Loading...
Backup Documents 11/14/2017 Item #16A14 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO A 1 /, THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNAT I•} Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routingzlines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office SRT 11/14/17 4. BCC Office Board of County Commissioners ,iU/ —l-. 5. Minutes and Records Clerk of Court's Office 1/_)L1 l( (iV 3,5l7 PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Marlene Messam/Traffy Operations Contact Information 239-252-5773 Contact/ Department Agenda Date Item was November 14,2017 VI Agenda Item Number 16A14 Approved by the BCC Type of Document Amendment No. 1 to a Joint Participation Number of Original 1 Original Resolutio ti Attached Agreement(JPA)between the State of Florida, Documents Attached 2 Agreement Department of Transportation(FDOT)and Amendments VVV Collier County,for the construction phase and $15,000 for the Construction Engineering and Inspection(CEI)phase PO number or account N/A number if document is to be recorded INSTRUCTION & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signatu ORIGINAL SRT 2. Does the document need to be sent to another agency for a itipnal signatures If yes, SRT provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be SRT signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's SRT Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the SRT document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's SRT signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 11/14/2017 and all changes made during SRT the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for the a0g Chairman's signature. **See attached email for contact information of recipient of Agreement and • cation** 1 6 A 1 4 HayesJessica From: MessamMarlene Sent: Tuesday, November 14. 2O171O:48A[W To: HayesJessica Co: TeachScott; NeetVirginia Subject: RE: RLS Amendment No. 1 - JPA Agreement FM#435338-1-58/68-01 Expires: Gundoy, May 13, 2018 12:00 AM Jessica, Please see the email below from Jim Martin at FDOT with instructions as well as his contact information.Thanks. From: Martin,Jim Sent: Friday, August 25, 2017 10:12 AM To: Marlene Messam <MarleneMessam@colliergov.net> Cc 'Khavvaja4nthnny' <AnthonyKhavvaia@co||ieqqov.net>; ']ayAhmod@co||iergov.net' x]ayAhmad@coUierAov.net>; 'Kimber|yLinQar@coUiergov.net' <KimbedyLingar@cu||iorgov.net>; 'A||isnnKearns@coUiergov.net' <A||isonKea/ns4Dco||ierAov.net>; 'RookminNouth@coUierQov.net' <KnnkminNauth@co||iergov.net> Subject:435338-1 Supplemental Agreement Draft AttachedistheDRAFTJointParticipahonAg/eement (]PA) Supp|omenta| Number1, indudin8exhibits, fortheabove- referenced project. We are asking that you and the County's attorney review the draft supplement and exhibits. Once reviewed by you and your legal department, please return to me any additional changes that are deemed necessary. If no changes are necessary, return two partially executed agreements to my attention along with one original or certified resolution rendering, with an original seal and _ the . � — clerk, auth~orizingthe Chairman 0rdesignee toenter into and execute agreements and other applicable documents pertaining to this agreement. Please call me if you have any questions. Jim Martin, CPM, FCCM Local Program Coordinator Mon Fri 7:30a4:OOp Florida Department of Transportation Dl Office Program Management FDOT801m. Broadway Ave, m151'1Z, Bartow, rL 33830 ~-- ' -x VC 863'519'2665 reikoOTmet88l'%a55 1iim.mardn@dot.uate.O.us •�Fax: (D63) 53u'7179 Rcy/ec//v8c Marlene - Coir ty of Collier 16A14 CLERK OF THE,CIR UIT COURT Dwight E. Brock COLLIER COU11gY COI RTHOUSE Clerk of Courts Clerk of Courts 3315 TAMIAMI TRL E STE 102\ P.O. BOX 413044 Accountant NAPLES,FLORIDA r NAPLES,FLORIDA Auditor 34112-5324 _I. 34101-3044 Custodian of County Funds November 20, 2017 Jim Martin, CPM, FCCM Florida Department of Transportation D1 Office Program Management 801 N. Broadway Ave, MS 1-12 Bartow, FL 33830 Re: Resolution 2017-209: Authorizing Amendment No. 1 to a Joint Participation Agreement (JPA) between the State of Florida Department of Transportation (FDOT) and Collier County for the Countywide State Highway System Signal Priority Preemption Expansion (Project FM #435338-1-58/68-01) Mr. Martin, Attached for further processing is a certified Resolution and two original copies of the agreement amendment referenced above, adopted/approved by the Collier County Board of County Commissioners on November 14, 2017. If your office requires further information, please feel free to contact me at 239-252-8406. Thank you, DWIGHT E. BROCK, CLERK Ann Jennejohn, Deputy Clerk Attachment Phone- (239) 252-2646 Fax- (239) 252-2755 Website- www.CollierClerk.com Email- CollierClerk@collierclerk.com fedex.com 1.800.GoFedEx 1.800.463.3339 N t1 1i F 0 EL, _ • c W r. 1. N .