HomeMy WebLinkAboutItem #25 Approval of Resolution Authorizing Execution of CAF Agreements and a Right of Entry Agreement for Welcome Signs()C PP
florida
AGENDA ITEM COVER SHEET
Meeting Date: December 2, 2014
Item # Q )
Reviewed By:
Contact Name: Russ Wagner Department Director:
Contact Number: (407) 905 -3100 x1016 City Manager:
Subject: Resolution authorizing execution of CAF Agreements and a Right of Entry Agreement
for Welcome Signs
Background Summary:
In order to finalize permits with the Florida Department of Transportation to place Ocoee welcome signs in State
rights -of -way, legal agreements must be executed to specify the conditions under which the signs are to be
placed and constructed. These are standardized agreements which place all liability on the City for fabrication,
installation and maintenance of the structures.
Issue:
Should the Mayor and City Commissioners adopt a Resolution authorizing execution of agreements to permit
the installation of Ocoee welcome signs in State rights -of -way?
Recommendations:
Staff recommends the Mayor and City Commissioners adopt the attached Resolution authorizing the Mayor and
City Clerk to execute three Community Aesthetic Feature Agreements with FDOT and a Right of Entry
Agreement with the Central Florida Expressway Authority to place Ocoee welcome signs in State rights -of -way.
Attachments:
FDOT CAF(s) Resolution
CFEA Right of Entry Agreement
Financial Impact:
Each of the CAF permits requires a fee of $550.00 for a total of $1,650.00. This project will be funded out of the
Public Works Streets Division Miscellaneous Expense, Account #001 - 541 -10 -4902.
Type of Item: (please mark with an z')
Public Hearing
Ordinance First Reading
Ordinance Second Reading
X Resolution
X_ Commission Approval
Discussion & Direction
For Cleric's Dept Use:
Consent Agenda
Public Hearing
Regular Agenda
Original Document/Contract Attached for Execution by City Clerk
Original Document/Contract Held by Department for Execution
Reviewed by City Attorney N/A
Reviewed by Finance Dept. N/A
Reviewed by () N/A
RESOLUTION 2014-
CAF(s) #2014 -M- 594 -1,2 &3 & Right of Entry Agreement
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE COMMUNITY AESTHETIC FEATURE (CAF)
AGREEMENTS BETWEEN THE CITY OF OCOEE AND THE
FLORIDA DEPARTMENT OF TRANSPORTATION AND A RIGHT
OF ENTRY AGREEMENT BETWEEN THE CITY OF OCOEE AND
THE CENTRAL FLORIDA EXPRESSWAY AUTHORITY FOR THE
INSTALLATION AND MAINTENANCE OF STAND -ALONE LOCAL
ID MARKERS BY THE CITY; SETTING FORTH AN EFFECTIVE
DATE.
BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OCOEE, FLORIDA.
SECTION 1. That the Mayor and City Clerk are hereby authorized to execute those "Community
Aesthetic Feature Agreements" between the CITY OF OCOEE and the FLORIDA DEPARTMENT OF
TRANSPORTATION, and mutually agreed upon renewals or extensions; copies of which are attached
hereto and incorporated herein by reference.
SECTION 2. That the Mayor and City Clerk are hereby authorized to execute that "Right of Entry
Agreement" between the CITY OF OCOEE and the CENTRAL FLORIDA EXPRESSWAY
AUTHORITY and mutually agreed upon renewals or extensions; a copy of which is attached hereto
and incorporated herein by reference.
SECTION 3. That this Resolution shall take effect immediately upon its adoption.
PASSED AND ADOPTED this
ATTEST:
Beth Eikenberry, City Clerk
day of , 2014
APPROVED:
CITY OF OCOEE, FLORIDA
S. Scott Vandergrift, Mayor
(SEAL)
2014- "Right of Entry Agreement" between the City of Ocoee and the Central Florida Expressway Authority
FOR USE AND RELIANCE ONLY BY APPROVED BY THE OCOEE CITY
THE CITY OF OCOEE, FLORIDA
APPROVED AS TO FORM AND LEGALITY ON
COMMISSION AT A MEETING HELD
1 2014
this day of , 2014. UNDER AGENDA ITEM NO
SHUFFIELD, LOWMAN & WILSON, P.A.
C
Scott A. Cookson, City Attorney
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 625 - 010 -10
COMMUNITY AESTHETIC FEATURE AGREEMENT ROADWOGCE12/12
Page 1 of 12
Section No. 75250 CAFA No. 2014 -M -594 -1
This Community Aesthetic Feature Agreement ( "Agreement ") is entered into this day of
between the State of Florida, Department of Transportation ( "FDOT ") and the City of Ocoee
( "Agency "). FDOT and the Agency are sometimes referred to in this Agreement as a "Party" and collectively as the
"Parties."
RECITALS
A. The Agency has requested permission from FDOT to install a [CHOOSE ONE: ❑Public Art — Standalone, ❑Public
Art — Add On /affixed, X Local Identification Marker — Standalone, ❑Local Identification Marker — Add On /affixed]
community aesthetic feature on that certain right -of -way owned by FDOT which is located at
SR 438 in Orange County, Florida ( "Project ").
B. FDOT agrees that transportation facilities enhanced by community aesthetic features can benefit the public, result in
positive economic development, and increase tourism both locally and throughout Florida.
C. The Parties agree to the installation and maintenance of the Project, subject to the terms and conditions in this
Agreement.
