Loading...
HomeMy WebLinkAboutResolution No. 2019-08R' CITY OF CLERMONT COiee,a„d„ RESOLUTION NO.2019-08R A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CLERMONT, LAKE COUNTY, FLORIDA, AUTHORIZING EXECUTION OF COMMUNITY AESTHETIC FEATURE AGREEMENTS WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FOR THE CITY OF CLERMONT'S INSTALLATION AND MAINTENANCE OF LOCAL IDENTITY MARKER - GATEWAY FEATURE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the State of Florida Department of Transportation purposes to enter into multiple Community Aesthetic Feature Agreements for the installation of a local identity marker — gateway feature in the City of Clermont in Lake County, Florida; and WHEREAS, it is necessary for the City to agree by Resolution to approve the projects and to fund all costs for the design, installation, and maintenance of the project; and WHEREAS, the City desires to improve the aesthetic of roadways by beautifying street features such as a local identity marker — gateway feature; and WHEREAS, the local identity marker — gateway feature will be located in Florida Department of Transportation's right-of-way: NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Clermont, Lake County, Florida as follows: SECTION 1. The Mayor and Mayor Pro Tom are hereby authorized to execute all and various "Community Aesthetic Feature Agreements" ("CAF Agreements') between the City and the Florida Department of Transportation which specifically relate to the installation a local identity marker — gateway feature as such locations are determined and following approval of the Florida Department of Transportation as well as any mutually agreed upon renewals or extensions thereof; a copy of the form of Community Aesthetic Feature Agreements is attached hereto and incorporated herein by reference; and SECTION 2. This Resolution shall take effect immediately upon its adoption and shall remain in full force and effect unless and until explicitly rescinded or superseded by subsequent Resolution, which the Resolution shall be immediately forwarded to the Florida Department of Transportation and until receipt of any subsequent Resolution outlined above, the Florida Department of Transportation is entitled to rely on this Resolution for the authority of the Mayor or Mayor Pro Tem for the purposes set forth herein. CL CITY OF CLERMONT RESOLUTION NO. 2019-OSR DONE AND RESOLVED by the City Council of the City of Clermont, Lake County, Florida this 12th day of February, 2019. CITY OF CLERMONT S • /_ Lw �/ Laid ATTEST: Tracy Ackroyd Ilowe, City Clerk Approved as to form and legality: ffi E OF FLMIOP DEPMOMEM OF TP SPORTATION 62 1610 COMMUNITY AESTHETIC FEATURE AGREEMENT RO AY DEMIGN P 1au State Road/Local Road 50 Section No. 11070 CAFA No. 2018-M-592-1 This Community Aesthetic Feature Agreement ('Agreement') is entered into this 2-D1Vh y of ,tJA8-4-JA ,Il between the State of Florida, Department of Transportation ("Department") and the City of Clermont ("Agency'). The Department 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 the Department to install a [CHOOSE ONE: ❑Public Art, ®Local Identification Marker] community aesthetic feature on that certain right-of-way owned by the Department which is located on State Road(Local Road SR 50 at MP11.473 in Lake County, Florida ("Project'). B. The Department 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 tens of this Agreement shall commence upon full execution of this Agreement ("Effective Date") and continue through 12/31/2040 , which is determined as the Iifespan 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 1 Year (365) days of the Effective Date of this Agreement, the Department 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, ®Local Identification Marker], 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". The Department 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 the Department's right-of-way where the Project is located does not vest any proper right, title, or interest in or to the Agency for the Department'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 the Department 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 the Department 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 the Department 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. A copy of the design plans shall be provided to the Department's District Design Engineer, located at Leesburg Operations, Leesburg. FL . The Department will review the plans for conformance to the Department's requirements and feasibility. The Department 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, the Department signifies only that such plans and improvements satisfies the Department's requirements, and the Department expressly szsorwo FOAGNPV ocOFSI 7 c n -ru v.p.za�z disclaims all other representations and warranties in connection with the plans, including, but not limited to the integrity, suitability, or fitness for the intended purpose or whether the improvements are constructed in accordance with the plans. The Department'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 the Department shall be made by the Agency and final corrected plans shall be provided to the Department 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 bome 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 FOOT 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 FOOT Design Standards, Index 600 series. Any MOT plan developed by the Agency that deviates from FOOT Design Standards must be signed and sealed by a professional engineer. MOT plans will require approval by the Department prior to implementation. d. The Agency is responsible for obtaining all permits that may be required by any federal, slate, or local agency. e. Prior to commencing the Project, the Agency shall request a Notice to Proceed from the Department's Construction Project Manager, Logan Land at QU2 326-7718 or from an appointed designee. f. The