-•g �' N o S € 9•• • C 1 °+Jn VD r €. � . • J n ...I a .. .. ,;',1 gtD 0 •41 7C H • F4,,"' I u t1 r 12 I< i 1 rt- 0 • V1 L 1 i, g •..30 C.) - '' o 9 ❑ ❑ ie, LT1 11 ti a- 1 Ln iII£I I' Ggpg u r ❑ 11 c" E l ‘" .� ❑ n� p r '3n n — e3 y�, riokii n g ill g 3 i:Ao o tD zm K' C m ▪ 8 _. = gy €§m im m m oR 3 m im x ru 12 • 21" rI V f i $g i. ; m' f I ii a ale ❑ ❑ ❑ i Igo i 3 ❑ 1m a ? Eim Fg i R ❑ f 1 P W ; < D II A 1. 3 m ❑I F= a i 1 11- 1 m g , g g{a, fi' ;.ea, w c n W •T� o� e. y m�i ill �p a— ❑ O $y E $ i M m.iri 3 I_ 03033N N90Od ON 39VX9Vd OH/01 9NIXIiiV 31iOi38 Ad00 SIN/NIV139 ONV 11fl 1 6 A 1 4 RESOLUTION 2017- 2 0 9 A RESOLUTION BY THE BOARD OF COUNTY COMMISIONERS OF COLLIER COUNTY, FLORIDA APPROVING, AND AUTHORIZING ITS CHAIR TO EXECUTE AMENDMENT NUMBER 1 TO A JOINT PARTICIPATION AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ("FDOT") CONCERNING THE COUNTYWIDE STATE HIGHWAY SYSTEM SIGNAL PRIORITY PREEMPTION EXPANSION PROJECT,FM#435338-1-58/68-01. WHEREAS, the FDOT and the Collier County Board of County Commissioners (the "Board") executed the above-referenced Joint Participation Agreement ("JPA") on April 8, 2016, to provide reimbursement to the County for contract administration, management services, construction engineering services and quality acceptance reviews of all work associated with the Countywide State Highway System Signal Priority Preemption Expansion Project(FM#435338-1-58/68-01); and WHEREAS, the WA provided for a lump sum reimbursement amount and did not itemize the reimbursable expenses into the construction and the CEI Phases of the project, so that the County could clearly submit and recover its expenses for CEI services; and WHERAS, the total reimbursable contract amount under the JPA remains unchanged and this amendment is only necessary to allow for the administrative request for reimbursement; and WHEREAS, FDOT requires the Board to provide a resolution memorializing and confirming the Board's affirmative vote to approve this Amendment to the JPA and authorize its Chair to execute the Amendment. 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 First Amendment to the JPA pertaining to FM#435338-1-58/68-01. 2. The Collier County Clerk is directed to forward a certified copy of this Resolution along with the Amendment for execution by FDOT. 3. This Resolution shall take effect immediately upon adoption. 1 1 6 A 1 4 THIS RESOLUITON ADOPTED after motion, second and majority vote this 24th day of ectober 2017. ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E.B ROCK;.CLERK COLLIER COUNTY, FLORIDA By (It-IA./ILI. By ` "' PENNY TAY R,C Attest as t�D,�,". k /i signature Approved as to form ality. coil R. eac , Deputy County Attorney Item# 1LPA►t-1 Agenda 1 I�t�._� Date J1,�.L-.k- Date Rec'd 2 view 1. 1 6 A 1 4 FM#435338-1-58/68-01 JOINT PROJECT AGREEMENT AMENDMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND COLLIER COUNTY CHAIRMAN OR DESIGNEE As of COLLIER COUNTY,FLORIDA When signed by Collier County and the State of Florida, Department of Transportation in the places provided below, the following shall constitute the First Amendment (the "1st Amendment")to the JOINT PROJECT AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND COLLIER COUNTY (hereinafter, "AGREEMENT"). The original. AGREEMENT was executed on April 8,2016.Execution of this l" Amendment provides: A. All expressions used herein, unless herein separately defined, shall have the same meaning herein as in the Agreement. B. Except as expressly or by necessary implication modified hereby,all provisions of the AGREEMENT shall remain in full force and effect in accordance with their terms but in the event of any inconsistency(ies) between the provisions of the AGREEMENT and the provisions of the Amendment,the latter shall prevail. C. Exhibit"A"Scope of Services of the AGREEMENT is replaced in its entirety by the attached revised Exhibit "A". The revision in this exhibit defines the project funding to include the identification of 5744,125 (Seven Hundred Forty Four Thousand One Hundred Twenty Five Dollars) for the construction phase, and $15,000 (Fifteen Thousand Dollars) for the construction engineering inspection (CEI) phase. The total of these two phases is equal to the amount of the AGREEMENT, with no increase or decrease to the total funding. (attached and incorporated by reference) D. Exhibit "B" Estimated Schedule of Funding of the AGREEMENT is replaced in its entirety by the attached revised Exhibit "B". The revision in this exhibits defines the funding amount of the project phases as noted in the revised Exhibit"A".