AGREEMENT
1. TERM. The term of this Agreement shall commence upon full execution of this Agreement ( "Effective
Date ") and continue through 12/31/2045 , 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
365 days of the Effective Date of this Agreement, FDOT may immediately terminate this Agreement. This Agreement
may only be renewed for a term no longer than the original term of this Agreement upon a writing executed by both
Parties to this Agreement.
2. PROJECT DESCRIPTION. The Project is a [CHOOSE ONE: ❑Public Art — Standalone, ❑Public Art —
Add On /affixed, X Local Identification Marker — Standalone, []Local Identification Marker — Add On /affixed], as more
fully described in the plans in Exhibit "A ", attached and incorporated in this Agreement.
3. FUNDING OF THE PROJECT. The Agency has agreed by resolution to approve the Project and to
fund all costs for the design, installation, and maintenance of the Project, and such resolution is attached and incorporated
in this Agreement as Exhibit "D ". FDOT shall not be responsible for any costs associated with the Project. All
improvements funded, constructed, and installed by the Agency shall remain the Agency's property. However, this
permissive use of FDOT's right -of -way where the Project is located does not vest any property right, title, or interest in or
to the Agency for FDOT's right -of -way.
4. DESIGN AND CONSTRUCTION STANDARDS AND REQUIRED APPROVALS.
a. The Agency is responsible for the design, construction, and maintenance of the Project in accordance
with all applicable federal, state and local statutes, rules and regulations, including FDOT standards and
specifications. A professional engineer, registered in Florida, shall provide the certification that all design
and construction for the Project meets the minimum construction standards established by FDOT and
applicable Florida Building Code construction standards. The Agency shall submit all plans or related
construction documents, cost estimates, project schedule, and applicable third party agreements to FDOT
for review and approval prior to installation of the Project. The Agency is responsible for the preparation
of all design plans for the Project, suitable for reproduction on 11 inch by 17 inch sheets, together with a
complete set of specifications covering all construction requirements for the Project. Six (6) copies of the
design plans shall be provided to FDOT's District Design Engineer, at
420 Landstreet Road Orlando, FL 32824 . FDOT will review the plans for conformance
to FDOT's requirements and feasibility. FDOT's review shall not be considered an adoption of the plans
nor a substitution for the engineer's responsibility for the plans. By review of the plans, FDOT signifies
only that such plans and improvements satisfies FDOT's requirements, and FDOT expressly disclaims all
other representations and warranties in connection with the plans, including, but not limited to the
625- 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 2 of 12
Section No. 75250 CAFA No. 2014 -M -594 -1
integrity, suitability, or fitness for the intended purpose or whether the improvements are constructed in
accordance with the plans. FDOT's review of the plans does not relieve the Agency, its consultants or
contractors of any professional or other liability for the plans. All changes required by FDOT shall be
made by the Agency and final corrected plans shall be provided to FDOT within thirty (30) days.
b. The Agency shall be responsible for locating all existing utilities, both aerial and underground, and for
ensuring that all utility locations be accurately documented on the construction plans. All utility conflicts
shall be fully resolved directly with the applicable utility. Section 337.403, Florida Statutes, shall
determine whether the utility bears the costs of utility work. The Agency shall bear the costs of utility work
not required to be borne by the utility by Section 337.403, Florida Statutes.
The Agency shall be responsible for monitoring construction operations and the maintenance of traffic
( "MOT ") throughout the course of the Project in accordance with the latest edition of FDOT Standard
Specifications, Section 102. The Agency is responsible for the development of a MOT plan and making
any changes to that plan as necessary. The MOT plan shall be in accordance with the latest version of
FDOT Design Standards, Index 600 series. Any MOT plan developed by the Agency that deviates from
FDOT Design Standards must be signed and sealed by a professional engineer. MOT plans will require
approval by FDOT prior to implementation.
d. The Agency is responsible for obtaining all permits that may be required by any federal, state, or local
agency.
e. Prior to commencing the Project, the Agency shall request a Notice to Proceed from FDOT's Construction
Project Manager, Jose Ortiz , at (407) 384 -4603 or from an appointed designee.
The Agency is authorized, subject to the conditions in this Agreement, to enter FDOT's right -of -way to
install the Project (see attached Exhibit "B" Special Provisions). The Parties agree that this Agreement
creates a permissive use only. Neither the granting of permission to use FDOT's right -of -way nor the
placing of facilities upon FDOT's right -of -way shall operate to create or vest any property right in or to the
Agency. The Agency shall not acquire any right, title, interest, or estate in FDOT right -of -way, of any
nature or kind whatsoever, by virtue of the execution, operation, effect, or performance of this Agreement
including, but not limited to, the Agency's use, occupancy or possession of FDOT right -of -way.
g. FDOT shall have the right, but not the obligation, to perform independent assurance testing during the
course of construction and throughout the maintenance term of the Project. If FDOT determines that a
condition exists which threatens the public's safety, FDOT may, at its discretion, cause the Project to
cease and /or immediately have any potential hazards removed from its right -of -way at the sole cost,
expense, and effort of the Agency. Should the Agency fail to remove the safety hazard within thirty (30)
days, FDOT may remove the safety hazard at the Agency's sole cost, expense, and effort.
h. The Agency shall be responsible to ensure that construction of the Project is performed in accordance
with the approved construction documents, and that it will meet all applicable federal, state, and local
standards and that the work is performed in accord with the Terms and Conditions contained in Exhibit
„
i. The Agency shall notify FDOT a minimum of forty eight (48) hours before beginning the Project within
FDOT right -of -way. The Agency shall notify FDOT should installation be suspended for more than five (5)
working days.