Agency is authorized, subject to the conditions in this Agreement, to enter Department's rightof-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 Department's right-of-way nor the placing of facilities upon Department's rightof-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 the Department's right-of-way, of any nature or kind whatsoever, by virtue of the execution, operation, effect, or perfonnance of this Agreement including, but not limited to, the Agency's use, occupancy or possession of the Department's rightof-way. g. The Department 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 the Department determines that a condition exists which threatens the public's safety, the Department may, at its discretion, muse the Project to cease and/or immediately have any potential hazards removed from its rightof-way at the sole cost, expense, and effort of the Agency. Should the Agency fail to remove the safety hazard within thirty (30) days, the Department 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'. i. The Agency shall notify the Department a minimum of forty eight (48) hours before beginning the Project within the Department's right-of-way. The Agency shad notify the Department should installation be suspended for more than five (5) working days. j. Upon completion of the Project, the Agency shall notify the Department 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 62"Wo flONM'M D6K N WC .11 iK,e]Mt] 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, 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 the Departmenrs rightof-way and shall restore those Portions of the Department's 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. If the Department determines that the Project is not completed in accordance with the provisions of this Agreement, the Department shall deliver written notification to the Agency. The Agency shall have thirty (30) days from the sate of receipt of the Department's written notice to complete the Project and provide the Department 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 property completed after receipt of the Notice of Completion, the Department may: 1) provide the Agency with written authorization granting additional time as the Department deems appropriate to correct the deficiency(ies); or 2) correct the deficiency(ies) at the Agency's sole cost and expense, without Department liability to the Agency for any resulting loss or damage to property, including but not limited to machinery and equipment. If the Department elects to correct the deficiency(ies), the Department shall provide the Agency with an invoice for the costs incurred by the Department and the Agency shall pay the invoice within thirty (30) days of the sate of the invoice. 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: 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 rightof-way by providing a removal and restoration deposit, letter of credit, or performance bond in the amount of $10,165.00 . The removal and restoration deposit, letter of credit, or bond shall be maintained by the Agency at all times during the term of this Agreement and evidence of the deposit, letter of credit, or bond shall be submitted to the Department on an annual basis. A waiver of the deposit, letter of credit, or bond requirement is permitted with approval from the District Maintenance Engineer for those installations with estimated restoration/removal costs less than or equal to $2000.00. District Maintenance Engineer, Date: n. The Department reserves its right to cause the Agency to relocate or remove the Project, in the Department's sole discretion, and at the Agency's we cost. msoWo R AY MMM 03C-W 7 Pg..M2 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." b. The Agency shall carry or cause its contractor/ subcontractor/ consultant/ subconsuhant 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 the Department to be an additional insured parry on the policy or policies, and shall provide the Department 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 the Department's current Standard Specifications for Road and Bridge Construction, as amended. c. The Agency shall also carry or muse 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. S. NOTICES. All notices pertaining to this Agreement are in effect upon receipt by either Parry, 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 5 PROGRAM MANAGER Leasbum Operations 1405 Thomas Avenue Leesburg, FL 34748 Phone: Fax City of Cleremont COUNTY [OR CITY], FLORIDA 685 West Melrose Street Claremont, FL 34711 Phone: 352-394-4081 Fax: msawo ROADNAY DESIGN! OGC-W7 Pp SdII 7. TERMINATION OF AGREEMENT. The Department 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 the Department 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 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 the Department. d. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subccnsultants are not agents of the Department as a result of this Agreement. e. The Agency shall not cause any liens or encumbrances to attach to any portion of the Department's 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. The Department 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 ersato-m ROAGNaV LESIGN WC-CBt] Vep fi W t] 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 attomey's fees and costs. 14. TRAVEL. There shall be no reimbursement for travel expenses under this Agreement. is. 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 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 the Department. Any assignment, sublicense, or transfer occurring without the required prior written approval of the Department will be null and void. The Department will at all fines 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 the Department approves transfer of the Agency's obligations, the Agency remains responsible for all work performed and all expenses incurred in connection with this Agreement. to. 