(attached and incorporated by reference) II Rest of this page intentionally left blank. 16A14 FM#435338-1-58/68-01 1st AMENDMENT TO JPA:COLLIER COUNTY Page 2 of 2 This I st Amendment shall become effective on: Department to enter date. ACKNOWLEDGED AND AGREED TO: COLLIER COUNTY,FLORIDA ATTEST: ATTES'PWIGHT E.BROCK CLERK( CLE' , Attest iftoi . } (Seal) CHAIRMAN O ESIG E signature Only. \ DATE PRINT NAME DATE CO LER OUNTY R. L VIEW: BY: �}} DATE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ATTEST BY: EXECUTIVE SECRETARY (SEAL) DISTRICT SECRETARY OR DESIGNEE DISTRICT ONE PRINT NAME DATE PRINT NAME DATE t I.�4,� FDOT LEGAL REVIEW: i1�f BY: DATE 1 6 A 1 4 FM#435338-1-58/68-01 1st AMENDMENT TO JPA: COLLIER COUNTY Collier County 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, 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 $744,125.00. The County will also provide the construction engineering inspection services for an amount not to exceed $15,000. The services performed shall be in accordance with all applicable Florida Department of Transportation 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 GTT 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. • 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. 1of41 PPap 1 6 A 1 4 FM#435338-1-58/68-01 1st AMENDMENT TO JPA: COLLIER COUNTY Collier County • The confirmation beacon shall consist of a PAR 38 white LED flood lamp (90 watt equivalent) for each direction of traffic. • 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 chloride jacketed sinal 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 I 3 10 I Collier Blvd I Mainsail Dr(Marco Airport) TS 3 2of4� ' t; fy 1 6 A 1 4 FM#435338-1-58/68-01 1st AMENDMENT TO JPA: COLLIER COUNTY Collier County 11 Collier Blvd Manatee Rd TS 3 - 1--12 Collier Blvd Walmart S of US 41 _-- TS 3 13 Davis Blvd Airport Pulling Rd TS 4 14 Davis Blvd County Barn Rd TS 3 15 + —Davis Blvd Kings Way TS 4 16 ! Davis Blvd Lakewood Blvd TS 4 17 1 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 1-75 E&W TS 6 24 US 41 (Tamiami Trail N) 91st Ave/Strada PI TS 4 25 US 41 (Tamiami Trail N) 1 Immokalee Rd TS 4 26 i US 41 (Tamiami Trail N) i 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) I Pelican Marsh Dr/99th Ave N TS 4 31 US 41 (Tamiami Trail N) I Pine Ridge Rd TS 4 32 US 41 (Tamiami Trail N) 1 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 (Tamiami 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 TSI 4 i. 52 US 41 (Tamiami Trail N) 1 5th Ave S 1 TS 1 4 3of41Pap 16A14 FM#435338-1-58/68-01 1st AMENDMENT TO JPA: COLLIER COUNTY Collier County 53 US 41 (Tamiami Trail N) 7th Ave N TS i 4 54 US 41 (Tamiami Trail N) Central Ave TS 55 US 41 (Tamiami Trail N) Fleischman Blvd/Orchid Dr TS 4 56 US 41 (Tamiami Trail N) Golden Gate Pkwy TS 4 57 US 41 (Tamiami Trail N) Granada Blvd/Neopolitan Way TS 4 58 US 41 (Tamiami Trail N) Harbour Dr TS 3 59 US 41 (Tamiami 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 (Tamiami Trail N) Shady Rest Ln/Old Trail Dr TS 4 64 US 41 (Tamiami Trail S) 10th St S TS 4 65 US 41 (Tamiami Trail S) Davis Blvd/Sandpiper St TS 4 66 US 41 (Tamiami Trail S) Goodlette Frank Rd TS 4 67 US 41 (Tamiami Trail S) River Point Dr TS 4 Traffic Signal TS School Signal SCH 4of4I 1 6 A 1 4; FM#435338-1-58/68-01 1st AMENDMENT TO JPA: COLLIER COUNTY Collier County EXHIBIT "B" ESTIMATED SCHEDULE OF FUNDING Financial Management Number: 435338-1-58/68-01 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) for actual cost incurred on this Project, excluding Collier County's overhead. Including: Fiscal Year 1 Phase 2015/2016 2017/2018 Construction $684,125 $60,000 CEI $15,000 Total $699,125 $60,000 Rest of this page intentionally left blank. l of l I P; ,; e 16A14 Nateximat Financial Management No.:435338-1-$8/68.01 Fund:DUR Function: 21$ FLAIR Approp:088717 Agency:Collier County FLAIR OW.: 134000 Contract No: A 3 1 Lis Contract Amount:5759,125 Org.Code: 55014010106 Vendor No.:F59.6000558102 JOINT PARTICIPATION AGREEMENT BETWEEN THE STATE OF FLORIDA DEPART11IENT OF TRANSPORTATION AND COLLIER COUNTY This Agreement, made and entered into this " day of /`-,, ; ( , 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. 