j. Upon completion of the Project, the Agency shall notify FDOT in writing of the completion of the
installation of the Project. For all design work that originally required certification by a Professional
Engineer, the notification shall contain a Responsible Professional's Certification of Compliance, signed
and sealed by the Responsible Professional for the Project, the form of which is attached to this
Agreement as Exhibit "E ". The certification shall state that work has been completed in compliance with
the Project construction plans and specifications. If any deviations are found from the approved plans,
625 - 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 3 of 12
Section No. 75250 CAFA No. 2014 -M -594 -1
the certification shall include a list of all deviations along with an explanation that justifies the reason to
accept each deviation. The Agency and its contractors shall remove their presence, including, but not
limited to, all of the Agency or its contractor's/ subcontractor's / consultant's/ subconsultant's property,
machinery, and equipment from FDOT right -of -way and shall restore those portions of FDOT right -of -way
disturbed or otherwise altered by the Project to substantially the same condition that existed immediately
prior to the commencement of the Project, at Agency's sole cost and expense.
If FDOT determines that the Project is not completed in accordance with the provisions of this Agreement,
FDOT shall deliver written notification to the Agency. The Agency shall have thirty (30) days from the
date of receipt of FDOT's written notice to complete the Project and provide FDOT with written notice of
the same ( "Notice of Completion "). If the Agency fails to timely deliver the Notice of Completion, or if it is
determined that the Project is not properly completed after receipt of the Notice of Completion, FDOT
may: 1) provide the Agency with written authorization granting additional time as FDOT deems
appropriate to correct the deficiency(ies); or 2) correct the deficiency(ies) at the Agency's sole cost and
expense, without FDOT liability to the Agency for any resulting loss or damage to property, including but
not limited to machinery and equipment. If FDOT elects to correct the deficieny(ies), FDOT shall provide
the Agency with an invoice for the costs incurred by FDOT and the Agency shall pay the invoice within
thirty (30) days of the date of the invoice.
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 Deterioratior
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 $
FDOT reserves its right to cause the Agency to relocate or remove the Project, in FDOT's sole discretion,
and at the Agency's sole cost.
5. INDEMNITY AND INSURANCE.
a. The Agency agrees to include the following indemnification in all contracts with contractors,
subcontractors, consultants, and subconsultants, who perform work in connection with this Agreement:
"The contractor/ subcontractor/ consultant/ subconsultant shall indemnify, defend, save and hold
harmless the State of Florida, Department of Transportation and all of its officers, agents or employees
from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or
due to any negligent act or occurrence of omission or commission of the contractor/ subcontractor/
consultant/ subconsultant, its officers, agents or employees."
625 - 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 4 of 12
Section No. 75250 CAFA No. 2014 -M -594 -1
b. The Agency shall carry or cause its contractor/ subcontractor/ consultant/ subconsultant to carry and keep
in force during the period of this Agreement a general liability insurance policy or policies with a company
or companies authorized to do business in Florida, affording public liability insurance with combined
bodily injury limits of at least $1,000,000 per person and $5,000,000 each occurrence, and property
damage insurance of at least $100,000 each occurrence, for the services to be rendered in accordance
with this Agreement. Additionally, the Agency or its contractor/ subcontractor/ consultant/subconsultant
shall cause FDOT to be an additional insured party on the policy or policies, and shall provide FDOT with
certificates documenting that the required insurance coverage is in place and effective. In addition to any
other forms of insurance or bonds required under the terms of the Agreement, when it includes
construction within the limits of a railroad right -of -way, the Agency must provide or cause its contractor to
obtain the appropriate rail permits and provide insurance coverage in accordance with Section 7 -13 of
FDOT's Standard Specifications for Road and Bridge Construction (2010), as amended.
c. The Agency shall also carry or cause its contractor/ subcontractor/ consultant/ subconsultant to carry and
keep in force Worker's Compensation insurance as required by the State of Florida under the Worker's
Compensation Law.
6. NOTICES. All notices pertaining to this Agreement are in effect upon receipt by either Party, shall be in
writing, and shall be transmitted either by personal hand delivery; United States Post Office, return receipt requested; or,
overnight express mail delivery. E -mail and facsimile may be used if the notice is also transmitted by one of the preceding
forms of delivery. The addresses set forth below for the respective parties shall be the places where notices shall be sent,
unless prior written notice of change of address is given.
STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
DISTRICT 5 ORLANDO OPERATIONS
420 Landstreet Road
Orlando, Florida 32824
Phone: 407 - 384 -4600
Fax: 407 - 858 -6128
TY OF OCOEE. FLORIDA
0 Lakeshore Drive
Ocoee, Florida 34761
Phone: 407 - 905 -3100
Fax: 407 - 905 -3167
7. TERMINATION OF AGREEMENT. FDOT may terminate this Agreement upon no less than thirty (30)
days notice in writing delivered by certified mail, return receipt requested, or in person with proof of delivery. The Agency
waives any equitable claims or defenses in connection with termination of the Agreement by FDOT pursuant to this
Paragraph 7.
LEGAL REQUIREMENTS.