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. is. 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 the Department or his/her delegate. 21. DUPLICATE ORIGINALS. This Agreement maybe executed in duplicate originals. The remainder of this page is intentionally left blank. azsm¢10 POAGNW = 7 WC Ppe In W 1] Section No. 11070 CAFA No. 2018-M-592-1 AGENCY Print Name: Title: I 1 Uyor As approved by the Council, Board, or Commission: e.brU r 2-0151 Attest: Lega[Rev CityorZe- yAttorney >As to DEPARTMENT State of F d ' ; ep en f Transportation By: Print Name: Alan H ma Title: Director of Trans ortatio Operations Date: 3 Legal Revi Vs01 o ROAm yMl.c V T .,.a Nll Section NO. 11070 CAFA No. 2018-M-592-1 EXHIBIT"A' PROJECT DESCRIPTION SCOPE OF SERVICES Installation of Local ID Marker at the corner of SR 50 & 12- Street. PROJECT PLANS The Agency is authorized to install the Project in accordance wnh the attached plans prepared by Maeued Barsoum, P.E. P.E./R.L.AdArchitect and dated 1/17/2019 . Any revisions to these plans must be approved by the Department in writing. .zoom RWWIPN V DESIGN OGC-OP/il Ppe9d4 Section No. 11070 CAFA No. 2018-M-592-1 EXHIBIT'B' SPECIAL PROVISIONS None. l 1ID1Y Ronownr DE 0G%W17 Py�10d4 Section No. 11070 CAFA No. 2018-M-592-1 EXHIBIT'C' TERMS AND CONDITIONS FOR INSTALLATION OF THE PROJECT 1) No work in permitted during Special Events without prior Department approval. 2) No lane closures are permitted without prior Department approval. RS01¢10 nonovnr oEsicN occ.wm PZ11 N13 Section No. 11070 CAFA No. 2018-MZ92-1 EXHIBIT "D" AGENCY RESOLUTION Attached, on following page. CITY OF CLERNONT RESOLUTION NO.2019-0SR A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CLERMONT, LAKE COUNTY, FLORIDA, AUTHORIZING EXECUTION OF COMMUNITY AESTHETIC FEATURE AGREEMENTS WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FOR THE CITY OF CLERMONT'S INSTALLATION AND MAINTENANCE OF LOCAL IDENTITY MARKER - GATEWAY FEATURE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the State of Florida Department of Transportation purposes to enter into multiple Community Aesthetic Feature Agreements for the installation of a local identity marker - gateway feature in the City of Clermont in Lake County, Florida; and WHEREAS, it is necessary for the City to agree by Resolution to approve the projects and to fund all costs for the design, installation, and maintenance of the project; and WHEREAS, the City desires to improve the aesthetic of roadways by beautifying street features such as a local identity marker - gateway feature; and WHEREAS, the local identity marker - gateway feature will be located in Florida Department of Transportation's right-of-way: NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Clermont, lake County, Florida as follows: SECTION 1. The Mayor and Mayor Pro Tem are hereby authorized to execute all and various "Community Aesthetic Feature Agreements" CVAF Agreements") between the City and the Florida Department of Transportation which specifically relate to the installation a local identity marker - gateway feature as such locations are determined and following approval of the Florida Department of Transportation as well as any mutually agreed upon renewals or extensions thereof; a copy of the form of Community Aesthetic Feature Agreements is attached hereto and incorporated herein by reference; and SECTION 2. This Resolution shall take effed immediately upon its adoption and shall remain in full fora and effect unless and until explicitly rescinded or superseded by subsequent Resolution, which the Resolution shall be immediately forwarded to the Florida Department of Transportation and until receipt of any subsequent Resolution outlined above, the Florida Department of Transportation is entitled to rely on this Resolution for the authority of the Mayor or Mayor Pro Tem for the purposes set forth herein. CITY OF CLERMONT „ti„ RESOLUTION NO.2019-OSR DONE AND RESOLVED by the City Council of the City of Clermont, Lake County, Florida this 12th day of February, 2019. CITY OF CLERMONT ATTEST: Tracy Ackroyd e�..�Ierk Approved as to form and legality. s�. axwrwo RWPNFY OW 7 WFn 1, iz o1+x Section No. 11070 CAFA No. 2018-M-592-1 EXHIBIT'E' NOTICE OF COMPLETION AND RESPONSIBLE PROFESSIONAL'S CERTIFICATE OF COMPLIANCE NOTICE OF COMPLETION COMMUNITY AESTHETIC FEATURE AGREEMENT Between THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION and the City of Clermont 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 .20 By: Name: Title: 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 the Department a set of "as -built' plans certified by the Engineer of Record. By: SEAL: Name: Date: FORM 122-A SUBMITTAUAPPROVALLETTER To: m Me.b atr+io. P.E. [bb. mnrmte DY.Ya a Ttetp. Dapn FipYpa pirintl, Prove, lo: m likv: Cape ❑ caw Q pp.r♦a RuroW m $ae RRW M.rp.r: i.WntWWoo Colneclap. 11Uip.a00 9.pei l't.lert p,IP; tt.A Ertl Prgq MP' 11A>6 f1nW PMIM a DM6on lope,.,: VW W[2]Re , DWipn Es ftn LjDaign Vwu F1^ Conm,lry M, F.I. C,...,W R.irbrl,er. YW Q wElG oM M. _.O. wp„tpp M tl, Mbetry eiarmtl.l: DWanspW �Lm wft t� t Dm6, 9trrcW,.I C. m VY CW. EMrgrw9a C. sops Mv1nYn Gr.M a sappYq s"Del.rce &,rMW.lbn ,orlmmltuw ReGW Dtltr rwe 1. The project Includes: Local ID Marker (One tower with 25' height) 2. The project plans and associated documents are Included with this submittal. Location: South -East corner of SR 50 & 12th street intersection, Clermont Supporting documents R.cmmr.MNbr. bYNtlslnpml Mp f\ MO. 1 T u4� r ry`a, fY,IMMM.♦�C `,♦i All 6M ;t'�." Magued a.9uhM^" D.t<: Zpt9.pl.,r •'F ViryryKr M Hanna,,,,,.l.5'N' a.16. terY.. d W,r arle.a D.4 EYYtYW W pWrEre„car Wp FlMDINYn MrLYel..v CLERMONT GATEWAY IMPROVEMENTS SR 50 & 12th STREET, CLERMONT, FLORIDA CONSTRUCTION DOCUMENTS Prepared for: CITY OF CLERMONT SHEETS 685 W. Montrose Street Clermont, FL 34711 Tel: (352) 394-4081 Contact: Mr. James limier, Director of Capital Planning, Grants and Projects `' �u^ loCnnox lAnG 1 100% PLANS y,E�oy,�wpy � cunt Sm En NOVEMBER, 2018 TOPOGRAPHIC SURVEY - WEST GATEWAY NOTES: A City limits is approx. 