2025-R-05 - FDOT Locally Funding AgreementRESOLUTION NO. 2015-R-05
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF EDGEWATER, FLORIDA,TO SIGN A LOCALLY
FUNDED AGREEMENT (LFA) WITH THE FLORIDA
DEPARTMENT OF TRANSPORTATION (FDOT) TO
PROVIDE A LUMP SUM DEPOSIT IN THE AMOUNT OF
$22,337.00 TO SUPPORT THE CONSTRUCTION
ENGINEERING INSPECTION (CEI) OF THE
INSTALLATION OF THE EMERGENCY TRAFFIC SIGNAL
IN FRONT OF FIRE STATION 55; REPEALING
RESOLUTIONS IN CONFLICT HEREWITH; PROVIDING -
FOR SEVERABILITY AND APPLICABILITY AND '
ESTABLISHING AN EFFECTIVE DATE. ._
WHEREAS, the City and FDOT desire to enter into the Locally Funded Agreement
r
between the State of Florida Department of Transportation and City of Edgewater (FPN- 453472=
2-62-02) (the "Locally Funded Agreement"), attached as Exhibit "A," to memorialize the
agreement between the parties; and
WHEREAS, the City desires to approve the Locally Funded Agreement and
authorize the Mayor to execute the same.
NOW THEREFORE, BE IT RESOLVED by the City Council of the City of
Edgewater, Florida:
Section 1. FINDINGS. The recitals set forth above are true and correct and are hereby
adopted as findings of the City Council.
Section 2. Approval by the city of the Locally Funded Agreement and authorization to
allow the Mayor to execute the Locally Funded Agreement. The City Council hereby approves the
Locally Funded Agreement and authorizes the Mayor to execute the Locally Funded Agreement.
Section 3. Severability and Applicability. If any section, sentence, clause, or other
provision of this Resolution shall be held to be invalid or unconstitutional by a court of competent
jurisdiction, such invalidity or unconstitutionality shall not be construed as to render invalid or
Resolution 2025-R-05 1
unconstitutional the remaining sections, sentences, clauses or provisions of this Resolution.
Section 4. EFFECTIVE DATE. This Resolution shall take effect immediately upon
adoption.
PASSED AND DULY ADOPTED this � � day o
c
j Bonnie Zlotnik, C C, City Clerk
REVIEWED AND APPROVED:
Aaron R. Wo e,rh
Attorney
Resolution 2025-R-05
FPN: 453472-2-62-02
Page 1 of 10
Agency: City of Edgewater
Fund: LF
Financial Project No.:
Vendor No: F696000314002
Contract Amount: $22,337.00
453472-2-62-02
LOCALLY FUNDED AGREEMENT
BETWEEN
THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND
THE CITY OF EDGEWATER
This AGREEMENT, made and entered into ,
by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (hereinafter
referred to as the "DEPARTMENT") and the CITY OF EDGEWATER (hereinafter referred to as
the "LOCAL GOVERNMENT"),
WITNESSETH:
WHEREAS, the Parties have been granted specific legislative authority to enter into this
Agreement pursuant to Section 339.12, Florida Statutes; and
WHEREAS, the LOCAL GOVERNMENT, by Resolution, a copy of which is attached
hereto, as Exhibit "B", and made apart hereof, has authorized its officers to execute this
Agreement on its behalf; and
WHEREAS, the DEPARTMENT is prepared, in accordance with its Adopted Five Year
Work Program, to undertake the Construction Engineering and Inspection (CEI) services for the
project described as: "US 1 at Rhode Island Emergency Signal", said project being known as
Financial Project Number (FPN) 453472-2-62-01, hereinafter referred to as the "Project"; and
WHEREAS, the Project is not revenue producing and is contained in the Adopted Work
Program; and
WHEREAS, the implementation of the Project is in the interests of both the
DEPARTMENT and the LOCAL GOVERNMENT and it would be most practical, expeditious,
and economical for the LOCAL GOVERNMENT to provide a portion of the funds for the CEI
services of the Project in Fiscal Year 2024/2025, said portion of the Project being known as
FPN 453472-2-62-02, and said costs hereinafter referred to as "Federal -Aid Non -Participating
Costs;" and
WHEREAS, in order to maintain uniformity throughout the Project and to provide for the
Federal -Aid Non -Participating Costs in a cost effective manner, the LOCAL GOVERNMENT
desires to provide funding to the DEPARTMENT to be used for the Federal -Aid Non -
Participating Costs, as described in "Exhibit K.
FPN: 453472-2-62-02 Page 2 of 10
NOW, THEREFORE, in consideration of the mutual benefits to be derived from the joint
participation of this Agreement, the parties agree as follows:
1. The term of this Agreement shall begin upon the date of signature of the last
party to sign and shall remain in full force and effect through completion of all services required
of the LOCAL GOVERNMENT. The DEPARTMENT may, at any time and at any stage, amend
or terminate the Project in whole or in part if the DEPARTMENT determines that such action is
in the best interests of the public.
