Loading...
Agenda 10/11/2016 Item #16A14 16.A.14 10/11/2016 EXECUTIVE SUMMARY Recommendation to award,ITB 16-6661, Signal Priority Preemption Expansion Project,to Traffic Control Devices,Inc.,in the amount of$735,275. OBJECTIVE: To provide emergency response vehicle priority at signalized intersections on the Florida Department of Transportation(FDOT)roadways within Collier County and the City of Naples. CONSIDERATIONS: This project will reduce emergency vehicle response times by preempting a traffic signals normal operation and provide priority to these vehicles. Collier County currently has 120 signalized intersections on county roadways equipped with the Signal Priority Preemption and connected to the Collier County Signal Priority Preemption System. This project will expand the Signal Priority Preemption System for Collier County and the City of Naples to include 35 signalized intersections on FDOT roadways within Collier County and 20 signalized intersections on FDOT roadways within the City of Naples for a total of 55 more signalized intersections. On June 27, 2016,the Procurement Division sent two thousand, four hundred eighty eight (2,488) notices to vendors for ITB No. 16-6661 for the Signal Priority Preemption Expansion Project. On July 26, 2016, three bids were received and opened. The qualified and responsive bid results are as follows: Contractor Bid Traffic Control Devices,Inc. $822,225 Horsepower Electric $1,066,719 American Lighting and Signalization $1,111,000 Staff reviewed the unit pricing on the bid tab, and Traffic Control Devices, Inc. was the lowest, qualified and responsive bidder with a total bid of$822,225. Staff's estimate of the probable cost for the project was $857,390.79. The Traffic Control Devices, Inc., bid is 4.2% lower than staffs estimate. This project is being funded through a Joint Participation Agreement (JPA) with FDOT by providing $759,125 in grant funds. Since the bid amounts exceeded the grant funds, staff asked FDOT to reduce the scope of the project. As a result, 10 intersections were removed from the scope to allow the project to remain within the grant award amount. Staff entered into negotiations with the lowest bidder, Traffic Control Devices, Inc., to remove 10 signalized intersections from the project. Signal Priority Preemption had already been installed at 2 of the signalized intersections due to a recent FDOT roadway expansion project and 8 signalized intersections will have Signal Priority Preemption installed on a future FDOT signalization reconstruction project. This resulted in a reduction of the proposed contract amount by $86,950 from $822,225 to $735,275. FISCAL IMPACT: Funding from the State of Florida Department of Transportation in the amount up to $759,125 is available within Growth Management Grant Fund 711,Project 33458. Collier County Traffic Operations currently utilizes funding of approximately $600,000 annually to maintain 205 signalized intersections(an estimated$3,000 annual maintenance cost per intersection). The annual maintenance cost at each signalized intersection equipped with Signal Priority Preemption is estimated to require an additional funding of $100.00 with an estimated useful life of 10 years per intersection. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote Packet Pg.636 16.A.14 10/11/2016 for Board approval.-SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: To award of ITB No. 16-6661 to Traffic Control Devices,Inc., in the amount of$735,275 and authorize the Chairman to sign the attached contract. Prepared by: Randy J. Ensell, Project Manager, Traffic Operations Division, Growth Management Department ATTACHMENT(S) 1. 16-6661_Bid Schedule Results (PDF) 2.Joint Participation Agreement (PDF) 3. [Linked] Construction Agreement CAO approved (PDF) Packet Pg.637 114, 10/11/2016 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.14 Item Summary: Recommendation to award, ITB 16-6661, Signal Priority Preemption Expansion Project,to Traffic Control Devices,Inc.,in the amount of$735,275. Meeting Date: 10/11/2016 Prepared by: Title:Project Manager—Transportation Engineering Name: Randy Ensell 09/08/2016 1:47 PM Submitted by: Title:Division Director-Transportation Eng—Transportation Engineering Name: Jay Ahmad 09/08/2016 1:47 PM Approved By: Review: Transportation Engineering Jay Ahmad Level 1 Sim.Reviewer 1-8 Completed 09/12/2016 8:16 AM Growth Management Department Anthony Khawaja Level 1 Sim.Reviewer 1-8 Completed 09/12/2016 8:40 AM Capital Project Planning,Impact Fees,and Program Management Rookmin Nauth Level 1 Sim.Reviewer 1-8Completed Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 09/13/2016 8:37 AM Growth Management Department Marlene Messam Level 1 Sim.Reviewer 1-8 Completed 09/20/2016 11:00 AM Growth Management Department Diane Lynch Level 1 Division Reviewer Completed 09/20/2016 2:47 PM Procurement Services Sandra Herrera Level 1 Purchasing Reviewer 1-4 Completed 09/21/2016 10:10 AM Procurement Services Allison Kearns Level 1 Purchasing Reviewer 1-4 Completed 09/26/2016 10:33 AM Growth Management Department Gene Shue Level 1 Sim.Reviewer 1-8 Completed 09/26/2016 11:41 AM Grants Kimberly Lingar Level 2 Grants Review Completed 09/26/2016 3:23 PM Growth Management Department Jeanne Marcella Level 2 Division Administrator Completed 09/28/2016 10:57 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/29/2016 1:13 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/29/2016 3:17 PM County Attorney's Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 09/29/2016 5:05 PM Grants Therese Stanley Level 3 OMB 1st Reviewer 1-4 Completed 09/30/2016 1:04 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 10/03/2016 9:34 AM Board of County Commissioners MaryJo Brock Meeting Pending 10/11/2016 9:00 AM Packet Pg,638 (peford uo!suedx3 uo!;dweeid A;!ro!rd !eu6!S : s966) s;!nsej e!npaPoS p!8 6999-91. :;uauryoe4y r 90 to vm a. 13 m O O O O O 8 4 w u, ° c 6 6 6 6 pS0 OOOO 1 I�1 .N OO N N -iv2 ' ' 1O O N N 2 - P. . 0 ti 1"-i rrra > ) ), 22 C m Or 1 > m in w Y v p C 01 c VVF VV' , C O T N ! N m (^ua O 0 0 0 O c 0' o `" m o 0 u 00.- o 00 00 '5 I '-' E a N V to Vl to p O O O O O S o O O 00 001 0 0 0 01 m N Q 100 00 a 000 000 vi n b 2 p N o >rra >- �> r as H .-i > d LT, .. R a, m N N N N N VF H 3 0.2 00 0 N 0 0 0 0 0 = 1-,.1 0 ON O- 00 N LA H 2 n ✓? V} V} N N o O 0 0 0 0 V 0 0 0 M 0 N Q) u Q O 10N 0 n ,, n ad' 0 ro r >- > >- >- >• > )- Ya ›- c •N jf- I d G m 0 0. w VT VT V? N N N .1 al o▪ c ID 0E 0 0 0 0 0 ~ N O n n ,y Eo0 0+ m N <o a (5 a 0:. n o v m o I- 1 a` 2 V! N N N (A O To v 00 00 10 F 0 O z n w W U n N n E a, T <n a, N 0. E To 0 c liii `a a m 01 aLLvv a moc p w cm — v v m c yc -0 CO To To F- „, to 2 c 00 2j m Eco c y c w 3 O 2 U 0. 00 00 O j N •j C O p C a, V N a V 0- a] 0. ,0 w w w E N 0 r c `¢ E t W J (a v O . c ° N _ t : N . Oo 0 0 N M -° d l7 m Vtl C m • a. N N N .1I ell m F y O N u to O d E i` N u, N O 0 00 000 4, W:. .. N j '" ` E CP , Q N N g N �� T O C .