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
625 - 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 5 of 12
Section No. 75250 CAFA No. 2014 -M -594 -1
Leon County, Florida, applying Florida law.
b. If any term or provision of the Agreement is found to be illegal or unenforceable, the remainder of the
Agreement will remain in full force and effect and such term or provision will be deemed stricken.
c. The Agency shall allow public access to all documents, papers, letters, or other material subject to the
provisions of Chapter 119, Florida Statutes, and made or received by the Agency in conjunction with this
Agreement. Failure by the Agency to grant such public access shall be grounds for immediate unilateral
cancellation of this Agreement by FDOT.
d. The Agency and MOT agree that the Agency, its employees, contractors, subcontractors, consultants,
and subconsultants are not agents of MOT as a result of this Agreement.
e. The Agency shall not cause any liens or encumbrances to attach to any portion of MOT 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)(x), Florida Statutes, and further acknowledges and agrees that any conviction during the term
of this Agreement may result in the termination of this Agreement.
10. UNAUTHORIZED ALIENS. MOT will consider the employment of unauthorized aliens, by any
contractor or subcontractor, as described by Section 274A(e) of the Immigration and Nationalization Act, cause for
termination of this Agreement.
11. NON - DISCRIMINATION. The Agency will not discriminate against any employee employed in the
performance of this Agreement, or against any applicant for employment because of age, ethnicity, race, religious belief,
disability, national origin, or sex. The Agency shall provide a harassment -free workplace, with any allegation of
harassment given priority attention and action by management. The Agency shall insert similar provisions in all contracts
and subcontracts for services by this Agreement.
12. DISCRIMINATORY VENDOR LIST. The Agency affirms that it is aware of the provisions of Section
287.134(2)(x), Florida Statutes. An entity or affiliate who has been placed on the discriminatory vendor list may not
submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a
public entity for the construction or repair of a public building or public work, may not submit bids on leases of real
property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant
under a contract with any public entity, and may not transact business with any public entity. The Agency further agrees
that it shall not violate Section 287.134(2)(a), Florida Statutes, and acknowledges and agrees that placement on the list
during the term of this Agreement may result in the termination of this Agreement.
13. ATTORNEY FEES. Each Party shall bear its own attorney's fees and costs.
14. TRAVEL. There shall be no reimbursement for travel expenses under this Agreement.
15. PRESERVATION OF REMEDIES. No delay or omission to exercise any right, power, or remedy
accruing to either Party upon breach or default by either Party under this Agreement, will impair any such right, power or
remedy of either party; nor will such delay or omission be construed as a waiver of any breach or default or any similar
625 - 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 6 of 12
Section No. 75250 CAFA No. 2014 -M -594 -1
breach or default.
16. MODIFICATION. This Agreement may not be modified unless done so in a writing executed by
both Parties to this Agreement.
17. NON - ASSIGNMENT. The Agency may not assign, sublicense, or otherwise transfer its rights, duties,
or obligations under this Agreement without the prior written consent of FDOT. Any assignment, sublicense, or transfer
occurring without the required prior written approval of FDOT will be null and void. FDOT will at all times be entitled to
assign or transfer its rights, duties, or obligations under this Agreement to another governmental agency in the State of
Florida, upon giving prior written notice to the Agency. In the event that FDOT approves transfer of the Agency's
obligations, the Agency remains responsible for all work performed and all expenses incurred in connection with this
Agreement.
18. BINDING AGREEMENT. This Agreement is binding upon and inures to the benefit of the Parties and
their respective successors and assigns. Nothing in this Agreement is intended to confer any rights, privileges, benefits,
obligations, or remedies upon any other person or entity except as expressly provided for in this Agreement.
19. INTERPRETATION. No term or provision of this Agreement shall be interpreted for or against any
party because that party or that party's legal representative drafted the provision.
20. ENTIRE AGREEMENT. This Agreement, together with the attached exhibits and documents made a
part by reference, embodies the entire agreement of the Parties. There are no provisions, terms, conditions, or
obligations other than those contained in this Agreement. This Agreement supersedes all previous communication,
representation, or agreement, either verbal or written, between the Parties. No amendment will be effective unless
reduced to writing and signed by an authorized officer of the Agency and the authorized officer of FDOT or his /her
delegate.
21. DUPLICATE ORIGINALS. This Agreement may be executed in duplicate originals.
The remainder of this page is intentionally left blank.
625 - 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 7 of 12
Section No. 75250 CAFA No. 2014 -M -594 -1
AGENCY
CITY OF OCOEE
By:
Print Name:
Title:
As approved by the Council, Board, or
Commission on:
Attest:
Legal Review:
City or County Attorney
FDOT
State of Florida, Department of Transportation
By:
Print Name:
Title:
Date:
Legal Review:
EXHIBITS ARE FORTHCOMING
625 - 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 8 of 12
Section No. 75250 CAFA No. 2014 -M -590 -1
EXHIBIT "A"
PROJECT DESCRIPTION
SCOPE OF SERVICES
Stand Alone Identification Marker- City of Ocoee Welcome Sign
PROJECT PLANS
The Agency is authorized to install the Project in accordance with the attached plans prepared by David Wheeler
P.E.and dated Any revisions to these plans must be approved by MOT in writing.