2,609 west of the intersection. B. Drivers are not expected to stop or park, accordingly the plan will not provide parking or ADA access. C. The proposed location does not obstruct any signs or interfere with any sight distance, sight triangle, or view zone. POSTED SPEED-40 MPH — SIGHT LINE (PER INDEX 546 PAGE 5) -- CL(TYPJ ,e1YY �---- 51'AND ALONE I 1� EXISTING TREE TO REMAIN (TYP.) aneuaw� •. •' .11 CpIN.W M1lY�tRX R. Y'!'IIMLL n MO>w. .PROPOSED CONYOUi� 5i+r Sq SO 3 r •�i L WEST CATEW - -€'�# \ (SSE LA 5 6 LAB EXISTING CONTOUR ; ,I IS9E LOLA LA-5 F (SEE LA-56- 1 A--- FG=125 6 —TW-126 0 ,• t WEST GATEWAY SITE PLAN WEST GATEWAY GRADING PLAN "a"".. •..�• __"__ nTovcxo mmloo¢ - x li x I]E%LSTI16 rr A: CbM Abdilmy crw>rnun wovmn� r�nur um�r. r�rnxu eurixa 00 _ a�$Ta3 wn amurxnrw�ue suoow• S- CLE M _ 5-0" lwor LWDo K&DL.cVRuu Cl T xsr rc.oeo a. ac. mE ox.caww caw TO ox seevuxrua care .on Puurnsow¢Anrs. .. ea�l or ouwmrew U.n AISN9AWp nWlA11Y eRN R.'CY'nYLOYAe�1Y ��'Z's'�'^' VtlT WlM1Y TOOYe W r- SECTION 1 SI�12.1-0' (an 11xiT) 1'•1'V (m YlY41') .t 4'-V --i z ELEVATION r • r-o� (oo n�•I eowa: oc r�waonrs w,snar roa mwu ,rnwncavaa® a DE� 12.1'd (an T21 W') (-.' DETAIL B Nome: d Subni-Su atria is S ilalwp revnree MNe1Wp Eemh PW SWEWL P e WEST OATEWAV R NEWGFBTIIUNG Q ~� y. umnRom's .T.8 TREE PLANTING DETAIL (15 TO.30 GAL.) N. gym I �mP<Jw� (-;-)TRIANGULAR PLANT SPACING DETAIL N.T.S. -V 6oCO1R YTY1Yi IYfYY11BY�Y �n[[' _ FAIbWbI YTw11Y �i�N Yf.'Uf'fMYL AYYYN — � amm YYWGMMNIf YW f111R tGlfp111 Yq I YT.wIG 'uM i CGV VTr�� I� } t Myein 9annina. iwem MgoiC pT [dlrox nut cwR�Y/G I _ vicp rvrvi emreio Omine r urgv i yn as. e6 GENEML NOTES' r"mm//miza m°�ass wmrwr warn anaxnmi ar w. vwma rma� me w�rears wv' TEMPORARY TRAFFIC CONTROL NOTES: IANOSCARE NOTESIN IE r ua umxa6 ¢ ^n^ ." arm mE Nn w nE wwvrz >a nn/xen wx vmnst m xi. /.w wx umNc n< a. a rwmw �mmunw vwrowwe w/xu uvss rrsrt wmw rzu ma swm srt w r mes vmnumx5. w rs/xw aurri mcs rm un ma xuamuurs rc CIAMONT WTEn IMP0. KMIENT] y 1 y • {s a i 5, 41 LEGEND pppggg SOUTHERN MAGNOLIA !PROPOSED) MG ` GIANT LILYTURF EXIS ITRE �(PROPOSED) i TO REMAIN (TYP.) EXISTING TREE TO REMAIN (TYP,) J � s� { _ �AOIG�IO� CrW�Y1�lY0YiY0a1Y YIO�Y SRN R."W'AIY M4Ylllp i ®�e'pu�asc. a�wrdn u e OYY YTIIY•Y YMYCVIYYX BECIICN.RS TONER �`� pgm� RE,w�Evn�nw.zs rowFn Ia�PN� _per'LEI. (1 SRIE F1EVnTION. RS TO VIER L mwT6 nw-IWTa R CM ELECTRICAL NOTES: ELECTRICAL SYMBOL LEGEND - (MOIL NOT NL SWNOES SIOM a tEaxo NE LIGHTING FLR un SCHEDULE -_ -... - A RIFIUL M'AM xL uWM wmws AND EOOPWNr PM A aINEh Nuc 4 r m ON BOOR PUNS) Ivu:IWG M! mww WIR'Itt NO xN0.Y MRAM FIELINfN MNY. 2 oms NO STNO/M6 D]EtlY m M IRgfflglf 6.YL WWxYl6 - M11f 1M[ O1FS Nx SIWN.N'/A MOLMN Mlglµ RECMCL 661m11 FpIFN) 511Bf1 C nol IIEo 90l W16 /L.WJY NpIW. 4BWN GAM 1MS,Nlw 3 tSi 10511E 6 atp90 ECpE M NM UXINASK� Ir xOWA N. Y WM f10.V gSIPIBUMxI. OTUMN$ Nx XA111Z G N M I'fIr0 IW I) IS 6 N P9NM RK IW wNL I" xMtE NA �B4w n r NN IFNOM. Im4]! WET. v - - un v61a m a159a4 iM xIF.6lEinrEM M R09]I xo sEM ®a NSpRpxXiS MAM INDO: ' WIYERE ]0}4-IEMI-qV�W V-15%-WIB-N(-1x 91NL E MN. I LURE b ROOO UCM Fl%RIRE PWw/FN(BAENI nP Eau LID EWD INO xxxPE AW... Xa9Mt 4ro3x cow MI B. B1. wRIINS .W $ SYTOI RC .1 lolrtPAnP VrPSLL 1¢1A¢ xe xuxM PEW L I. GYPAT - EtIWM BEIM MNG 9611E IB %R IXhY]R: INWI �B1xBVPa &A(X il®1. 1m Kli N.YITIW6091w. wpINB 10 - DO 10 96Y6 p yS p,Ni11 REGPTAQE, M�A1" U PN.AT axr a Ms ,uxrnw PM m�-IpIDWxI-Imnx-a xUMT MES-uar POLES 101D5 M1SIN BY AYIN JNCIIa1 9lf owME wh%'arCw AaNNND Eau AM mWMNNN'.LE ftOmn MMIC IXDE u1EN w1NM. M PpA MNL E -LID IANIAAW EKW T 1 Pitt Ar rt� u.T T0-WLYw�R MOSRO MICOA3 AT Ri of Yux I15�1a NU�1NN E 0.9EroRr Cfn NE M EGwIFlYL 9wLb011 O mwmmEcox 10'IIX !4]l% CClg1 hYPENANPE .. NLIAZ atlHP. 161 M (aLYN ASIY NNWWS M35. AM /3Y. ATa. AM. yE Ma3 MSx WM hNINSI IJ.T xG2Ua1NP 1YAN1xL pT. ID _ ILO 9AV.1Q 1 w - QHfI( MN/INM dW M1FB. R� 1m/mM M Im/310V PNfIRPN➢ WYxP( IRxIL-XItlND/tIW 4MEIIM1Nam1 MWNP EPI.LL 4. B OEMQS - N£MG1YN MHN EEWRS .VN MNM xIXr N64 _ _-.... _ E[RPT PNFItD WE WM BEMES AND MR 0, M SYM PIM. LCk S IE®iMLR m WR$ ISY. 3 WE. 3 wE OIwOY M14 a 9AAlFB YMIIp lua TIIF As 91oW1 a NMWxrs Au NAO 1 tm NAn-t T uxE9P OMFRWZ whD. c somonE m NVS Im/1m. iZ1tiff EYxS suux MK YNMY a w. c uanN RCIIR Amu i r uws alAu xnc cwm.w mm msmAnls or .aao. nxlORa WM NEONoIIo exLlsr Mwx MxE IM wW WY xAIYIBWc wsMnw. r xnPRl uMlw rIATu6 u xa.Nm Br BWER No A< xwulm a MAWxM R1K fG11M M1EKS 91NL Z LEtlm pNxO aYRu PRJS.4 BY LWON.VE RRIa NL IER4Mf WNNIWa NNNNNE NN UYS AlldiEtT/➢!'JFflI AM IXIFIttB NNEIYq 0!P aMT ftll GOI MM 2 IE® NU1R5911 fRTN2 MYL LMT M RCpIE]Nlrz ff xGc 41 410-PS P PN64 1. NL PNFLS 91NL E Y1 MRR Nx M M 9E YMEILBFfA. Mytf SR NN TIC AS HNAR➢ a MAWIIM PMFLS 9WL wK PLL 93 GENERAL NOTES: E MIMC<MR I. flITM 0]IIMgJS MVAGIfi MIFY N IStlOWIS WM NEC 4CM11 1. R IS ACCEPTIBIE TO UPE ALUMINUM fEEOEP ]50. W4 AS NW.IxO. MNPf MGM EONCIM N Nx MQM1S W W CONDUCTORS OF EOUDE. .MPACCV ACCORDANCE WITX CODE AND OWNER F. P. Of9a5, M fi UIxTIPF WOBRN RNRERI NIM UNIONSWINE REOUIREYENTS INO ACLEPfPNCE TM IS MNI MR m WY [fTW x IxT OFM M x ICI m 6 SUCK D(liO . IRD]E 91a wlIE Y N M A1MMN a M MON0.T/LIO6R N E 2 VOLTAGE OROP CAECUTAT HAVE BEEN YN¢ M =B19a 6 ®S NO TE UIOaGVE IMXE OF INDS 011i IN ROATIO WRN WILDING CE EMhCT/ O m M FRINWIYI x WxxG OIIERWY. IN PTU aW¢ WLL E NIYWO CODE:MED ONS CODE EIIEHGY CONSERVATION CHAFlFN 1, SECT]N 4. NORM NK M Mx M WIpW M]I M M Y1 MND FMN MAi 105.].1 IT (ll 7NMm1 R O]ES WMI A IFAVR9E PIRNSgMN 6 M NM�Ia Wx 9N61GT95 N 1 A1L 1EIIMWLS ME TO BE 11SM) POR USE WITH c M %MK NO WOlATbN MF xlB® AS A ®ERµ BWIFlIOI a M 19N r0 ff N16�' xl IIPIx NOI SDiMNN IRNIMNB M 9ML M IE¢SiIAY fM ]5C wTEO CON WC9R5 IN COMPl1WCE WIIN NEC �WRaN 110.14(C). %M11MciNa TiNGWMIM!.na 9iW >�NMOI WIN DIE M}xWPCJA YNEhGWA4 STxICIIRK MN P3EC1PxlL