-1 t0 (0 t0 t0 E c to H H E m 0 0 m U cc m r-1 N (N V t.n J o C N - C 2 v O (paload uo!suedx3 uoildweeJd Auaopd 1eu61S : s961,) 4ueweeJ6y uogedptped Sulo(' :;uautyoe b r� O �t; neer cc' csla a-.: zas Yn,. *Irt 4 I Financial Management No,:435338-1-58/68-01 Fund:DDR Function: 215 FLAIR Approp:088717 Agency:Collier County FLAIR Obj.:134000 Contract No: A S I LIS Contract Amount:$759,125 Org.Code: 55014010106 Vendor No.:F59-6000558102 JOINT PARTICIPATION AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND COLLIER COUNTY This Agreement, made and entered into this day of Ap,-d"f , 2016, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (hereinafter referred to as the DEPARTMENT) and the COLLIER COUNTY, a political subdivision of the State of Florida, existing under the Laws of Florida, (hereinafter referred to as the LOCAL GOVERNMENT), WITNESSETH: WHEREAS, the Parties have been granted specific Legislative Authority to enter into this • Agreement pursuant to Section 339.12, Florida Statutes;and WHEREAS,the LOCAL GOVERNMENT by Resolution No. 201 6—50 , dated the ;f day of\`' 1,721 , 2016 a copy of which is attached hereto and made a part hereof, has authorized its Chairman or designee to execute this Agreement on its behalf. WHEREAS, the DEPARTMENT is prepared, in accordance with its Five Year Work Program, to undertake the Project described as the "County Wide State Highway System Signal Priority Preemption Expansion", in Fiscal Year 2015-2016, said Project being known as FM #435338-1-58-01,hereinafter referred to as the"Project"; and WHEREAS, the Project is on the State Highway System, is not revenue producing and is contained in the adopted Five Year Work Program;and } WHEREAS,the implementation of the Project is in the interests of both the DEPARTMENT and the LOCAL GOVERNMENT and it would be most practical, expeditious, andeconomical for the LOCAL GOVERNMENT to perform the services to complete the Project. WHEREAS, the intent of this Agreement is to establish the terms and conditions of the funding and the production of this Project; and .cr (;oeFoid uo!suedx3 uoi;dwaeJd A;iaopd puBIS : S966) luaweei6y uoi;edi3Iped;uior :;uawyoe;;d CCD Qtip ,' FM#435338-1-58/68-01 Collier County Page 2 of 11 Via. NOW, THEREFORE, in consideration of the mutual benefits to be derived from the joint participation of this Agreement,the parties agree as follows: 1. TERM A. The term of this Agreement shall begin upon the date of signature of the last party to sign. The LOCAL GOVERNMENT agrees to complete the Project by December 31. 2018, in accordance with the schedule described and contained in Exhibit "C" attached hereto and by this reference made a part hereof.. If the LOCAL GOVERNMENT does not complete the Project within the time period allotted, this Agreement will expire on the last day of the scheduled completion, as provided in this paragraph unless an extension of the time period is requested by the LOCAL GOVERNMENT and granted in writing by the DEPARTMENT prior to the expiration of the Agreement. Expiration of this Agreement will be considered termination of the Project. After the Project is complete, the term of this Agreement shall continue in effect and be binding on the parties in perpetuity for maintenance responsibilities of the LOCAL GOVERNMENT. 2. SERVICES AND PERFORMANCES A. The LOCAL GOVERNMENT shall furnish the services to construct the Project. The project consist of: acquisition and installation of a signal priority preemption system complete with confirmation lights at as many of the sixty-seven (67) signalized intersections on the State Highway System located in Collier County as possible up to the funded amount of $759,125.00, and otherwise, the LOCAL GOVERNMENT shall perform all other necessary work to complete the Project, as specified in Exhibit"A", Scope of Services attached hereto and by this reference made a part hereof. Nothing herein shall be construed as requiring the LOCAL GOVERNMENT to perform any activity which is outside of the scope of services of the Project. B. The LOCAL GOVERNMENT agrees to undertake the Project in accordance with DEPARTMENT standards and specifications, Greenbook and all applicable federal, state and local statutes,rules and regulations. C. E-VERIFY Vendors/Contractors shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract. (toa(oJd uoisuedx3 uogduaaaJd leu6!S : 5966) ;ueweei6V uo!;edio!Ped}uior :;uauayoe1.W Nt5- 141f. FM#435338-1-58168-01 f,gL Collier County Page 3 of 11 ma, Vendors/Contractors shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees.hired by the subcontractor during the contract term. D. This Agreement shall act to supersede the normal requirements of the LOCAL GOVERNMENT to secure separate DEPARTMENT permits for drive-way connection, right of way utilization, storm-water discharge and utilities,and this Agreement is deemed to constitute such permits. E. The LOCAL GOVERNMENT shall be responsible for obtaining clearances/permits required for the construction of the Project from the appropriate permitting authorities. F. The LOCAL GOVERNMENT shall receive a Notice to Proceed from the DEPARTMENT'S Project Manager, Jim Martin at (863) 519-2665 or from an appointed designee. Any work performed prior to the issuance of the Notice to Proceed is not subject to reimbursement. The LOCAL GOVERNMENT shall also obtain approval of their MOT schedule and coordinate construction schedule including pre-construction meeting invitation. with Eunice Usher at Fort Myers Operation (239) 985-7852 or from an appointed designee. G. The LOCAL GOVERNMENT shall hire a DEPARTMENT prequalified contractor using the LOCAL GOVERNMENT'S normal bid procedures to perform the work for the Project. H. The LOCAL GOVERNMENT shall be responsible to ensure that the work under this Agreement is performed in accordance with the approved construction documents, and that it will meet all applicable standards and that the work is performed in accord with the Terms and Conditions contained in Exhibit"D". 1. Upon request, the LOCAL GOVERNMENT agrees to provide progress reports to the DEPARTMENT in the standard format used by the LOCAL GOVERNMENT and at intervals established by the DEPARTMENT. The DEPARTMENT will be entitled at all times to be advised, at its request, as to the status of work being done by the LOCAL GOVERNMENT and of details thereof. Coordination shall be maintained by the LOCAL GOVERNMENT with representatives of the DEPARTMENT. J. Upon completion of the work authorized by this Agreement, the LOCAL GOVERNMENT shall notify the DEPARTMENT in writing of the completion; and for all work that originally required certification by a Professional Engineer, this notification shall contain an I (peford uoisuedx3 uogdweeid A;!iopd leu6!S : 9966) lueweei6y uoitedpIped;uior :luewyoe}td 1, r coo` FM#435338-1-58/68-01 11'scp `� Collier County Page 4of11 � Engineers Certification of Compliance, signed and sealed by a Professional Engineer, 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. 3, COMPENSATION AND REIMBURSEMENT A. The Department agrees to compensate the LOCAL GOVERNMENT for services described in Exhibit A—Scope of Services. The Method of Compensation is included as Exhibit B. B. The LOCAL GOVERNMENT shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The Project, identified as Project Number 435338-1-58/68-01, and the quantifiable, measurable, and verifiable units of deliverables are described more fully in Exhibit A—Scope of Services. (Section 287.058(1)(d) and(e), F.S.) C. Invoices shall be submitted by the LOCAL GOVERNMENT in detail sufficient for a proper pre-audit and post audit based on the quantifiable, measurable and verifiable units of deliverables as established in Exhibit A — Scope of Services. Deliverables must be received and accepted in writing by the Department's Project Manager prior to payments. (Section 287.058 (1)(a), F.S.) D. Supporting documentation must establish that the deliverables were received and accepted in writing by the LOCAL GOVERNMENT and must also establish that the required minimum level of service to be performed based on the criteria for evaluating successful completion as specified in Exhibit A—Scope of Services was met. E. There shall be no reimbursement for travel expenses under this Agreement. F. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, F.S. If the DEPARTMENT determines that the performance of the P LOCAL GOVERNMENT is unsatisfactory, the DEPARTMENT shall notify the LOCAL GOVERNMENT of the deficiency to be corrected, which correction shall be made within a time- frame to be specified by the DEPARTMENT. The LOCAL GOVERNMENT shall, within five days after notice from the DEPARTMENT, provide the DEPARTMENT with a corrective action plan tLL a ' (;3aload uoisuedx3 uo!;dweead ksaoiad WAS : 9966) ;ueweei6y uoi;ediaeped;uior T I FM#435338-1-58168-01 "'\ Collier County Page 5 of l:1 describing how the LOCAL GOVERNMENT will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance. If the corrective action plan is unacceptable to the DEPARTMENT, the LOCAL GOVERNMENT shall be assessed a non-performance retainage equivalent to 10% of the total invoice amount. The retainage shall be applied to the invoice for the then-current billing period. The retainage shall be withheld until the LOCAL GOVERNMENT resolves the deficiency. If the deficiency is subsequently resolved, the LOCAL GOVERNMENT may bill the DEPARTMENT for the retained amount during the next billing period. If the LOCAL GOVERNMENT is unable to resolve the deficiency, the funds retained may be forfeited at the end of the Agreement's term. (Section 287.058(1)(h), F.S.) The LOCAL GOVERNMENT providing goods and services to the DEPARTMENT should be aware of the following time frames. Inspection and approval of goods or services shall take no longer than 5 working days unless the bid specifications, purchase order, or contract specifies otherwise. (Any deviations should be referenced in the agreement or an addendum in accordance with Section 2.1.) The DEPARTMENT has 20 days to deliver a request for payment (voucher)to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the goods or services are received, inspected, and approved. (Section 215.422(1), ES.) If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), RS., will be due and payable,in addition to the invoice amount,to the LOCAL GOVERNMENT. Interest penalties of less than one (1) dollar will not be enforced unless the LOCAL GOVERNMENT requests payment. Invoices that have to be returned to a LOCAL GOVERNMENT because of LOCAL GOVERNMENT preparation errors will result in a delay in it the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department. (Section 215.422(3) (b),F.S.) A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for LOCAL GOVERNMENT who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516 or by calling the Division of Consumer Services at 1-877-693-5236. (Section 215.422(5) and(7), E.S.) 0 (paroJd uoisuedx3 uo1}dweeid Alpopd Mu6AS : 5966) ;ueweei6d uogedp ped}u!or :4u0wgoe d to aL FM#435338-1-58/68-01 °' Collier County Page 6 of 11 G. Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the DEPARTMENT at all times during the period of this Agreement and after final payment is made. Copies of these documents and records shall be furnished to the DEPARTMENT upon request. Records of costs incurred include the LOCAL GOVERNMENT general accounting records and the project records, together with supporting documents and records, of the contractor and all subcontractors performing work on the project, and all other records of the Contractor and subcontractors considered necessary by the Department for a proper audit of costs. (Section 287.058(4), F.S.) H. In the event this contract is for services in excess of$25,000.00 and a term for a period of more than 1 year,the provisions of Section 339.135(6)(a),F.S., are hereby incorporated: "The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the Comptroller of the Department that such funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year,but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of$25,000.00 and which have a term for a period of more than 1 year." I. The DEPARTMENT's obligation to pay is contingent upon an annual appropriation by the Florida Legislature. (Section 216.311, F.S.) J. The LOCAL GOVERNMENT shall: 1. Utilize the U,S, Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the LOCAL GOVERNMENT during the term of the contract; and 2. Expressly require any contractors and subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the 411, i .e, (�oaload uo!suedx3 uoi�dwaeJd� polad �euBIS : 9966) 3uewee i6y uoi4edppied tuior :;uewipe1,3V n.: c` r FM#43 5338-1-58/68-01 4�, Collier County if 1 Page 7ofl.l oma. ; employment eligibility of all new employees hired by the subcontractor g¶ during the contract term. (Executive Order Number 2011-02) 1 K. The Other Party agrees to comply with Section 20.055(5), F.S., and to incorporate in all subcontracts the obligation to comply with Section 20.055(5), F.S. 4. COMPLIANCE WITH LAWS I t A. The LOCAL GOVERNMENT shall allow public access to all documents, papers, i letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the LOCAL GOVERNMENT in conjunction with this Agreement. Failure by the 1 LOCAL GOVERNMENT to grant such public access shall be grounds for immediate unilateral I cancellation of this Agreement by the DEPARTMENT. B. The LOCAL GOVERNMENT shall comply with all federal, state and local laws and ordinances applicable to the work or payment for work thereof. The LOCAL GOVERNMENT shall not discriminate on the grounds of race, color, religion, sex or national origin in the I i performance of work under this Contract. n C. No funds received pursuant to this Agreement may be expended for lobbying the r i Legislature, the judicial branch,or a state agency. D. The LOCAL GOVERNMENT and the DEPARTMENT agree that the LOCAL 1 i GOVERNMENT, its employees, and subcontractors are not agents of the DEPARTMENT as a result of this Contract. 5. TERMINATION AND DEFAULT 1 A. This Agreement may be cancelled by the DEPARTMENT in whole or in part at any time the interest of the DEPARTMENT requires such termination. The DEPARTMENT also reserves the right to seek termination or cancellation of this Agreement in the event the LOCAL GOVERNMENT shall be placed in either voluntary or involuntary bankruptcy. The DEPARTMENT further reserves the right to terminate or cancel this Agreement in the event an assignment is made for the benefit of creditors. This contract may be cancelled by the LOCAL GOVERNMENT upon sixty(60)days written notice to the DEPARTMENT. Li B. If the DEPARTMENT determines that the performance of the LOCAL li GOVERNMENT is not satisfactory, the DEPARTMENT shall have the option of(a) immediately a terminating the Agreement, or (b) notifying the LOCAL GOVERNMENT of the deficiency with a 1 requirement that the deficiency be corrected within a specified time, otherwise the Agreement will lit ,1 .Q_ (;oafoJd uoisuedx3 uoi;dwaaad Avioiad Ieu6IS : 5966) wuawaaa6y uo!;edioiped;uior :;uewgoemd co FM#435338-l-58/68-01 a3' Collier County Page 8 of 11 as be terminated at the end of such time, or (c) taking whatever action is deemed appropriate by the DEPARTMENT. C. If the DEPARTMENT requires termination of the Agreement for reasons other than unsatisfactory performance of the LOCAL GOVERNMENT, the DEPARTMENT shall notify the LOCAL GOVERNMENT of such termination, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. D. If the Agreement is terminated before performance is completed, the LOCAL GOVERNMENT shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment,however, may not exceed an amount which is the same percentage of the contract price as the amount of work satisfactorily completed is a percentage of the total work called for by this Agreement. All work in progress will become the property of the DEPARTMENT and will be turned over promptly by the LOCAL GOVERNMENT. 6. MISCELLANEOUS A. All words used herein in the singular form shall extend to and include the plural. All words used in the plural form shall extend to and include the singular. All words used in any gender shall extend to and include all genders. B. The DEPARTMENT shall not be obligated or liable hereunder to any party other than the LOCAL GOVERNMENT. C. In no event shall the making by the DEPARTMENT of any payment to the LOCAL GOVERNMENT constitute or be construed as a waiver by the DEPARTMENT of any breach of covenant or any default which may then exist, on the part of the LOCAL GOVERNMENT, and the making of such payment by the DEPARTMENT while any such breach or default shall exist shall in no way impair or prejudice any right or remedy available to the DEPARTMENT with respect to such breach or default. D. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein, and the parties agree that there are no commitments, agreements or understandings concerning the subject ( matter of this Agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representation or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the OV3 r (PoroAd uotsuedx3 uoildweeJd kpo!ad leu6!S 9961.) watuaeaBy uoiledioi}Jed luior;luewtioel;v foo - FM#435338-I-58168-0l • a .sc Collier County � Page 9of11 terms or conditions contained herein shall be effective unless contained in a written document l i executed with the same formality and of equal dignity herewith. E, All tracings, plans specifications, maps, models, reports, or other work product prepared or obtained under this Agreement shall be considered works made for hire for the DEPARTMENT and the LOCAL GOVERNMENT and shall at all times be and remain the property of the DEPARTMENT and the LOCAL GOVERNMENT without restriction or limitation on their 2 II use. F. This Agreement shall be governed by and interpreted in accordance with the laws of the State of Florida. Any provision herein determined by a court of competent jurisdiction, or any other legally constituted body having jurisdiction, to be invalid or unenforceable shall be severable and the remainder of this Agreement shall remain in full force and effect, provided that the • invalidated or unenforceable provision is not material to the intended operation of this Agreement. G. This Agreement shall be effective upon execution by both parties and shall continue in effect and be binding on the parties until the Project is completed, any subsequent litigation is complete and terminated, final costs are known, and legislatively appropriated reimbursements, if approved, are made by the DEPARTMENT. The DEPARTMENT may, at any stage, amend or terminate the Project in whole or in part if the DEPARTMENT determines that such action is in the best interest of the public. However, the COUNTY'S obligation to maintain the PROJECT after completion shall survive the term of this Agreement. H. PUBLIC ENTITY CRIME INFORMATION AND ANTI-DISCRIMINATION STATEMENT: 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 apublic buildingor public work, may not submit bids on leases of real p 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, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 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 5 .ix (;oafoJd uoisuedx3 uol;dweead f(;laolad leu6iS : g961,) ;ueweei6br uol;edi3!lJad;uior :;uewgoe;;d T- . FM#435338-1-58/68-01 a. Collier County w Page 1 of 11 submit a bid on a contract with a public entity for the construction or repair of a public building or A public work, may not submit bids onleases of real property to a public entity, may not be awarded I 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, i I. All notices required pursuant to the terns hereof shall be sent by First Class United 1 i States Mail. Unless prior written notification of an alternate address for notices is sent, all notices I 1 shall be sent to the following addresses: s 1 a Florida Department of Transportation Collier County Jim Martin Anthony Khawaja Local Program Coordinator Chief Engineer and Traffic Operations 801 N. Broadway Ave 2885 South Horseshoe Drive Bartow, Florida 33830 Naples, FL 34104 J. Exhibits A,B, C, and D are attached hereto and incorporated by reference. ,--t I 1 „....] 1 Ods. 11 1 41 (loaload uoisuedxg uogdweeid Alpoiad puBIS : S966) lueweeiBbr uoiledp!Ped lu!or:luewyoelly d m tch FM#435338-1-58/68.01 Collier County Page 11 of 11til IN WITNESS WHEREOF, COLLIER COUNTY has caused this Agreement to be executed in its . behalf, by the Chairman or its Designee, and the FLORIDA DEPARTMENT OF TRANSPORTATION has caused this Agreement to be executed in its behalf through its District Secretary or authorized Designee: This Agreement shall become effective on: A cr. 1 01 of Department to enter date i c=fit ' .'a/ ,. COLLIER COUNTY,FLORIDA ATT>„ T° .' . �� 3 xrt _ , !',,,ei 0( . s � cei-44., CL RK` r� ��'NI� (SEAL) CHAIR AN OR DESIGNEE ,. , a BOARD OF COUNTY COMMISSIONERS Attest'as tti ehal reatt'j signature only. ' 23 �� N, , 'F‘aha * \,2.z,\« DATE PRINT NAME DATE i'-.. C s:)\6...v— COUNTY LEGAL REVIE 'f BY: .iwar :t> _ 4 3/DATE 7. /6 , STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 'TTEST i E ' / ' al) I EXEC JFIVE ,SECRETARY (SEAL) DISTRICT SECRETARY OR DESIGNEE I '1 DISTRICT ONE ' i i I'l e IV .ArtIS 016 (lid. S";;;/frti '///04) RINT N' E DATE PRINT NAME DATE FLA. DEPT. OF TRANS. LEGAL j41-, ),4 AVAILABILITY OF FUNDS APPROVAL: t f+-'f/ REVIEW: BY l D��CI E DATE 4111) 4 1 si, (peload uolsuedx3 uoildweead Allaolad leuB!S : g961,) luaweei6V uolledlollaed lulor :luauayoe V a, it; a � FM#435338-1-58/68-01 it Collier County 'CL: ) EXHIBIT "A" SCOPE OF SERVICES Financial Management Number: 435338-1-58/68-01 County Wide State Highway System Signal Priority Preemption Expansion The purpose of this Exhibit is to describe the scope of work and the responsibilities of Collier County in connection with the acquisition and installation of a signal priority preemption system complete with confirmation lights at all signalized intersections on the State Highway System located in Collier County. The attached list identifies the sixty-seven (67) intersection locations included in the scope. Several of the intersections are scheduled for construction or are currently under construction. Review of these locations is required to ensure conformity and uniformity as part of this county wide improvement to the State Highway System. The general objective is for Collier County to provide contract administration, management services, construction engineering inspection services and quality acceptance reviews of all work associated with the acquisition and installation of the associated improvements at as many of the sixty-seven (67) intersection locations as possible up to the funded amount of $759,125.00. The services performed shall he in accordance with all applicable Florida Department of Transportation ,,-4 manuals, guidelines and specifications. Each approach to the sixty-seven (67) signalized intersections referenced below shall be provided with emergency vehicle preemption. The installations shall be compatible with the existing Collier County GTT Opticom Infrared Emergency Vehicle Preemption System. • Use OTT Opticom Model 138 detector cable manufacturer or equivalent cable approved by the detector manufacturer. • Use GTT Opticom Model 764 multimode phase selector. • Use GTT Opticom Model 700 Series Infrared detectors. E • Emergency vehicle preemption detector cables shall be continuous from the controller assembly to the preemption detector • Each vehicle approach shall be wired separately and combined in the controller assembly to obtain the specific sequence of operation as shown on the plans. • Each approach to a signalized intersection shall be equipped with a Preemption Confirmation Light. • The emergency vehicle confirmation light shall be installed according to the Collier County Signalization Technical Special provisions "Typical Emergency Vehicle Detector with Confirmation Light Detail" sheet. • The confirmation beacon shall consist of a PAR 38 white LED flood lamp (90 watt equivalent)for each direction of traffic. 