625 - 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 9 of 12
Section No. 75250 CAFA No. 2014 -M -590 -1
EXHIBIT "B"
SPECIAL PROVISIONS
625- 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 10 of 12
Section No. 75250 CAFA No. 2014 -M -590 -1
EXHIBIT "C"
TERMS AND CONDITIONS FOR INSTALLATION OF THE PROJECT
625- 010 -10
ROADWAY DESIGN
OGC - 12/12
Page 11 of 12
Section No. 75250 CAFA No. 2014 -M -590 -1
EXHIBIT "D"
AGENCY RESOLUTION
625 - 010 -10
ROADWAY DESIGN
DOC - 12/12
Page 12 of 12
Section No. 75250 CAFA No. 2014 -M -590 -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 City of Ocoee
PROJECT DESCRIPTION: Stand Alone Identification Marker
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
IS
Name:
Title:
RESPONSIBLE PROFESSIONAL'S CERTIFICATION OF COMPLIANCE
In accordance with the Terms and Conditions of the Community Aesthetic Feature Agreement, the undersigned certifies
that all work which originally required certification by a Professional Engineer has been completed in compliance with the
Project construction plans and specifications. If any deviations have been made from the approved plans, a list of all
deviations, along with an explanation that justifies the reason to accept each deviation, will be attached to this
Certification. Also, with submittal of this certification, the Agency shall furnish FDOT a set of "as- built" plans certified by
the Engineer of Record.
SEAL: Name:
Date:
RIGHT OF ENTRY AGREEMENT
This RIGHT OF ENTRY AGREEMENT ( "Agreement ") is made and entered
into on this day of , 2014, by and between CENTRAL
FLORIDA EXPRESSWAY AUTHORITY, a body politic and corporate and an agency
of the State of Florida ( "Authority "), and City of Ocoee, (City) whose mailing address is
150 N. Lakeshore Drive, Ocoee, Florida 34761.
RECITALS:
Whereas, Authority is the fee simple owner of certain real property located in
Orange County, Florida, more particularly described on Exhibit A, attached hereto and
incorporated herein by reference ( "Property "), which real property is generally located
on State Road (SR) 429 and SR 438; and
Whereas, CITY has plans to install a welcome sign, pursuant to the drawings
designated Exhibit B attached hereto and incorporated herein by reference ( "Project ");
and
Whereas, CITY desires to enter upon Property in order to construct the Project;
and
Whereas, CITY has requested, and Authority has agreed to grant to CITY, a
temporary non - exclusive right of entry to enter upon the Property to commence such
work:
NOW, THEREFORE, in consideration of the above - stated premises, and other
good and valuable consideration, the receipt and sufficiency of which are hereby
acknowledged, the Authority and CITY hereby agree as follows:
1. The above recitals are true and correct and are incorporated herein by
reference.
2. Authority hereby authorizes CITY and/or its employees, agents,
consulting engineers, contractors and other representatives to enter upon the Property for
the sole purpose of constructing Project.
3. CITY shall indemnify, defend and hold Authority harmless and shall
cause CITY's contractors to indemnify, defend and hold Authority harmless from and
against any and all costs, expenses, fines, fees, penalties, claims, suits or proceedings
(including attorneys' fees at the trial or appellate level), demands, liabilities, damages,
injuries (including death) arising from their respective use or work performed on or about
the Property or in connection with the Project, excepting only those claims arising from
the sole negligence of the Authority, its officials, agents, contractors or assigns.
4. This Right of Entry will expire upon the earlier to occur of: (1)
completion of the Project; or (3) three years from the date first written above.
5. Nothing contained in this Agreement shall be construed as a waiver or
attempt at a waiver by the Authority of its sovereign immunity under the Constitution and
laws of the State of Florida.
6. The Parties agree that neither this Agreement nor any memorandum or
notice of the same shall be recorded in the Public Records of Orange County, Florida or
any other County in the State of Florida.
7. CITY shall contact Steve Geiss at 407 - 690 -5335 for scheduling at least 72
hours in advance of the proposed work.
IN WITNESS HEREOF, Authority and CITY have executed and delivered this
Right of Entry Agreement the date herein first written above.
WITNESSES:
Witness:
Witness:
"AUTHORITY"
CENTRAL FLORIDA
EXPRESSWAY AUTHORITY, a public
corporation under the laws of the State of
Florida
By:
Name:
Title:
APPROVED AS TO FORM FOR
EXECUTION BY A SIGNATORY OF
THE CENTRAL FLORIDA
EXPRESSWAY AUTHORITY
By:
Joseph L. Passiatore, General Counsel
Date:
CITY OF OCOEE SIGNATURE PAGE
APPROVED:
ATTEST: CITY OF OCOEE, FLORIDA
Beth Eikenberry, City Clerk
(SEAL)
Right of Entry Agreement
S. Scott Vandergrift, Mayor
DATE:
FOR USE AND RELIANCE ONLY BY
THE CITY OF OCOEE, FLORIDA
APPROVED AS TO FORM AND LEGALITY
on this day of , 20 .
SHUFFIELD, LOWMAN & WILSON P.A.
C
APPROVED BY THE OCOEE CITY
COMMISSION AT A MEETING HELD
UNDER AGENDA ITEM NO
Scott Cookson, City Attorney
Exhibit "A" 1/1
RECORD DRAWING
'_ NOtL. r. SLE POND OETAIL $NT$ TOR AOPI11011Aa
w. R/W LINC -•
\\
POND INi ORNATl04- CURVE RAWf3 1;uHVE RAI.4 i
I
_ f00 ADO T104AE 5.R. A }8 P; STA INf ONNN1:04 568.01.17 lJ G0 -12
�` P!
-
- SEE PLAN 8 RROFILE SR?S SIA. 4'4.69.14 r ,
15" iR ?t U9 31 OQ'DQ" IRT7
fCR AWITIONAL RA�i 11C TAILS SEE GDR( OC TAILS SN'S DO l to 23 aa• " -
! , 1 A. SEE SiP.UC TUB PL fGR 700E 1416RAM110N Q U °3d'a3" D 7 °4S'UC' +
BA "5
IFI
T A001'I'JNAL TOLL L 205.03
pR • 761.90' T '
S. SEE i0i:. PL A D ANS ETAIL SNEE
°' L - 6 3.36' 400.00' —
PLAZA INEGRw1E0N.