2. The DEPARTMENT shall undertake and complete the CEI services for the
Project using the Federal -Aid Non -Participating Costs described in Exhibit "A".
3. The DEPARTMENT shall perform the CEI services for the Project. Nothing
herein shall be construed as requiring the DEPARTMENT to perform any activity which is
outside the scope of the Project as previously defined. Except as specifically stated otherwise
in this Agreement, all such activities shall be performed by such entities, at such times, in such
manner, under such conditions, and pursuant to such standards as the DEPARTMENT, in its
sole discretion, deems appropriate. The LOCAL GOVERNMENT shall not have any jurisdiction
or control over the DEPARTMENT'S activities, except as specifically stated in this Agreement.
The LOCAL GOVERNMENT shall be entitled to be advised of the progress of the Project at
reasonable intervals upon request.
4. Contribution by the LOCAL GOVERNMENT of the funds for the CEI phase of the
Project shall be made as follows:
(A) The LOCAL GOVERNMENT and the DEPARTMENT agree to share the
cost for CEI services of the Project. The LOCAL GOVERNMENT agrees to provide
100% of the Federal -Aid Non -Participating Costs required for the CEI services and the
DEPARTMENT agrees to provide the federal funds for the federal participating share of
the CEI services, up to $148,911.00 (One Hundred Forty -Eight Thousand Nine
Hundred Eleven Dollars and No/100).
(6) The share of the LOCAL GOVERNMENT shall be, at a minimum, the
stated percentage of the actual Federal -Aid Non -Participating Costs of the project.
However, in the event the federal government fails to provide an amount which is equal
to the anticipated federal participating share, the LOCAL GOVERNMENT shall be
responsible for 100% of the funds required to make up the shortfall, including cost
overruns and/or supplemental agreements not paid by federal funds. The
DEPARTMENT is only responsible for the stated federal participating share as described
in paragraph 4(A). The Project is off the "State Highway System", therefore, in
FPN: 453472-2-62-02
Page 3 of 10
accordance with Section 339.08(1), F.S., State funding cannot be used for payments of
non -participating costs on this Project.
(C) Should such shortfalls occur, due to a determination that said costs are
non -participating, the LOCAL GOVERNMENT agrees to provide, without delay adequate
funds to ensure that cash on deposit with the DEPARTMENT is sufficient to fully fund
the shortfall. The DEPARTMENT shall notify the LOCAL GOVERNMENT as soon as it
becomes apparent there is a shortfall; however, failure of the DEPARTMENT to so notify
the LOCAL GOVERNMENT shall not relieve the LOCAL GOVERNMENT from its
obligation to pay for its full participation of Federal -Aid Non -Participating Costs during
the project and on final accounting, as provided herein below.
(D) The estimated total cost as set forth in the DEPARTMENT'S adopted
work program for this Project is $148,911.00 (One Hundred Forty -Eight Thousand
Nine Hundred Eleven Dollars and No/100). The estimated LOCAL GOVERNMENT
share for 100% of the non-federal portion of the project is $22,337.00 (Twenty -Two
Thousand Three Hundred Thirty -Seven Dollars and No/100).
(E) The LOCAL GOVERNMENT agrees that it will, within at least 14
calendar days of the execution of this Agreement, furnish the DEPARTMENT an
advance deposit in the amount of $22,337.00 (Twenty -Two Thousand Three Hundred
Thirty -Seven Dollars and No/100). The deposit shall be the total estimated Federal -
Aid Non -Participating Costs.
(F) If the Federal -Aid Non -Participating Costs are in excess of the advance
deposit amount, the LOCAL GOVERNMENT will provide, without delay, an additional
deposit within fourteen (14) calendar days of notification from the DEPARTMENT, so
that the total deposit is equal to the Federal -Aid Non -Participating Costs. The
DEPARTMENT will notify the LOCAL GOVERNMENT as soon as it becomes apparent
the Federal -Aid Non -Participating Costs are in excess of the advance deposit amount.
However, failure of the DEPARTMENT to so notify the LOCAL GOVERNMENT shall not
relieve the LOCAL GOVERNMENT from its obligation to pay for its full participation on
final accounting as provided herein below. If the LOCAL GOVERNMENT cannot provide
the additional deposit within fourteen (14) days, a letter must be submitted to and
approved by the DEPARTMENT's project manager indicating when the deposit will be
made. The LOCAL GOVERNMENT understands the request and approval of the
additional time could delay the project, and additional costs may be incurred due to
delay of the project.