NN6 EPUE RMPIMB HIS rwi ®xo ALNM11u oaNauml 4 R .wam xx ro M mlNUTvts rAURE To rAIWIWa xwmr Wm M NNx. It xRNYATM xwwl M M MAWNS W ro M W¢na a oxsnN oa16 xW Na FP.MWN N3MHE wTA U ro Mp30L11N nT .FM..IS rt RwE s M oaouETME rs rotT a,W W16O, xNNWIL nq IE�OI9WM 10 oE1EeNc M wuRNA awN.Tw Wo GPM eP mBMw unrl¢ Al" AIWMIAO Ewwxr anrexArevwxovaerrte RarucAE xvna NNrroE N.r €'���' �,g,,.y. r - 20' 0 100 1'-M' (on 11 K1Y) WALL MOUNTED FIXTURE FLOOD LIGHT FIXTURE SB FIXTURES MWNTED W'. ORC RID. LB-2 (NA PNOTQCELL) POMER CO. METER OI . PNL YB' FIXTURES MWNTFD ON WALL AT BASE W INSIDE -. OF TOWER FM BACK-UWTINB OF TOY 'M WIRS. `S1A FIXTURES MOUNTED W FACE Y TOWER. PLAN KEY NOTES: Q 1. CBBROINATE HNAL LOCATION WTN THE PBMER CWPA4Y PRIM TO RWON-N. A110NIJM FRMT OIITl1 VdCTE1GLL UWTING FY I Ei LYMIfkP u�crwcu oeruu � u FDOTT gyp-... Florida Department of Transportation GOVERNOR RON EaNNTIS 719 S. woodland Boulevard "VINATHIRAnLT,P.L GOVERNOR Deland, Florida 32720fi834 SECRETARY March 21, 2019 Brenda Toscano, City Clerk City of Clermont 685 West Montrose Street Clemtont, Florida 34711 Email: btoscano@clermontfl.org RE: NOTICE TO PROCEED Agreement Number: 2018-M-592-1 County/Description: Lake / City of Clermont Local Identification Marker— SR 50 Brenda: This is to notify you that the Community Aesthetic Feature Agreement was executed on March 20th, 2019. You are hereby issued this Notice to Proceed, effective March 21, 2019 which is your authorization to proceed with the work under this Agreement. Please contact the Project Administrator Todd Croft, (352) 326-7742 for further information. Sincerely, Christine M n'ginlb'4neew Chrinine Mamone 6Ne2019n3.21 Barone 09:11:19-04M. For John Hatfield, P.E. District Maintenance Engineer JH: rqb QC: GCM cc: Todd Croft - Project Administrator Emily Schanker P.E. - District Maintenance Production Engineer www.fdot.gov STATE OF FUXODA DUMTMENT OF TR4lPPOITATION @ 016W COMMUNITY AESTHETIC FEATURE AGREEMENT RO AAYDDDEE Pp; 0 o State Road/Local Road 50 Section No. 11070 CAFA No. 2018-M-592-1 This Community Aesthetic Feature Agreement ("Agreement") is entered into this 2 Llday of tJ ALC IA U19 between the State of Florida, Department of Transportation ("Department") and the City of Clermont ("Agency'). The Department 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 the Department to install a [CHOOSE ONE: ❑Public Art, ®Local Identification Marker] community aesthetic feature on that certain right-of-way owned by the Department which is located on State Road/Local Road SR 50 at MP11.473 in Lake County, Florida ("Project"). B. The Department 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 12/31/2040 , 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 1 year (365) days of the Effective Date of this Agreement, the Department may immediately terminate this Agreement. This Agreement may only be renewed for a tens 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, ®Local Identification Marker], 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". The Department 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 the Department's right-of-way where the Project is located does not vest any property right, title, or interest in or to the Agency for the Department's right-of-way. 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 the Department 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 the Department 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 the Department 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. A copy of the design plans shall be provided to the Department's District Design Engineer, located at Leesburg Operations, Leesburg. FL . The Department will review the plans for conformance to the Department's requirements and feasibility. The Department 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, the Department signifies only that such plans and improvements satisfies the Department's requirements, and the Department expressly &N1o1a flMMAYGESIGN WC.1 PSP201i disclaims all other representations and warranties in connection with the plans, including, but not limited to the integrity, suitability, or fitness for the intended purpose or whether the improvements are constructed in accordance with the plans. The Department'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 the Department shall be made by the Agency and final corrected plans shall be provided to the Department within thirty (30) days. It. 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 beer 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 mum of the Project in accordance with the latest edition of FOOT 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 FOOT Design Standards must be signed and sealed by a professional engineer. MOT plans will require approval by the Department 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 the Department's Construction Project Manager, Loden Land , at (&2J 326-7718 or from an appointed designee. f. The Agency is authorized, subject to the conditions in this Agreement, to enter Department's right-of-way to install the Project (see attached Exhibit W Special Provisions). The Parties agree that this Agreement creates a permissive use only. Neither the granting of permission to use Department's right-of-way nor the placing of facilities upon Department'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 the Department's 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 the Department's right-of-way. g. The Department shall have the night, but not the obligation, to perform independent assurance testing during the course of construction and throughout the maintenance tern of the Project. If the Department determines that a condition exists which threatens the public's safety, the Department 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, the Department 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'. i. The Agency shall notify the Department a minimum