M.
tics
�. .., ,.. R 00' 739. 30'
.. , —L. A. R/W LrNr _ pC SIA. 4Q7•Q7. 2L R PC STA. SQS •96. 14
'"
;,. ...,. .. -..: ,_�<
p
BEGIN @ RAMP 'C'
p, .. .. ,. .:'.. �:•, f PT STA 4, 3.20. 60 P? S1A 509.96. I4
,/ a C T /( 0 D 083 G/ fi
q n
0 0 T 5 IRAL RAM1PB -IA
P• _ 1 ^P
STA 500 •CS.93 ` P
STA 43 56,93
? r , -� -'• - ,c c - r : '� PI STA. A14.24.38
'z I. ... \
8
CE CONS7 S.R. 438
R/W . INE
I i n -
31,22
- ... OC
RVE RAWC
/ u _.I - '3.34.43"
.
''
J • . i -- L.A. RIN _7NE
S 7 D 8 07
N i° 43' 28 ' _.'_ _ _ P 'C' . 15.22
• —.! / P I I .. .5 S RA 7.
IP 20 4'
�T
��..,.
—
—�1y
103,7
.v
— —� S
i _ -- i -.. ! ! "RR•
5 1A 416 60
•� W I
BCCIN RAW 'S'
� � -.-.-a
:.. : .::,... •...:,., ...:..., ..- _ - -�_— -�� c. o
". •_. ., _ `� S\ 2 8
.
STA. 44.30 T
CE CONST S.R. 438
u
•
I 1
. ( A�
L.A P, OV L1NE
z
•.
5 1
l I I TOLL PLAZA
97A.. 4 05•00 4,
_..
CONS i S.R. 438 !. :_ _ `��- Q. \ ?y,
- :._CURVE RA B
W -i.
\
\ U,
S.,R JE!' S.R. 438 _ -- �!
• '�
-
1 i : AM' . ... END SUR JE} RAW '3' RAMP
'. @ SURVEY B E CONS' SA 415.20.60
`.A
-
8 N BR:UGE
STA
•..
1
I S. a. 429. 19 2.7C. a8 STa 148•IC. vG. 68 tLl? ?'ONO b
B
SUR a. a @ SURYEI B y CONST S•R. 429 ( t f •\
_ SIA. 50 CD.36
:L' ,, TCU!iYL A
MCI APPROACH SLAB A
—
-:. - _
f � SUR YE'! B Q rN,T r
l
" '`
i r S.R. a29T, TA 92.40.48
T �uN �.. -
.z o o ;�� .. I � POND E3
7 I ;• STA. 50.00 OD
f BRIDLE'
t
�I
:I
,STA
K
-EhU APPROA SL r. 1
93 3.5 ' I
I
_
I , 5 700
N 4 W� — _ __.._2USA -
URjEV fE r �,R.._a
6 5 8 _GN5
SEE NEX PLAN SHEET :Ofl N7RE INf ORMAT!CN ON LAST S!OE Of S. R. 429
.R .. ,:.. -r, .: ..,n nr : —. -.nee ._ o�..,•. .i: - - _ i,.. . ° _.. _ .__ _
- - �••
- _
�. C,���L} fi.� -�
PLAN
STA. 190.00 IU SIA. 205.00 WEST
WESTERN dEL "NAY YAR1 'R'
Iixhibit "B" 1 /4
City of Ocoee "Welcome" Signs
East Plant Street West of State Road 429
S. Scott Vandergrift
Mayor
v
John Grogan
District 1 Commissioner 7
a m
3
Rosemary Wilson o 0' o � Q
District 2 Commissioner 5
N � O
W Q
Rusty Johnson _
District 3 Commissioner i Project Location , W Silver Star Road
Joel F. Keller
District 4 Commissioner s P a
Robert Frank
City Manager
Craig Shadrix CITY OF OCOEE �J
Assistant City Manager
150 N Lakeshore Or
ncr, _ 2 aoo fzEt
Russ Wag ner Ocoee. FL 347G1
g 407 -905 -3100
CRA Administrator
SHEET .
1 of 4
Notes:
9MMIFF V ION5
l IHLCONIRACIORSTI - O TA:N FRONII I., U' : ERGO %I S(FAIL A \ "AII-6J PFG'Jt -OR'A _.CF F,R` IS
AN D LOCAL AGE ICY PE MI -S.
2. ALLCOVSTRUCTION PROTECTS I OR MORE ACRES IN SIZE T T DISCHARGE TO OF:STE IEFD ARE REOV`RED TO
COMPLYA'ITH THE REQUIREMENTS OF THE NATIONAL POLLUTANT D15CHAP.GE ELIMINATION SYSTEM (NPDF51
GENERA PIPAM FOR STORK V IER DIS[HARGE FROM 1 1.1L .. �ND LAPGE COlSTRUCHON ACEVITIFS 1%USTI
TO MEET NPDES REQJ1RF%FENTS, THE CONTRACTOR IS P.ES ^NS RLE FOR PREPARIN'GA STOP I:"l,ATER FOLLINU',
PREVENTION PLANS \`,PP 111.IPLEME "VT,N IISPECHNG, f NTAINING, AND FEPORI. ICON ALL ELEMEN -SU-
THE SWEEP, CO✓PLETI NI NU SUBN, I TH RECLIF N01 ILL CF P. TENT (NOT) AND N01 C Oi
TER I* NATI uN INJTI FOR VSAS THE UPER OR \ 'A, ON, A SOCI.TED I ES. FOR PRJ PIT , LESS THII..