1of4I Page 4 .a` (;oeroJd uoisuedx3 uoi;dwaead Aliaoiad IeuBIS : 5966) ;uawaaa6v uoi;edioiped;uiop:;uewyoe;;y 04': rto CD ' th FM#435338-1-58/68-01 Collier County o.z. • The lamp shall have an adjustable mount with a weatherproof enclosure for cable splicing. • All hardware shall be cast aluminum, malleable iron, powder coated steel, and/or stainless steel. • Holes drilled into signal poles, mast arms, or posts shall require rubber grommets to prevent chafing of wires. • Use either polyethylene insulated,polyvinyl chloridejacketed signal cable conforming to the requirements of the International Municipal Signal Association, Inc. (IMSA) Specification No. 19-1 or polyethylene insulated, polyethylene jacketed signal cable conforming to the requirements of IMSA Specification No. 20-1. • Use signal cable with 5 conductors of stranded copper, No. 14 AWG for 1-way confirmation light installation. • Use signal cable with 7 conductors of stranded copper, No. 14 AWG or for 2-way confirmation light installation. • Signal cables shall be continuous from controller assembly to the preemption confirmation light disconnect box. • The controller assembly shall include an emergency vehicle confirmation light panel installed according to the Collier County Signalization Technical Special provisions "Emergency Confirmation Light Wiring with Solid State or Electromechanical Relay Interface Panel Detail" sheet. • The preempted movement shall be indicated by a steady indication on the confirmation beacon and the stopped preempted movements shall be indicated by a flashing confirmation beacon indication. List of Signalized Intersections on the State Highway System in Collier County Signal Number of Arterial Name Intersection Type Approaches 1 29(15 ST N) Immokalee Dr TS 4 2 29(15 ST N) Lake Trafford Rd TS 4 3 29(Main Street) 1st Street N TS 4 4 29(Main Street) 9th Street N TS 4 5 29 South Farm Workers Village SCH 4 6 Collier Blvd Capri Blvd(952) TS 3 7 Collier Blvd Davis Blvd TS 3 8 Collier Blvd 1-75 N TS 3 9 Collier Blvd 1-75 S TS 3 10 Collier Blvd Mainsail Dr(Marco Airport) TS 3 11 Collier Blvd Manatee Rd TS 3 12 Collier Blvd Walmart S of US 41 TS 3 13 Davis Blvd Airport Pulling Rd TS 4 2 of41Page 0 t i s3 ' (;oafoad uolsuedx3 uol;dwaaad X;laolad Ieu6IS : S961.) ;uewaaa6d uogedlo!Jed}ulor :;uewyoe;;y �_ 1Q' 1-� FM#435338-1-58/68-01 0. g Collier County Ti, -& :Ift 14 Davis Blvd County Barn Rd TS 3 15 Davis Blvd Kings Way TS 4 16 Davis Blvd Lakewood Blvd TS 4 17 Davis Blvd Radio Rd TS 3 18 Davis Blvd Santa Barbara Blvd TS 4 19 Davis Blvd Shadowlawn Dr TS 4 20 Golden Gate Pkwy 1-75 E TS 3 21 Golden Gate Pkwy 1-75 W TS 3 22 Immokalee Rd 1-75 E&W TS 6 23 Pine Ridge Rd 1-75 E&W TS 6 24 US 41 (Tamiami Trail N) 91st Ave/Strada PI TS 4 25 US 41 (Tamiami Trail N) Immokalee Rd TS 4 26 US 41 (Tamiami Trail N) Imperial Golf Course Blvd TS 3 27 US 41 (Tamiami Trail N) Old 41 TS 4 28 US 41 (Tamiami Trail N) Pelican Bay Blvd N TS 4 29 US 41 (Tamiami Trail N) Pelican Bay Blvd S TS 3 30 US 41 (Tamiami Trail N) Pelican Marsh Dr/99th Ave N TS 4 31 US 41 (Tamiami Trail N) Pine Ridge Rd TS 4 32 US 41 (Tamiami Trail N) Vanderbilt Beach Rd TS 4 33 US 41 (Tamiami Trail N) Wiggins Pass Rd TS 4 34 US 41 (Tamiami Trail S) Airport Pulling Rd TS 4 35 US 41 (Tamiami Trail S) Barefoot Williams Rd TS 2 36 US 41 (Tamiaml Trail S) Bayshore Dr/Shadowlawn Dr TS 4 37 US 41 (Tamiami Trail S) Broward St TS 4 38 US 41 (Tamiami Trail S) Collier Blvd TS 4 39 US 41 (Tamiami Trail S) Commercial Dr/Palm St TS 4 40 US 41 (Tamiami Trail S) Espinal Blvd(Courthouse Shadows) TS 4 41 US 41 (Tamiami Trail S) Guilford Rd TS 4 42 US 41 (Tamiami Trail S) Lakewood Blvd TS 4 43 US 41 (Tamiami Trail S) Manatee Rd SCH 3 44 US 41 (Tamiami Trail S) Palm Dr TS 4 45 US 41 (Tamiami Trail S) Price St/Triangle Blvd TS 4 46 US 41 (Tamiami Trail S) Rattlesnake Hammock Rd TS 4 47 US 41 (Tamiami Trail S) St Andrews Blvd TS 4 48 _ US 41 (Tamiami Trail N) 10th St S TS 4 49 US 41 (Tamiami Trail N) 26th Ave N TS 3 50 US 41 (Tamiami Trail N) 3rd Ave S TS 4 51 US 41 (Tamiami Trail N) 4th Ave N TS 4 52 US 41 (Tamiami Trail N) 5th Ave S TS 4 53 US 41 (Tamiami Trail N) 7th Ave N TS 4 54 US 41 (Tamiami Trail N) Central Ave TS 4 55 US 41 (Tamiaml Trail N) Fleischman Blvd/Orchid Dr TS 4 56 US 41 (Tamiami Trail N) Golden Gate Pkwy TS 4 ,----] 3of41Page e . . . . . . . . . ( } ( eroidu @u�x uo| d■ w�Jd k m@d mu@S : 5 S� m■weAvuo e� @p|�e mr : uem�e ■■¥ \ | _ . �\ . a \ r9#43,53 3 a8A8 Q1 �^ �\ ) ., Collier \ ! �§ : 57 US 41 (Tamiami Trk N) Granada @yd/Neop Rai n Way TS . ( 58 US 41 (Tamiami Trail N) Harbour Dr TS 3 59 US 41 am iamiT Trail N) Moorings Line Dr TS 4 60 US 41 (Tamiami Trail N) Morningside Dr TS 4 61 US 41 (Tamiami Trail N) Ohio Dr/Anchor Rd Dr TS 4 62 US 41 (Tamiami Trail N) Park Shore Dr . TS 4 63 US 41 (amlamiTrail N) Shady RmlLn/Old Trail Dr TS 4 64 US q (TTamiamiTrail 3) 10th St S TS 4 65 US 41 (TamiamiTrk S) Davis Blvd/Sandpiper St TS 4 66 US 41 amiami Trk S) Go dlette Frank Rd TS 4 , ( 67 US 41 (Tamiami Trail S) River Point Dr TS 4 � [ Traffic Signal TS 1 . . School S§n| SCH . ; � � [ ( � } � ( � [ � ) � ! , ( � ( 4o4| Rake 42)( . ( � ) ( � � ) (33afoad uolsuedx3 uo13dwaaid AlaolJd Ieu6IS g961.) 3ueweaa6d uoRechowedlu!or:3uawyoenb T.ct ; co EXHIBIT "B" i- ESTIMATED SCHEDULE OF FUNDING Financial Management Number: 435338-1-58-01 By and through this Joint Participation Agreement with Collier County, the DEPARTMENT agrees to reimburse Collier County up to, but not to exceed $759,125.00 (Seven hundred, fifty nine thousand,one hundred twenty five dollars) programmed in FY 2015/2016 for actual cost incurred on this Project, excluding Collier County's overhead. • Rest of this page intentionally left blank. A ?"—] } 4'. 1of11Page (poroad uotsuedx3 uoi;dweeid A4uouad ,eu6IS : 9966) ;ueweei6v uoi;edI3Iped;uior :;uewyoe;;ti cn a- 4 a EXHIBIT "C" s ESTIMATED PROJECT PRODUCTION SCHEDULE Financial Management Number: 435338-1-58/68-01 • Construction Contract to be awarded by: August 15,2016 • Construction to be completed by: December 31, 2018 1 I Iy y5 y�y t 1/1 P## 1of1 I Page c } (peload uo!suedx3 uo!;dwaead'wo!ad leu6iS : 9966) ;uaweaa6V uo!ted!o!led;u!or :;uauayoenV Q - s • EXHIBIT "D" 1 TERMS & CONDITIONS OF CONSTRUCTION l. The LOCAL GOVERNMENT is authorized, subject to the conditions set forth herein, to perform all activities necessary for the construction of the Project (as described more fully in Exhibit "A"). The Project shall be constructed in accordance with construction plans and specifications to be approved by the DEPARTMENT and consistent with the requirements of the DEPARTMENT. The plans shall include an appropriate plan for maintenance of traffic. Should any significant(as defined by§4-3 of Standard Specifications for Road and Bridge Construction, 2010,and as amended from time to time) changes to the plans be required during construction of the Project,the LOCAL GOVERNMENT shall be required to notify the DEPARTMENT of the changes and receive approval from the DEPARTMENT prior to the changes being constructed. The DEPARTMENT reserves the right to adjust the plans to meet the requirements of permits. The LOCAL GOVERNMENT shall be responsible to maintain the area of the Project at all times during construction of the Project. All payment and performance bonds shall name the DEPARTMENT as an additional obligee. All warranties on any product or material used in construction of said Project shall be in favor of the DEPARTMENT. The LOCAL GOVERNMENT shall assure that the Engineer of Record performs all necessary post-design services that may be required. 2. The LOCAL GOVERNMENT shall have the affirmative responsibility to locate all existing utilities,both aerial and underground and that all utility locations shall be represented on the construction plans. All utility conflicts shall be fully resolved directly with the applicable utility. The LOCAL GOVERNMENT shall be obligated to design around any utility installation for which theconflict cannot be resolved. Said utility work shall be deemed to be undertaken on behalf of and for the benefit of the DEPARTMENT and the LOCAL GOVERNMENT shall assure that utility work schedules are obtained for the Project. 