of forty eight (48) hours before beginning the Project within the Department's right-of-way. The Agency shall notify the Department should installation be suspended for more than five (5) working days. j. Upon completion of the Project, the Agency shall notify the Department 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 ss 'm10 R AY DESW'H We-C 7 Pwaara 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, 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/ subconsultard's property, machinery, and equipment from the Department's nghtof-way and shall restore those portions of the Department's rightof-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. If the Department determines that the Project is not completed in accordance with the provisions of this Agreement, the Department shall deliver written notification to the Agency. The Agency shall have thirty (30) days from the date of receipt of the Department's written notice to complete the Project and provide the Department 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, the Department may: 1) provide the Agency with written authorization granting additional time as the Department deems appropriate to correct the defciency(ies); or 2) correct the deficiency(ies) at the Agency's sole cost and expense, without Department liability to the Agency for any resulting loss or damage to property, including but not limited to machinery and equipment. If the Department elects to correct the deficiency(tes), the Department shall provide the Agency with an invoice for the costs incurred by the Department and the Agency shall pay the invoice within thirty (30) days of the date of the invoice. 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: 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 $10,165.00 . The removal and restoration deposit, letter of credit, or bond shall be maintained by the Agency at all times during the term of this Agreement and evidence of the deposit, letter of credit, or bond shall be submitted to the Department on an annual basis. A waiver of the deposit, letter of credit, or bond requirement is permitted with approval from the District Maintenance Engineer for those installations with estimated restoration/removal costs less than or equal to $2000.00. District Maintenance Engineer, Date: n. The Department reserves its right to cause the Agency to relocate or remove the Project, in the Department's sole discretion, and at the Agency's sole cost. mNWO P MAY DESIGN ODC_ Wi? v 401] INDEMNITY AND INSURANCE. a. The Agency agrees to include the following indemnitication in all contracts with contractors, subcontractors, consultants, and subconsultants, who perform work in connection with this Agreement: 'The contractor/ subcontractor/ consultant/ subconsuitant 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." b. The Agency shall carry or cause its contractor/ subcontractor/ consultant] subconsuhent 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 $1 D0,000 each occurrence, for the services to be rendered in accordance with this Agreement. Additionally, the Agency or its contractor/ subcontractor/ consultant/subconsuhant shall cause the Department to be an additional insured party on the policy or policies, and shall provide the Department 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-cf-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 the Department's current Standard Specifications for Road and Bridge Construction, as amended. c. The Agency shall also carry or muse 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 ice, return receipt requested; or, overnight express mail delivery. E-mail and facsimile may be used it 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 5 PROGRAM MANAGER Leesburc Operations 1405 Thomas Avenue Leesbum. FL 34748 Phone: 352-326-7777 Fax City of Clermont COUNTY [OR CITY], FLORIDA 685 West Melrose Street Claremont. FL 34711 Phone: 352-3944081 Fax: ..1610 PWR4A MiGii We 71] Pge5d1] 7. TERMINATION OF AGREEMENT. The Department 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 the Department 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 stnct conformity with local, state, and federal laws, rules, and regulations. Any and all litigation arising under this Agreement shall be brought in a slate 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 the Department. d. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement. e. The Agency shall not cause any liens or encumbrances to attach to any portion of the Department's right- of-way. 9. PUBLIC ENTITY CRIME. The Agency affirms that it is aware of the provisions of Section 287A 33(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. The Department 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 submt 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 reel 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 murnio nwrx�v mrsicu acc.arrn vq.ea iz 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 resuft 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 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 the Department. Any assignment, sublicense, or transfer occurring without the required prior written approval of the Department will be null and void. The Department 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 the Department 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 the Department or his/her delegate. 21. DUPLICATE ORIGINALS, This Agreement may be executed in duplicate originals. The remainder of this page is intentionally left blank. 02M0 10 RO MAY C IIGN O c W 7 rg IW12 Section No. 11070 CAFA No. 2018-M-592-1 AGENCY CRY of Clermont By: 7i0Lr- Print Name: rVChi I L .Ash Title: As approved by the Council, Board, or Commissiont 2.brluQr 2 20 Attest: Lega Revue City oFCiurdy Attorney >Ap 1G DEPARTMENT State of F riI ne f Transportation By: Print Name: Alan H Title: Director of TransvoratioOperations Date: 3 Legal Revi as 10 sonowraeaaa =-. 