2.0\t,, - C,c> ,dated the day of - c-N—. 72. , 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 Hi itv System Signal Priority Preenution Expansion", in Fiscal Year 2015-2016, said Project being known as I'M #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, and economical 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 0 1 6 A 1 4 FM#435338-1-58/68-01 Collier County Page 2ofil 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 he 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 sial priority preemption system complete with confirmation lights at as many of the sixty-seven (47)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 ot'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. 1 6 A 1 4 FM#435338-1-58/68-01 Collier County Page 3 of 11 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 reimbursemen4. 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"0", 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 1 6 A 1 4 FM#43533 8-1-58/68-01 Collier County Page 4 of 11 Engineers Certification of Compliance, signed and scaled 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 frilly in Exhibit A--Scope of Services. (Section 287.058(1)(d)and(e),F.S.) C. Invoices shall he 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)(4), 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 he 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 he 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 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 16A14 FM#43533 8-1-58/68-01 Collier County Page 5 of 11 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)(10, ES.) 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.I.) 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), F.S.) if a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), F.S., will he due and payable,in addition to the invoice amount,to the LOCAL GOVERNMENT. Interest penalties of less than one(1) dollar will not he 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 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), F.S.) 1 6 A 1 4 FM X43 5338-1-58/68-01 Collier County Page 6ofII 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 he 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), P.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 I year, the provisions of Section 339.135(6)(a),F.S.,arc 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 he rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall he 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 I 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: I. 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 4 16A14 FM*435338.1-58/68-01 Collier County Page 7 of Il employment eligibility of all new employees hired by the subcontractor during the contract term. (Executive Order Number 2011-02) 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 A. The LOCAL GOVERNMENT 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 LOCAL GOVERNMENT in conjunction with this Agreement. Failure by the LOCAL GOVERNMENT to grant such public access shall be grounds for immediate unilateral 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 performance of work under this Contract. C. No funds received pursuant to this Agreement may be expended for lobbying the Legislature,the judicial branch,or a state agency. D. The LOCAL GOVERNMENT and the DEPARTMENT agree that the LOCAL GOVERNMENT, its employees, and subcontractors are not agents of the DEPARTMENT as a result of this Contract. 5. TERMINATION AND DEFAULT A. This Agreement may be cancelled by the DEPARTMENT in whole or in part at any time the interest of the DEPARTMENT requires such tennination. 