ACRE IN S THATA RE NOT REQU, RED TO CON Ll THE h DE; GENERAL PERNIIIT THE CONTRACTOR 15 STIL_
RESPCTN�BLE FOR RO 0. NDSEDIM1 COf.-RC)L.I, > .ES PR'.OP TO
A "JD CUREGCO'+STRUC'ION NACCOR DAN' ErVFTH'HE DRA - 't CSAND PECI %CATIONS.
_. THE CITY SHALL PROVIDE A ND - HECONTR.CORSHAI. L COOP 7, TJ A QUA t TY CONTR UL TES IN( C A5 A'.11, 'J'U
TESTING SHAHH Ir,CL ONE At P PINLS A SI RUC TURA'- FXCAV AT ON, BEDDING AND BACKFILLN F—LS A-
A NST, TESTS: B) DETEtIANON OF CC ACTVE EFFORT NEEDED F OR LOFLANCL A". H 1,11 J ,:1
REQJ IRE MEN IS; 0 POE' 1 'CEMLNI CUP.CRI IL AND ASPl A'TPA% iNC U'jALIT, CON RC. TESH "i CLLR. NC
ESOIJMX REVIEV,, EATER ALS FIELDSLUN.f AND A R CON TTN I AND PIE DAN J UI6 CUP EDSTRENG Tai
^PLES AND LEST NG.
AWIT IQ N I COCA TP COU,TP, LIES'T,^ CON I1A OR SHALL 611PSp :ELLEORNJ TIFIINGUP.
A PPP,OVALS FOR 4.' WORK OR ANY PAP T T EP-QFI : F L ^VS OR PEGU.ATIOYS OK NY PU T- C R.DY HAVE NC
URISDICT ION SPECIFICALLY REQUIRE TE5D VG. 11SPEC T ;ON5 Oft APGRO'✓i ^L
5. TESTING RESULTS SHALL BE PRO'VIDEDTO - HL CV.NEP,OPERAiCR AND THE ENG'. NEER .-LUST R L SSHALL RE
'POVIDED (PASSING A^1U FA'- NG; ON A ROLULAR A.'TO!FZ MEUTATE BASS
THE LOCAT ONS OF ALL Et TT T'L IC: SHOWN ON THE PLANS HA! EFN ET.RN.E 'J FRO H. REST
IN FORMATION AVAUAB, AI. ARE CVEf.FOR I'I CONY- NI -.C, Or TIE -N RAiOR_ THE E ,..�-
EY
A5SLIVES ll0 RE51ONS'BIUIY FOR THEIR ACCURACI. RR OR TO -HE START CE AN, LO`:S � 1U1 I O I A _ .I IVI IY, I I
SHALL BE THE CON 11KACTUR'S PESPO:VSIGIJ I I IO NUI. F1 I I A' CIS VI UL .: - .S AND IQ MAY THE NECE55AR1
AREANGE CNTS FOR ANY RELOCAT. ONS OF ESE J :I' V^TH THE OWL -r OF THE U - IHn THE CO"1 LOP.
SHAEE EXERCISE CAUTION A CROSSING AN U NDERGROUND U111 I-, WHETHER SHOWN ON THE P,A. SOP
LOCATED 6 H UTIL M
IT COPANY .
. AN1'U ,:TIES, \'1HET t TER SHOWN ON THESE PLANS OR NOT THAT INIERFCRE
'.V TH THE PROPOSED CONSI RUCLOINS-ALL BE CEOSE!Y COO RD NATE DV, III THE ENGINEER AND THE RES'EC! \'E
UT; J TI' COM=PANY FOR RELOCATION OR PRCPER INSTPUCTION.
THE COIN TRAC -OR IS RESPO' +SIBI F FOP ALL CCOPO NATION V. ITH EACH UD _- AND ALL COS I S ASSOCI STED VII : H
THE P ROTECTION OF EKISTNC FACI'ITIES D<R NG CONSTRICT. ON. THE CUN TRACTOR SHAL SO COCRul N, IL
NECESSARY REIJCAI IU'S OR OT HER CONS I RUCI I ON R�,ATED MATTE PS V^V ITH EACH _H L11
,
CHAPTER 556, FLORICA STATUTES, R_OUIRES FXCAVATORS TO NOTIFY SUNSHINE STATE ONE (A! L OF F -OR. DA
ISSOCOF) BEFORE REbi N^ NV AN, EXPAVAl10%1', -FIE STATE OF F'.URVDA UN=_ESS A SPECIE EXEMPTION -IST ED
II F.S. 556.108APPUPS AN EMCA'JATOR N!UST NOTIFY SSOCOF TAO FULL BUi!NESS DAY5 5EFORE FICA�ATING.
EXCAVA-ORS tAY CALL 611 DURING BUSINESS HO J PS OR USE THE I NTEP.,ET TO PROV !DE NOTI
INEORNWTIO%
DATE CITY OF OCOEE
August 2014
750 N Lakeshore Or Ocoee, F134761
407 -905 -3100
1 i L IT
11" 2/4
TILRFFIC CONTROL.
',SF %CT TUAFPCCCUE - JLVHCL S OI. A LA LY BA515 TO SURE R,.ICL 10 All IC S A.'U FONCTICI. OT
LICIHS IS NbP'iTA W EDTHRO —R), I COVST RUCTION.