7 v 0&12 Section No. 11070 CAFA No. 2018-M-592-1 EXHIBIT "A' PROJECT DESCRIPTION SCOPE OF SERVICES Installation of Local ID Marker at the corner of SR 50 & 12� Street. PROJECT PLANS The Agency is authorized to install the Project in accordance with the attached plans prepared by Maoued Barsoum, P.E. P.E./R.L.A./Architect and dated 1/17=19 . Any revisions to these plans must be approved by the Department in writing. ezu]oio flOROWAV DESIGN OGC-OP/i] Ppe8N1] Sedon No. 11070 CAFA No. 2018-M-592-1 EXHIBIT "B' SPECIAL PROVISIONS I: ^] E..1. G.AV DESIGN WC M;7 v.p� mm z Section No. 11070 CAFA No. 2018-M592-1 EXHIBIT "C' TERMS AND CONDITIONS FOR INSTALLATION OF THE PROJECT 1) No work in permitted during Special Events without prior Department approval. 2) No lane closures are permitted without prior Department approval. 6 DESIGN RWGNgY DESIGN WCPP FeR 1l M1i Section No. 11070 CAFA No. 2018-M-592-1 EXHIBIT "D' AGENCY RESOLUTION Attached, on following page. STATE OF FLOREA OEPNnMFNI OF TR WO0.TRTKK1 ai i,F10 COMMUNITY AESTHETIC FEATURE AGREEMENT RO AYDESIGNYOESIIGN F1G12 State Road/Local Road 50 Section No. 11070 CAFA No. 2018-M-592-1 This Community Aesthetic Feature Agreement ('AgreemenP) is entered into this 20r11lay of 7.ol9 between the State of Florida, Department of Transportation ("Department") and the City of Clermont ("Agency"). The Department 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 the Department to install a [CHOOSE ONE: ❑Public Art, ®Local Identification Marker] community aesthetic feature on that certain right-of-way owned by the Department which is located on State Roadll-ocal Road SR 50 at MP11.473 in Lake County, Florida ("Project'). B. The Department 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 12/31/2040 , 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 1 year (366) days of the Effective Dale of this Agreement, the Department 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, ®Local Identification Marker], 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'. The Department 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 the Department's right-of-way where the Project is located does not vest any property right, title, or interest in or to the Agency for the Department's right-of-way. 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 the Department standards and specifiwflons. 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 the Department 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 the Department 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. A copy of the design plans shall be provided to the Department's District Design Engineer, located at Leesburg Operations. Leesburo. FL The Department will review the plans for conformance to the Department's requirements and feasibility. The Department 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, the Department signifies only that such plans and improvements satisfies the Department's requirements, and the Department expressly 0Zlo RGA..0. WC . 7 V 2n disclaims all other representations and warranties in connection with the plans, including, but not limited to the integrity, suitability, or fitness for the intended purpose or whether the improvements are constructed in accordance with the plans. The Department'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 the Department shall be made by the Agency and final corrected plans shall be provided to the Department 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 the Department 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 the Department's Construction Project Manager, Logan Land at (3!J 32¢77118 or from an appointed designee. f. The Agency is authorized, subject to the conditions in this Agreement, to enter Department's right-of-way to install the Project (see attached Exhibit W Special Provisions). The Parties agree that this Agreement creates a permissive use only. Neither the granting of permission to use Department's right-of-way nor the placing of facilities upon Department's fight -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 the Department's 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 the Department's right-of-way. g. The Department shall have the right, but not the obligation, to perform independent assurance testing during the course of construction and throughout the maintenance tern of the Project. If the Department determines that a condition exists which threatens the public's safety, the Department may, at its discretion, muse 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, the Department 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'. I. The Agency shall notify the Department a minimum of forty eight (48) hours before beginning the Project within the Department's right-of-way. The Agency shall notify the Department should installation be suspended for more than five (6) working days. j. Upon completion of the Project, the Agency shall notify the Department 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 exururo RORONPY DEW 7 OGC. B�t ig3el 1p 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, 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/ subconsufiant's property, machinery, and equipment from the Departmen rs rghtof-way and shall restore those portions of the Department's 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. If the Department determines that the Project is not completed in accordance with the provisions of this Agreement, the Department shall deliver written notification to the Agency. The Agency shall have thirty (30) days from the date of receipt of the Department's written notice to complete the Project and provide the Department 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 property completed after receipt of the Notice of Completion, the Department may: 1) provide the Agency with written authorization granting additional time as the Department deems appropriate to correct the defciency(ies); ar 2) correct the deficiency(ies) at the Agency's sole cost and expense, without Department liability to the Agency for any resulting loss or damage to property, including but not limited to machinery and equipment. If the Department elects to correct the deficiency(ies), the Department shall provide the Agency with an invoice for the costs incurred by the Department and the Agency shall pay the invoice within thirty (30) days of the date of the invoice. 