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. B. If the DEPARTMENT determines that the performance of the LOCAL GOVERNMENT is not satisfactory, the DEPARTMENT shall have the option of(a) immediately terminating the Agreement, or(b) notifying the LOCAL GOVERNMENT of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Agreement will ate, 1 6 A 1 4 FM#435338-1-58/68-01 Collier County Page Sof ll 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 16A14 FM#435338.1-58/68-01 Collier County Page 9 of 11 terms or conditions contained herein shall be effective unless contained in a written document 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 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 he 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 he 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 arc 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. il. 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 hid 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, 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 OYD 1 6 A 1 4 FM/4135338-1-58/68-01 Collier County Page 10 of 11 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. I. All notices required pursuant to the terms hereof shall be sent by First Class United States Mail. Unless prior written notification of an alternate address for notices is sent, all notices shall be sent to the following addresses: Florida Department of Transportation Collier County Jim Mallin 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. l6AiLj FM#435338-1.58/68-01 Collier County Page 11 of I l 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: epannium iu cntu dote COLLIER COUNTY, FLORIDA ATTE T , 4 t_ , e'9'1-11-4/ c r E• (SEAL) CHAIR, AN OR DESIGNEE Attest as toaii;_; BOARD OF COUNTY COMMISSIONERS ,ignattire only (S 11 �4�—_-_ �, � \ \c , DATE PRINT NAME DATE ,rNr— COUNTY LEGAL REVIE, : DATE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION A TEST 1 BY: f t 'f,r EXECUTIVE S .CRETARY (SEAL) DISTRICT SECRETARY OR DESIGNEE 1 ,/ DISTRICT ONE iltif INT NAM DATE PRINT NAME DATE FLA. DEPT. OF TRANS. LEGAL it." ) AVAILABILITY OF FUNDS APPROVAL: t/1-J/ REVIEW: B DATE DATE 1 6 A 1 4 FM#435338-1-58/68-01 Collier County 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 arc 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 CO 70 P engineering inspection services and quality acceptance reviews of all work associated with the c-a acquisition and installation of the associated improvements at as many of the sixty-seven (67) a intersection locations as possible up to the funded amount of $759,125.00. The services `s performed shall he in accordance with all applicable Florida Department of Transportation manuals,guidelines and specifications. Each approach to the sixty-seven (67) signalized intersections referenced below shall he provided with emergency vehicle preemption. The installations shall be compatible with the existing C'ollier 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. • Emergency vehicle preemption detector cables shall be continuous from the controller assembly to the preemption detector • Each vehicle approach shall he 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 tragic. 1of41Page 1 6 A 14 __ • FM#435338-1-58/68-01 Collier County • 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 aims, or posts shall require rubber grommets to prevent chafing of wires. • Use either polyethylene insulated, polyvinyl chloride jacketed 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 I-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 SOH 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 I.75 STS _ 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 2of41Page 16A14 FMU435338-1-58/68.01 Collier County 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 (Tamlami Trail N) Imperial Golf Course Blvd TS 3 27 US 41 (Tamlami 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 (Tamlami Trail N) Pelican Marsh Dr/99th Ave N TS 4 31 US 41 (Tamlami Trail N) Pine Ridge Rd w 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 w – 4 35 US 41 (Tamiami Trail S) B ra efoot Williams Rd TS 2 36 US 41 (Tamiami 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 (Tamlami Trail S) Commercial Dr/Palm St TS 4 40 US 41 (Tamlami Trail S) Espinal Blvd(Courthouse Shadows) r TS 4 41 US 41 (Tamiami Trail S) Guilford RdTS 4 42 US 41 (Tamiami Trail S) Lakewood Blvd TS 4 43 US 41 (Tamiami Trail S) Manatee Rd i SCH 3 44 US 41 (Tamiami Trail S) Palm Dr TS 4 45 US 41 (Tamiami Trail S) Price SUTriangle Blvd TS 4 46 US 41 (Tamiami Trail S) Rattlesnake Hammock Rd I TS _ 4 47 US 41 (Tamlami Trail S) St Andrews Blvd TS 4 48 US 41 (Tamiami Trail N) 10th St S TS 4 i- — TS 3 49 US 41 (Tamiami Trail N) 26th Ave N . 