S IST TPAFf,L CONTRO_LE': CESASREO'ORED UNDER U'iEFGE'IC'i CO'.DDIO ^IS
SITE PREPARATION
U%U,1S Cli HERL`VIS; D LED BY THE O' .wE, OR ENGINEER THE CON TRACTOR IS EXPECT J TO CO:'.AIN ALL
COPSIPLICT ,AC r1% MES . , 1 HIN THE PROPERTY TIGHT CF VAY AND EASEMENTS AS NUCAI ED OF THE
D4AA ".LNG
IT %o IrT. 1 HALL THE COII CORU151U URRO U! %C,I( EIi,IES UP I, \ELON
SNRRQ NNG PNOPER ILS V`1HHOJT V'RTTEN ICINIENI 1 C' .I THE PRC EPI O.:NEk.A', R_PAR OR
I ECONT UCTION OF EU AGED AREAS N5 RR.UV'D. F, PPOPERTI -S S'. LL BE RPAF r r PIP THE CONTPAC TOP.
ON AN INAD.AF RAIL. ALL LOSS'OR 1l"IS "'All IF lq' RESHONSRILTY OE TH =_(C. NFACTOR AND NiO
EXTRA COMPEP u -10'I S.IALL RE PEI,'OEO
PPOIEC LL TEIES AND HR18S,UCATLO CC HSJCE THE - {4 -V1A V
Y, FA _IJ S, ANDQ OR SECL
FOPEP.Y RT. CJ+.ARLY THOSE TREES AND 51RUBS JUCATD fO,CP4T TO V'. OR, AREAS.
_. AREAS 70 RECEIVE CI FAS, NO AND CI-BC IG 51 L INCIL :A -- AREAS TO J_ OCCU'TD B' PPOPOS�D
APEA>FOR F!L ANDSTEGWADII,G, ANDBD Irn'rl>,TE� PFt.'O'ETREESO ' IOEOT IIESE
ARtASCN1ASI%TT(AT O. THE URA' IC OR AS AP C DIYVNUNCE BI ENG HEED
4. EXERCISE E REME CAP - P; RN'G1HE CHIP k'r ANDGR IF OPEPAHONI CO :O'DAMAC EX'5—,C
>TF LCTJRES. PIPrS OP. UHL
EXCAVATION, TRENCHING, AND FILE
1. THE CONTRACTOR SHALL RiCOGNIZEANDAN DEEl ALL G SrI A XCA. VATICN5 AFCTYSTAIIDAPDS, INCEUJINGTHE
E LOP DATRENCHSAFCTYACTIFS553CC- 36).1NYf /. IERI.AL. CONSTPJCT'ON :ETMODS CRIIATE' 1 COST
TOCON1PLITTL I -THESE iAASSHAU BE J
. . E N TA 110 T 1-F CONTRACT IJ'R.AC'C35:aA COMPLY V'!I'H O_;HA.
TRENCH SAFETY STANDA S29CF.R. ;. 2 E >L 3,RT ANDKLLS REV 51 IS OP L.DATES
V CPTEE.B T._. PAP. .ENTQF UIBOR A \CE IPLCII. ENTSEC11:111D V ITI SECTION E5 _c.,,
ATUIFS
EROSION ANDSEDIMENT CONTROLS
TEVAO AR:' -ILT FENCES AND STAKED 31-T BAPRIERS, SHALL BE IV ACCORDANCE ..iH F _TA.NDARD
SP�CIFICAiO`.. SEC 1DI6 I['IANOS= �RSANDSHAI I R�'I.STA' F" :I THr. ;M1'T50 H PRO: r,
ALL DIST RRED RE
AREAS SH .I BE R_STOD .:ITH SOD (',IJ SEA CFV, C, A =TII THE SAN; OF 50 D.
City of Ocoee "Welcome" Signs SHEET
East Plant Street West of State Road 429 2 of 4
A' 4- 'J
II �
rn
IL
t
Sign Location -
SCALE:
C inch =20 feet CITY OF OCOEE
DATE: _�`
150 N Lakeshore Or, Ocoee, FL 34761
August 2014 407- 905 -3100
East Plant Street (State Road 436)
Posted Speed 45 mph
City of Ocoee "Welcome" Signs
East Plant Street West of State Road 429
SHEEI
3 of 4
- —
125'
Section A
Sketch
Exhibit "B" 4/4
Scale: 1" = 10', Note: Add fill around and over
Scale: 1" = 20'
N
Vertical Exaggeration = 2:1 (1" = 5') city limit sign footer in order to
provide correct height above
• Westbound Right -turn Lane
finish grade for frangible base.
-
See Detail 1, below,>-
1
City Limit Sign
_
-
- Westbound Lane
o
10.9'
_
_
- -- -
• 5' _ Back of Curb
Finish Grade -
Curb & Gutter _- Grass Median
0
1 Fence
-
2 - M Sidewalk
—_—
- \
_ . Sign Footer
Eastbound Lane --
5 _ Back Slope
Curb
-
o 15
Mast Arm -
Streetlight -
97 1 , 10' City Limit Sign 5' Sidewalk
Add Fill and Frangible Base
O Sod, as Req'd. O Connector
- Power Pole Fence
Finish Grade -_.
—
— — — - — -.
A
4
i_ -=
Original Grade
Note: City limit
it sign is skewed 15% from
-
perpendicular to the edge of pavement.
\\ ��
Cit Limit
Sign:
�
J
SHEET
Detail 1: Frangible Base Concrete Footer
East Plant
Street (SR 438) 4A
4
No Scale
at SR 429