized to include offsite drainage from City of
Clearwater basin areas. All four outfalls shall have stubouts for CITY's future
connections.
SPECIAL CONSIDERATIONS BY DEPARTMENT AND CITY:
The DEPARTMENT shall be responsible for the design permitting package (plans,
drainage calculations/report and permit application) submitted to and approved by all
permitting agencies having jurisdiction over the project to clearly identify that these
regional outfalls' capacities are sized for both FDOT ROW basins and entire offsite
upstream contributing areas, as delineated in design documents.
During design phase, outfall design documents will be provided to City for review and
comments.
The DEPARTMENT shall hire a qualified consultant/contractor to perform the project.
The DEPARTMENT shall invite the CITY to participate in project meetings and provide
periodic updates/status reports as requested.
The CITY shall furnish the DEPARTMENT with a deposit in the amount of $65,000.00
(Sixty-five Thousand Dollars), by April 7, 2019, to be used for the estimated cost of the
project into an account established by the DEPARTMENT for the purposes of the project.
The CITY will provide agreed 50% cost sharing on both design and construction of all four
outfalls.
The City will assume full maintenance responsibilities of all four outfall infrastructures
outside of FDOT right of way (ROW) limits, after completion of construction.
7
City of Clearwater
FPN:437623 132 02
The CITY will donate, as necessary, temporary construction easements to FIDOT at all
four outfalls. locations.
Future permit modifications with S and other regulatory agencies for tie-in
connection work will need to be conducted by the CITY, referencing original approved
permit and approved calculations.
The CITY shall be responsible for any additional costs or claims over the accepted low
bid amount.
All other provisions for the compliance of this Agreement shall remain in full force in
accordance with State of Florida and Federal Laws.
8
City of Clearwater
FPN:437623 132 02
EXHIBIT " "
CONCEPTUAL DESIGN PLANS FOR THE OUTFALL STRUCTURES
9
-
��
I' oil
S
r �g
;rElfli`
11'
;.It`�a
�l�tt
AI
INV
��� i
'} sem
-
t�1fi
p
is
14
�} i���1j#r(f
S�WH�__• = �� d Vii`fl ti
M
Wa
4
Twp 1 11
loin 1 s
off
N}�I„i' t f �siliiSjk�
,a 1i s s 7 t }}
G 3
w rss(tpapa,� �� 1�'}t' 1 }r1t>?ltif t r
IV. 04
� "lowly
1� t
�} i4(' 1
s � 3
y
s
y
rt �y
NAVA 1171,
JQ
Vill
I' fids f if -
x
�#AM�A'.r.�F4 Rtr<'b�F 7>wiS"wxU V'P 19 FtiE[i d4PlG`f�Lf afulP,W tT },e{}v�r�BJ�,�3F ut kxd V�:t�lR�vh i11 G?9 JR f4cW>� P s
u. VMS
, ,�€ £
if
wly
£
{ �p ;.
Mot
r
QMA
-
s
{{ ' t)
two
a ,t
e
`i
N,
MIT la All
It
�€ LrSt
N SII r €
,x-
�'"
ffi
y � t("i £- tY
Nam 111�t
ovum,
ray m£ raw y €<<
Y W# ? f ��� i
SO OVIN POP Ifs,
., Ivy" a i Vl ISS1 _� - 14 t�1 I R �� <, ,
s t s F
�is ham
11
E
7Mf UFP#CrA4 AECOM OF rHfS MOT 85 PV FtaVaYWC *aye W;CQMY QMW MW pN"8htiWq MQ jM "seas. n A e _ _... -- .. ...
At
t l` � F� `� t C 1 ✓ { ! `
I
t14 St tt! ctl tt�h I f �!t SS� r!� � i tit
;,.
If� { I 1a�! t;�1�1�t I�t� �tt ti tr'4w'• ', � ,� f \la�!s� !` t, i1,' E� Fd,� It 41i!t tf � t� � _ ��
PAZ
,U s4r �f't`i£�t1tpt� Suis �� t�>t �usl?}�lil�i �I
3
MAI
WS
!_ it !f ` ! £r)) U�ttXtY t 1317._ f _
1
�{��+(ern
tilt,
to
1\
�1
p
kill
Ot
' @j-
�
i!}
.tz pp S I3),Li S
�Q 1 -
�t ,It�t' � t
�f {ttt �i �£ d, F
p�
�1vK
NEW et ! �t
win tf -
�tl rt � q t L
I! ,I 1 ,
�1 ,s�1
� Il
v4s st 1 U r s�J
£ -sl! � '��
r:
who oI.
�L
p pug
`i
A
i
cmill )f�
I
It 7Iq a� � SSFt t
I l it
Cap
t f ;' t
,q1Vi�i
ip,
+ 0.Nqq—s °' S - I {51}) 1 S l
,1
( t)
UKwin
r
1 ;
i sG}, ° !'
h11 11�)i - J d ri it
a' i d l��v� t i� IS IS
01
y It�I
it tJl
+153
t�
n{ 91(tUI+I�
l,'ttl} � i r &
C
,
Ilk
t �
�i
eii,
�T 00i
7 qb
° 1^ �,
OY
" �
Wig
r t I q s'j�t4
�I +�" III l� i U ��f�NV
�t t ls,
I tS,S o
il I I.
law Se
a� fiI� t � x � {st' 3ift
lilt
t
� �5 ,fl�5���� 14� 7t
I`s Ar,
T,tj
FnC 6o-MP�CIFl isImw VF Iri15 s.ti, t5 OYk FILP Li i;.:l&I,F siG v Ake 584LXG;WDA A,62v SI'T01 TA v'9, P A E.