FPN: 453472-2-62-02
Page 4 of 10
(G) If the Federal -Aid Non -Participating Costs are less than the advance
deposit amount, the DEPARTMENT will refund the amount that the advance deposit
exceeds the LOCAL GOVERNMENT's share of the Federal -Aid Non -Participating Costs
if such refund is requested by the LOCAL GOVERNMENT in writing.
(H) Should project modifications occur that increase the Federal -Aid Non -
Participating Costs, the LOCAL GOVERNMENT will be notified by the District
accordingly. The LOCAL GOVERNMENT agrees to provide, without delay, adequate
funds to ensure that cash on deposit with the DEPARTMENT is sufficient to fully fund
the Federal -Aid Non -Participating Costs. The DEPARTMENT shall notify the LOCAL
GOVERNMENT as soon as it becomes apparent the Federal -Aid Non -Participating
Costs will overrun the advance deposit amount. However, failure of the DEPARTMENT
to so notify the LOCAL GOVERNMENT shall not relieve the LOCAL GOVERNMENT
from its obligation to pay for its full participation on final accounting as provided herein
below.
(1) The DEPARTMENT intends to have its final and complete accounting of
all costs incurred in connection with the work performed hereunder within three -hundred
and sixty (360) calendar days of final payment to the Consultant. All project cost records
and accounts shall be subject to audit by a representative of the LOCAL GOVERNMENT
for a period of three (3) years after final close out of the project. The LOCAL
GOVERNMENT will be notified of the final cost. The parties agree that in the event the
final accounting of total project costs pursuant to the terms of this agreement is less than
the total deposits to date, a refund of the excess will be made by the DEPARTMENT to
the LOCAL GOVERNMENT. If the final accounting is not performed within three -
hundred and sixty (360) calendar days, the LOCAL GOVERNMENT is not relieved from
its obligation to pay.
(J) In the event said final accounting of total project costs is greater than the
total deposits to date, the LOCAL GOVERNMENT will pay the additional amount within
forty (40) calendar days from the date of the invoice. The LOCAL GOVERNMENT
agrees to pay interest at a rate as established pursuant to Section 55.03, Florida
Statutes (F.S.), on any invoice not paid within the forty (40) calendar days until the
invoice is paid.
(K) The payment of funds under this Locally Funded Agreement will be made
directly to the DEPARTMENT for deposit and as provided in the attached escrow
agreement between LOCAL GOVERNMENT, DEPARTMENT and the State of Florida,
Department of Financial Services, Division of Treasury.
FPN:453472-2-62-02
Page 5 of 10
(L) Contact Persons:
DEPARTMENT
District 5 Local Programs
719 South Woodland Boulevard, M.S. 4-520
DeLand, Florida 32720
(386) 943-5537
D5-LocalPrograms(adot.state.fl. us
District 5 Construction Special Projects
719 South Woodland Boulevard, M.S. 3-506
DeLand, Florida 32720
(386)943-5406
D5-ConstructionSoecialProiects(&dot.state.fl. us
LOCAL GOVERNMENT
Kathleen (Kat) Capetillo
Administrative Assistant
City of Edgewater
1605 South Ridgewood Avenue
Edgewater, Florida 32132
(386) 424-2400 ext. 2215
kcaaetillo(d,)CitvofEdoewater.oro
5. All tracings, plans, specifications, maps, models, reports, or other work product
prepared or obtained under this Agreement shall be considered works made for hire for the
DEPARTMENT and shall at all times be and remain the property of the DEPARTMENT without
restriction or limitation on their use. The LOCAL GOVERNMENT may, however, inspect those
materials upon providing reasonable advance notice to the DEPARTMENT.
6. In the event this Agreement is in excess of TWENTY FIVE THOUSAND
DOLLARS ($25,000.00) or has a term for a period of more than one (1) year, the provisions of
Chapter 339.135(6)(a), Florida Statutes, are hereby incorporated as follows:
'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
FPN: 453472-2-62-02
Page 6 of 10
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 $25,000.00
and which have a term for a period of more than one (1) year."
7. The DEPARTMENT may unilaterally cancel this Agreement for refusal by the
LOCAL GOVERNMENT to 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
such party in conjunction with this Agreement.
8. This Agreement constitutes the complete and final expression of the parties with
respect to the subject matter hereof, and incorporates and includes all proper negotiations,
correspondence, conversations, agreements, or understandings applicable to the matters
contained herein. The parties agree that there are no commitments, agreements or
understandings 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.
9. This Agreement shall be governed by and interpreted in accordance with the
laws of the State of Florida. Any provision herein determined by a court of competent
jurisdiction, or any other legally constituted body having jurisdiction, to be invalid or
unenforceable shall be severable and the remainder of this Agreement shall remain in full force
and effect, provided that the invalidated or unenforceable provision is not material to the
intended operation of this Agreement.