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 tens 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: m. The Agency shall, within thirty (30) days after expiration or termination of this Agreement, remove the Project and restore the rightof-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 $10,165.00 . The removal and restoration deposit, letter of credit, or bond shall be maintained by the Agency at all times during the term of this Agreement and evidence of the deposit, letter of credit, or bond shall be submitted to the Department on an annual basis, A waiver of the deposit, letter of credit, or bond requirement is permitted with approval from the District Maintenance Engineer for those installations with estimated restoration/removal costs less than or equal to $2000.00. District Maintenance Engineer, Date: n. The Department reserves its right to cause the Agency to relocate or remove the Project, in the Department's sole discretion, and at the Agency's sole cast. e 10 10 ,WDWM CENGN OGL-Ldti Pp .d12 INDEMNITY AND INSURANCE. a. The Agency agrees to include the following indemnification in all contracts with contractors, subcontractors, consultants, and subconsultams, 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." b. The Agency shall carry or cause tts 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/subconsuttant shall cause the Department to be an additional insured party on the policy or policies, and shall provide the Department with certificates documenting that the required insurance coverage is in place and effective. In addition to any other fortes 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 red permits and provide insurance coverage in accordance with Section 7-13 of the Department's current Standard Specifications for Road and Bridge Construction, as amended. c. The Agency shall also carry or cause its contractor/ subcontractor/ consultant/ subconsultar4 to carry and keep in force Worker's Compensation insurance as required by the State of Florida under the Worker's Compensation Law. S. NOTICES. All notices pertaining to this Agreement are in effect upon receipt by either Parry, 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 5 PROGRAM MANAGER Leesburg Operations 1405 Thomas Avenue Leesbum. FL 34748 Phone: Fax: City of Claremont COUNTY [OR CITY], FLORIDA 685 West Melrose Street Claremont, FL 34711 Phone: 352-394-4081 Fax: 6 1610 Ro AY DESIGN WC-W7 ,q san 7. TERMINATION OF AGREEMENT. The Department 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 the Department pursuant to this Paragraph 7. S. 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 and all litigation arising under this Agreement shall he brought in a stale 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 the Department. d. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement. e. The Agency shall not cause any liens or encumbrances to attach to any portion of the Department's 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 en ity, 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 pubic 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. The Department 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 a smwo 0. DNAY DOOGN WC-M7 wr,esar2 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. U. TRAVEL. There shall be no reimbursement for travel expenses under this Agreement, ts. PRESERVATION OF REMEDIES. No delay or omission to exercise any fight, power, or remedy accruing to either Party upon breech or default by either Party under this Agreement, will impair any such right, power or 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 the Department. Any assignment, sublicense, or transfer occurring without the required prior written approval of the Department will be null and void. The Department 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 the Department 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 the Department or his/her delegate. 21. DUPLICATE ORIGINALS, This Agreement may be executed in duplicate originals. The remainder of this page is intentionally left blank. mso,wo 0.W AY MMM =-W7 ry.rau Section No. 11070 CAFA No. 2018-M-592-1 AGENCY 41 Print Name: —CCU I l . Ash Title: I yA. 'QC - As approved by the Council, Board, or Commission A e.bf IARr I � 1U t: Attes/ Lega Revrew. City or�eaMy Attorney JAu rL DEPARTMENT State of F ri elh f Transportation By: Print Name: Alan Hl Title: Director of Transoortatio Dberations Date Lega e MIGN ROADWAY DESIGN ,Z. P�e0N 13 Section No. 11070 CAFA No. 2018-M-592-1 EXHIBIT"A" PROJECT DESCRIPTION Installation of Local ID Marker at the corner of SR 50 & 121h Street. PROJECT PLANS The Agency is authorized to install the Project in accordance with the attached plans prepared by Maaued Bamoum, P. E. P.E./R.L.A./Architect and dated 1/172019 . Any revisions to these plans must be approved by the Department in writing. 83SO1610 gWpNPY OEW7 PC d1] geBd 13 Section No. 11070 CAFA No. 201841-592-1 EXHIBIT 'B' SPECIAL PROVISIONS None. 62"1u10 PWPNAY DESIGN OGL. [b1] P.oaoa is Section No. 11070 CAFA No. 2018-M-692-1 EXHIBIT'C' TERMS AND CONDITIONS FOR INSTALLATION OF THE PROJECT 1) No work in permitted during Special Events without prior Department approval. 2) No lane closures are permitted without prior Department approval. W"1o10 RC AY GN WC-Mi? Pep 11 A 13 Section No. 11070 CAFA No. 2018-M-592-1 EXHIBIT °O" AGENCY RESOLUTION Attached, on following page.