3. The work performed pursuant to this Agreement may require authorization under the Clean Water Act, by the U.S. Environmental Protection Agency for Storm Water Discharges from construction sites. The LOCAL GOVERNMENT is responsible for obtaining the National Pollutant Discharge Elimination System Permit and all other necessary permits for construction of the Project. When applicable, such permits will be processed in the name of the DEPARTMENT; however, in such event, the LOCAL GOVERNMENT will comply with all terms and conditions of such permit in construction of the subject facilities. 4. It is expressly agreed by the parties that this Agreement creates a permissive use only and that neither the granting of the permission herein to use DEPARTMENT and/or LOCAL GOVERNMENT right-of-way nor the placing of facilities upon DEPARTMENT and/or LOCAL GOVERNMENT land shall operate to create or vest any property right in the LOCAL GOVERNMENT and/or the DEPARTMENT except as otherwise provided in separate agreements. Page lof3 ,�. (;oafoad uoisuedx3 uoi;dwaaad iaoiad leu6iS 5966) ;uaweaa6y uoi;edioi}aed;uior :;uauayoe;;y oo tri I csf 6. The DEPARTMENT shall appoint and authorize a single individual to serve as the DEPARTMENT'S representative to coordinate and manage the DEPARTMENT review of LOCAL GOVERNMENT activities pursuant to this Agreement. The LOCAL GOVERNMENT shall provide a current construction schedule to the DEPARTMENT'S representative and shall notify the representative at least 48 hours in advance of starting proposed work and again immediately upon completion of work. 7. The LOCAL GOVERNMENT shall hire a contractor using the LOCAL GOVERNMENT'S normal bid procedures to perform the construction work for the Project. 8. The LOCAL GOVERNMENT shall require the LOCAL GOVERNMENT'S contractor to post a bond in accordance with Section 337.18,Florida Statutes. 9. The LOCAL GOVERNMENT shall not modify the intent of the design plans or the maintenance of traffic concept without appropriate submission by the Engineer of Record (the "Engineer") and approval by the DEPARTMENT. Provided, however, in the event of an emergency, the LOCAL GOVERNMENT shall immediately make any necessary changes and notify the DEPARTMENT and the Engineer of Record after the modifications. 10. The DEPARTMENT may request and shall be granted a conference with the LOCAL GOVERNMENT and at the LOCAL GOVERNMENT'S option,the LOCAL GOVERNMENT'S CET firm, to discuss any part of the Project activities that the DEPARTMENT determines to be inconsistent with the approved design plans and specifications. The LOCAL GOVERNMENT will monitor the corrective action and provide the DEPARTMENT status reports at such intervals as are reasonable,based on the corrective action undertaken,and the DEPARTMENT may,but is not obligated to,review independently the progress of the corrective action. Provided however,if the DEPARTMENT determines a condition exists which threatens the public's safety, the DEPARTMENT may, at its discretion,issue an immediate stop work order. 11. The LOCAL GOVERNMENT shall have the continuous obligation to monitor the maintenance of traffic and construction operation during the course of the Project so that the safe and efficient movement of the traveling public is maintained. The LOCAL GOVERNMENT is further obligated to make such changes to the maintenance of traffic plans as may be necessary. During construction, the LOCAL GOVERNMENT shall take measures, including the placing and display of safety devices that are necessary in order to safely conduct the public through the Project area in accordance with the latest and current version of the Federal Highway Administration Manual on Uniform Traffic Control Devices for Streets and Highways, and the DEPARTMENT'S 2010 Standard Specifications for Road and Bridge construction and the DEPARTMENT'S 2010 Roadway and Traffic Design Standards, and as those sources may be amended from time to time. The LOCAL GOVERNMENT may assign the responsibility of this paragraph to the Contractor or its'CEI for the construction of the Project. 12. Prior to the Project bidding, the LOCAL GOVERNMENT shall provide a project schedule that includes, at a minimum, the date the Project will be advertised for bid, the bid opening date, the award date and the date of the preconstruction conference. 13. It is understood and agreed that the rights and privileges herein set out are granted only to the extent of the DEPARTMENT'S right, title and interest in the land to be entered upon and �\, f Page2of3 413 ti 9 .Q s (pefoid uoisuedx2 uoi;dweead Alpaolad ieu6!S : 9961.) ;uauaaaa6y uogedpnied;ulor:;uaunioe};y Q to: co, � ea• used by the LOCAL GOVERNMENT, Any additional right or privilege required to undertake and to complete construction of the Project shall be secured by the LOCAL GOVERNMENT. 14. Upon completion of the work in accord with the Plans, the LOCAL GOVERNMENT shall furnish a set of"as-built"plans certified by the Engineer of Record/CEI that the necessary improvements have been completed in accordance with the Plans as the same may be modified in accord with the terms of this Agreement. This certification shall include a statement that necessary inspections, tests, and physical measurements have been made, and that all materials entering into the work conform to the Plans, conform to the applicable specifications contained in the Standard Specifications for Road and Bridge Construction, 2010 edition as amended, or otherwise conform to or meet generally accepted professional practices. Additionally, the LOCAL GOVERNMENT shall assure that all post construction survey documentation required by Florida Statutes is completed and evidence of such is provided to the DEPARTMENT in a manner acceptable to the DEPARTMENT. Upon acceptance of right-of-way documents, then the Project shall be deemed accepted by the DEPARTMENT. 15. In the event contaminated soil is encountered by the LOCAL GOVERNMENT or anyone within the DEPARTMENT right of way,the LOCAL GOVERNMENT shall immediately cease work and notify the DEPARTMENT. The DEPARTMENT shall coordinate with the appropriate agencies and notify the LOCAL GOVERNMENT of any required action related thereto. 16. It is acknowledged by the parties that construction plans and specifications are still being prepared by the LOCAL GOVERNMENT as of the date of this Agreement. Construction of the Project will not commence until the DEPARTMENT has approved the construction plans and specifications as provided for in Paragraph 1 and all required right-of-way has been properly obtained and certified (if applicable) as such by the DEPARTMENT's Right of Way Manager. 17. If applicable,the LOCAL GOVERNMENT shall assure that load ratings are submitted on any vehicular bridge prior to the final submission of the structure plans for DEPARTMENT review. Structures shall not be opened to traffic until a signed and sealed final bridge load rating that meets the Florida legal loads standard is complete. 