10. The DEPARTMENT and the LOCAL GOVERNMENT acknowledge and agree
to the following:
(A) The LOCAL GOVERNMENT 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 LOCAL GOVERNMENT during the term of the contract; and
(B) The LOCAL GOVERNMENT shall expressly require any contractors and
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 the contractor/subcontractor during
the contract term.
The remainder of this page intentionally left blank.
FPN: 453472-2-62-02
Page 7 of 10
IN WITNESS WHEREOF, the LOCAL GOVERNMENT has executed this Agreement on
N11CtAf',A1 h, aoa5 , and the DEPARTMENT has executed this Agreement on
CITY OF EDGEWATER
417
0
Title: NA Q� �FY
CAtt�st: ,.
Legal Review:
cl � V
LOCAL GOVERNM ttorney
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
By:
Name: C. Jack Adkins
Title: Director of Transportation Development
Attest:
Executive Secretary
Legal Review:
DEPARTMENT Attorney
Financial Provisions Approval by
Department of Comptroller on:
October 5. 2020
FPN: 453472-2-62-02
EXHIBIT "A"
SCOPE OF SERVICES
Page 8 of 10
The US 1 at Rhode Island Emergency Signal project is with the City of Edgewater (LOCAL
GOVERNMENT). This is a signalization project with limits on US 1 (State Road 5) at the
intersections of Rhode Island Street and Hardin Place, approximately 0.064 miles.
The proposed improvements include the construction of an emergency signal with two mast
arms assemblies at the intersections of US 1 and Rhode Island Street and at US 1 and Hardin
Place. The assembly at Rhode Island Street will include a double armed assembly with 50-foot
and 40-foot arms. The assembly at Hardin Place will include a single 60-foot arm. Signalization
improvements include installation of conduit, signal cable, pull and splice boxes, power service
and wire, vehicular traffic signals, traffic controller assemblies, ethernet switch and device, and
power supply. Intelligent Transportation System Facility Management location documentation is
included. Minor concrete removal and sidewalk construction are proposed at the northeast
corner of US 1 and Hardin Place to accommodate the installation of the mast arm assembly.
Signing and pavement marking improvements include thermoplastic markings7nstallation of
sign assembly, removal and relocation of sign assembly, installation of sign pan*:ls along,US 1,
and enhanced highway sign assembly with beacon. Additionally, an activation push button is
proposed within Edgewater Fire Station #55.
Other construction elements include mobilization, maintenance of traffic, and sod.
The majority of this project is proposed within US 1 (State Road 5) Right -of -Way (ROW).
Proposed improvements along US 1 are listed above, except for the connections to Edgewater
Fire Station #55 which are along Rhode Island Street and Hardin Place.
The following are proprietary items and are eligible for reimbursement:
- Econolite controller
- TechPower Developments power supply
- ITS Express ethernet switch
- Polara Enterprises audible pedestrian detector
- Pelco Products standard pedestrian detector
- Quazite pull box
All pedestrian facilities shall adhere to current Americans with Disabilities Act (ADA) standards.
Utility coordination will be required during construction and utility work schedules have been
developed. The Agency (LOCAL GOVERNMENT) has received a permit exemption from the St.
John's River Water Management District. The City (LOCAL GOVERNMENT) shall construct the
project within the limits of the existing ROW or easements.
Completion of the consultation with the Florida Department of Environmental Protection has
resulted in a Project Commitments Record (PCR) for this project. The commitments must be
included in the City's (LOCAL GOVERNMENT) construction and Construction, Engineering, &
Inspection (CEI) services contracts. The PCR is attached hereto and incorporated herein as
FPN: 453472-2-62-02 Page 9 of 10
Attachment A. Upon project completion, the City (LOCAL GOVERNMENT) must report to the
District Five Environmental Management Office (D5-
EnvironmentalManagement@dot.state.fl.us) detailing when and how each of the commitments
for 453472-1-58-01 were met prior to submission of the project close-out package. The PCR
completion information can be submitted via memo or email.
The submittal of a signal timing study to determine proper clearance intervals, per Section 3.4.6,
Florida Department of Transportation (DEPARTMENT) Traffic Engineering Manual, is required.
The LOCAL GOVERNMENT will be responsible for providing funds for any shortfalls, including
but not limited to cost over runs, Federal -Aid Ineligible Costs and Federal -Aid Non -Participating
Costs including the initial amount of $22,337.00 (Twenty -Two Thousand Three Hundred
Thirty -Seven Dollars and No/100).
The remainder of this page intentionally left blank.
FPN: 453472-2-62-02
EXHIBIT "B"
RESOLUTION
Page 10 of 10
The Resolution, or other official authorization, authorizing entry into this Agreement is attached
and incorporated into this Agreement.