1 I 1 Page 3 of 3 (;3eIoid uoisuedx3 uoi;dwoeid Apopd leu6!S : G96 ) lueweeJ6y uoiled!oiped luior :;uauagoelly eco EXHIBIT "E" NOTICE OF COMPLETION JOINT PARTICIPATION AGREEMENT Between THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION And • COLLIER COUNTY PROJECT DESCRIPTION: County Wide State Highway System Signal Priority Preemption Expansion FINANCIAL MANAGEMENT ID#435338-1-58-01 In accordance with the Terms and Conditions of the JOINT PARTICIPATION AGREEMENT, the undersigned hereby provides notification that the work authorized by this Agreement is complete as of ,20 . By: Name: Title: ENGINEER'S CERTIFICATION OF COMPLIANCE In accordance with the Terms and Conditions of the JOINT PARTICIPATION AGREEMENT, the undersigned hereby 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 LOCAL GOVERNMENT shall furnish the DEPARTMENT a set of"as-built"plans certified by the Engineer of Record/CEI. By: ,P.E. SEAL: Name: Date: Page l of 1 1 XI (loafoad uoisuedx3 uoildweeid t(haoiad Mu6AS : 9960 luaweei6V uoiledioi}ied luiop auawyoelIV d to �/� a, (0h_ CL RESOLUTION NO.2016- 5 0 ,;;, ,,0, OS A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS,COLLIER COUNTY 0 FLORIDA,APPROVING,AND AUTHORIZING ITS CHAIRMAN TO EXECUTE A JOINT PARTICIPATION AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PERTAINING TO THE COUNTY WIDE STATE HIGHWAY SYSTEM SIGNAL PRIORITY PREEMPTION EXPANSION PROJECT(FM#435338-1-58- 01). WHEREAS,the Florida Department of Transportation(hereafter,the FDOT)is prepared to commence the County Wide State Highway System Signal Priority Preemption Expansion project(FM#435338-1-58-01) in accordance with its Five Year Work Program(the"Project");and WHEREAS,the implementation of the Project is in the interests of FDOT and the Collier County Board of County Commissioners(the"Board")and it is most practical,expeditious and economical for Collier County to perform the services necessary to complete the Project;and WHEREAS, on March 22.rEN, 2016, the Board approved a Joint Participation Agreement with the Florida Department of Transportation establishing the terms, conditions, funding and implementation of the Project where Collier County would furnish the services required to complete the Project with reimbursement by the State up to the funded amount of$759,125.00;and WHEREAS,the Board fmds that the Agreement should be executed by its Chair and that this action is in the public interest and benefits the citizens of Collier County,Florida.. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA,that: 1. The Board of County Commissioners approves and authorizes its Chair to sign the Joint Participation Agreement with the Florida Department of Transportation pertaining to FM#435338-1-58-01. 2. The Collier County Clerk is directed to forward a certified copy of this Resolution along with the 4 attached Joint Participation Agreement for execution by FDOT. 3. This Resolution shall take effect immediately upon adoption. ' THIS RESOLUTION ADOPTED after motion, second, and majority vote favoring same, this 2z1-44, day of March,2016. • An bST: : .- BOARD OF COUNTY COMMISSIONERS DWIGHT E.rBROC .Clerk ° OF COLLIER OUNTY,FLORIDA .":.! i .," Y. - t , Iiti '\ *':. ., By. Atte 4 lerk Donna iala,Chair signature only.;, Stat Ap roved as to form and legality: County oFlorida of COL1_1E?R.9',t I S,,./," rT" 71-2/44 L.,.. . I HEREBY CERTiF�4 Y�ATsthrs r��a true and S R.Teach, correct copy of a acuritent'on file n Deputy County Attorney BoardMiri'utes land Recprdaof`ColiierCounty tyvaSir .y,h• , acid o)fic se I)his 0 aytj •tJ1i , . DWIGHT E:BROCK <CLERKOF COURTS 1 ITB 16-6661 Signal Preemption Construction Services Agreement for Grant Funded Projects: 06132016 Signal Priority Preemption Expansion Project GRANT FUNDED (JPA) COLLIER COUNTY BID NO. 16-6661 COLLIER COUNTY, FLORIDA Brenda Brilhart, Procurement Strategist Email: brendabrilhart@colliergov.net Telephone: (239) 252 - 8846 FAX: (239) 252 - 6697 Design Professional: Anthony Khawaja, P.E. Collier County Growth Management Department 2 ITB 16-6661 Signal Preemption Construction Services Agreement for Grant Funded Projects: 06132016 TABLE OF CONTENTS PUBLIC NOTICE .......................................................................................................................................... 3 PART B - INSTRUCTIONS TO BIDDERS ................................................................................................... 5 CONSTRUCTION BID ................................................................................................................................ 11 BID SCHEDULE ......................................................................................................................................... 12 MATERIAL MANUFACTURERS ............................................................................................................... 13 LIST OF MAJOR SUBCONTRACTORS .................................................................................................... 14 STATEMENT OF EXPERIENCE OF BIDDER ........................................................................................... 15 TRENCH SAFETY ACT .............................................................................................................................. 16 IMMIGRATION LAW AFFIDAVIT CERTIFICATION ................................................................................. 17 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W – 9 ..................................................................... 18 BID BOND................................................................................................................................................... 22 BIDDERS CHECK LIST ............................................................................................................................. 23 CONSTRUCTION AGREEMENT ............................................................................................................... 24 EXHIBIT A 1: PUBLIC PAYMENT BOND ................................................................................................. 31 EXHIBIT A 2: PUBLIC PERFORMANCE BOND ....................................................................................... 34 EXHIBIT B: INSURANCE REQUIREMENTS ............................................................................................. 37 INSURANCE AND BONDING REQUIREMENTS ...................................................................................... 39 EXHIBIT C: RELEASE AND AFFIDAVIT FORM ....................................................................................... 41 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT ..................................................... 43 EXHIBIT E: CHANGE ORDER ................................................................................................................... 44 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION ............................................................... 45 EXHIBIT G: FINAL PAYMENT CHECKLIST ............................................................................................. 47 EXHIBIT H: GENERAL TERMS AND CONDITIONS ................................................................................ 48 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS ...................................................................... 74 EXHIBIT J: TECHNICAL SPECIFICATIONS ............................................................................................. 75 EXHIBIT K: PERMITS ................................................................................................................................ 76 EXHIBIT L: STANDARD DETAILS ............................................................................................................ 77 EXHIBIT M: PLANS AND SPECIFICATIONS ........................................................................................... 78 EXHIBIT N: CONTRACTOR’S KEY PERSONNEL ASSIGNED TO THE PROJECT ............................... 79 3 ITB 16-6661 Signal Preemption Construction Services Agreement for Grant Funded Projects: 06132016 PUBLIC NOTICE INVITATION TO BID Signal Priority Preemption Expansion Project COUNTY BID NO. 16-6661 Separate sealed bids for the construction of Signal Priority Preemption Expansion Project, addressed to Ms. Allison Kearns, Interim Director, Procurement Services, will be received at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112, until 2:30 P.M. LOCAL TIME, on the 26th day of July 2016, at which time all bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. The anticipated project budget is: $760,000. A non-mandatory pre-bid conference shall be held at the Procurement Services Division, Conference Room A, at 3:30 p.m. LOCAL TIME on the 8th day of July, 2016, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, Signal Priority Preemption Expansion Project, Bid No. 16-6661 and Bid Date of July 26, 2016. No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Procurement Services Division website may not be accurate or current. Each bid shall be accompanied by a certified or cashier’s check or a Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. In order to be considered for award, the Bidder must be a FDOT Prequalified Contractor in the following work class: Specialty Class -- Traffic Signals. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance 4 ITB 16-6661 Signal Preemption Construction Services Agreement for Grant Funded Projects: 06132016 company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within five hundred fifteen (515) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 27th day of June, 2016. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Allison Kearns Interim Director, Procurement Services Division 5 ITB 16-6661 Signal Preemption Construction Services Agreement for Grant Funded Projects: 06132016 PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner’s discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner’s discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 11 – 23 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier’s check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to 6 ITB 16-6661 Signal Preemption Construction Services Agreement for Grant Funded Projects: 06132016 herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the 120 day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than 120 days from opening, unless otherwise agreed by the Procurement Director and the Successful Bidder. 3.2 The Successful Bidder shall execute five (5) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. 4.2 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 4.3 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 4.4 If Bidder is an individual, his or her signature shall be inscribed. 4.5 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 4.6 All Bids shall have names typed or printed below all signatures. 4.7 All Bids shall state the Bidder's contractor license number. 4.8 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 5. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the 7 ITB 16-6661 Signal Preemption Construction Services Agreement for Grant Funded Projects: 06132016 opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 6. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 7. Interpretation of Contract Documents 7.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Procurement Services Division, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be sent by mail or fax to all known Bidders at their respective addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 7.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid that it has received all addenda issued and it shall acknowledge same in its Bid. 7.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre-Bid Conference is non-mandatory Section 8. Examination of Site and Contract Documents 8.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 8.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. 8 ITB 16-6661 Signal Preemption Construction Services Agreement for Grant Funded Projects: 06132016 Section 9. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 10. Bid Quantities 10.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re-negotiate any unit price(s) where the actual quantity varies by more than 25% from the estimate at the time of bid. 10.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. Section 11. Award of Contract 11.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with Owner’s then current Procurement Ordinance and policies. 11.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Procurement professional of the Owner’s Procurement Services Division or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 11.3 Award recommendations will be posted outside the offices of the Procurement Services Division generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner’s then current Procurement Ordinance and policies. A copy of the Procurement Ordinance and policies is available at http://www.colliergov.net/Index.aspx?page=762. 9 ITB 16-6661 Signal Preemption Construction Services Agreement for Grant Funded Projects: 06132016 11.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 11.4 Certificate of Authority to Conduct Business in the State of Florida (FL Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. Section 12. Sales Tax 12.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner’s policies and procedures. Section 13. Exclusion of County Permits in Bid Prices 13.1 To ensure compliance with Section 218.80, F.S., otherwise known as “The Public Bid Disclosure Act”, Collier County will pay the Contractor for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. Owner will not be obligated to pay for any permits obtained by Subcontractors. 13.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 14. Use of Subcontractors 14.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be “qualified” as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor’s disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are “qualified.” 14.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not “qualified” or who do not meet the legal requirements applicable to and necessitated by this Agreement. 14.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de-certified for bidding purposes 10 ITB 16-6661 Signal Preemption Construction Services Agreement for Grant Funded Projects: 06132016 by any public contracting entity, or who has exhibited an inability to perform through any other means. 14.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidders shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner’s review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner’s prior written approval. Section 15. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Section 16. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor’s response, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. Section 17. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies 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 s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.” PM: Randy Ensell PS: Brenda Brilhart ITB 16-6661 Signal Priority Preemption Expansion Project Notices: 2,488 Pkgs Downloaded: 40 Bids: 3 PAY ITEM DESCRIPTION UNIT QTY UNIT COST TOTAL 1 102-2 Maintenance of Traffic (MOT)LS 1 75,000.00$ 75,000.00$ 2 630-2-12 Conduit (Directional Bore)LF 4000 25.00$ 100,000.00$ 3 635-2-11 Pull Box (F&I)EA 80 900.00$ 72,000.00$ 4 663-1-110 Signal Preemption, F&I, Optical, Complete System EA 49 10,375.00$ 508,375.00$ 5 663-1-500 Signal Preemption (Adjust/Modify)EA 14 4,775.00$ 66,850.00$ TOTAL BASE BID 822,225.00$ Reduced the projects of 10 intersections 86,950.00$ Award Amount (see attached schedule of values)735,275.00$ Bid Forms: FDOT Prequalification - Traffic Signals Y Material Manufacturers Y Subcontractors Y Statement of Experience Y Trench Safety Y Immigration Affidavit / MOU or Profile Page Y / Y W-9 Y Bid Bond Y Granting Agency Forms: Debarment / Suspension Y General Grant Clauses Y Brenda Brilhart, Procurement Strategist 7/26/2016 Camille, Shim-Marinos, Witness Traffic Control Devices, Inc. Altamonte Springs