50 US 41 (Tamiami Trail N) 3rd Ave S TS 4 51 US 41 (Tamlami Trail N) 4th Ave N 1 TS 4 52 ~ US 41 (Tamiami Trail N) _ 5th Ave S TS _ 4 _ 53 US 41 (Tamiami Trail N) 7th Ave N TS 4 4 54 US 41 (Tamlami Trail N) Central Ave TS —7i— _ 55 US 41 (Tamiami Trail N) Fleischman Blvd/Orchid Dr , TS 4 56 6 US 41 (Tamlami Trail N) Golden Gate Pkwy TS — 4 3of4) Page 0 16A14 FM#435338-1-58/68-01 Collier County 57 US 41 (Tamiami Trail N) Granada Blvd/Neopolitan Way TS 4 58 US 41 (Tamlami Trail N) Harbour Dr TS 3 59 US 41 (Tamlami Trail N) Moorings Line Dr TS 4 60 US 41 (Tamiaml Trail N) Morningside Dr TS 4 61 US 41 (Tamiami Trail N) Ohlo Dr/Anchor Rd Dr TS 4 62 US 41 (Tamiaml Trail N) _Park Shore Dr TS 4 63 US 41 (Tamlami Trail N) _ Shady Rest Ln/Old Trail Dr T5 4 64 US 41 (Tamlami Trail S) 10th St S TS 4 65 US 41 (Tamlami Trail S) Davis Blvd/Sandpiper St TS 4 66 US 41 (Tamlami Trail S) Goodlette Frank Rd TS 4 67 US 41 (Tamiaml Trail 5) River Point Dr TS 4 Traffic Signal TS School Signal SCH 4ot4I Page 0 1 6 A 1 4 EXHIBIT "B" 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 5759,125.00 (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. 1ofIIPage 16A14 EXHIBIT "C" 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 1of1IPage 16A14 EXHIBIT"D" TERMS & CONDITIONS OF CONSTRUCTION 1. 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 he 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 us 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 perforans 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 the conflict cannot be resolved. Said utility work shall he 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 wanting 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 1 of 3 1 6 A 1 4 6. The DEPARTMENT shall appoint and authorize a single individual to serve us 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 337.1 8,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 CEI 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 arca 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 Page 2 of 3 1 6 A 1 4 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. 10, 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 I and all required right-of-way has been properly obtained and certified(if applicable)as such by the DFPART'MENT'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 scaled final bridge load rating that meets the Florida legal loads standard is complete. Page 3 of 3 0 16A14 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#435338-1-58-0I 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 Tenns 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 lofI 1 6Al ' RESOLUTION NO.2016- 50 A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS,COLLIER COUNTY 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 7.2r-ra, 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 finds 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: I. 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 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 day of March,2016. ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCK,Clerk OF COLLIER OUNTY,FLORIDA By: l.: .'. /C. f By: kala, d1- .tom Attest thi �tcrk Donna l�lata,Chair signature only.. State of Florida • • Apiroved as to form and legality: County of COLLIER • I HEREBY CERTIFY THAT this is a We and I 4" S•.' of a document on file R. each, correct copy Board Minutes and Records of Collier Count �J y Deputy County Attorney r my h �d and o�iiat seal this ,r-� ay of. ��Wi •'6 L(.0 � DWIGHT E. :ROCK,CLERK OF COURTS 11 ' ,� ..C, 16A14 FDC:31 Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,Fl, 32399-0450 SECRETARY April 8, 2016 Collier County Traffic Operations Department Anthony Khawaja,Chief Engineer 2885 Horseshoe Drive South Naples, Florida 34104 RE: NOTICE TO PROCEED—CONSTRUCTION and CEI BID PHASE FM#: 435338-1-58/68-01 Agency: Collier County Contract#: AS 145 Description: County Wide State Highway System Signal Priority Preemption Expansion Dear Mr.Khawaja: In accordance with the Joint Project Agreement (JPA), executed on April 8, 2016 between the Department and Collier County for services of the above referenced project, you are hereby authorized to proceed with advertising the construction and CEI phase of this project. Services are to begin on or after April 11,2016 and to be completed on or before December 31,2018. Collier County shall advertise this project after receiving this NTP. If the County is not able to meet the scheduled advertisement, the District Local Program Coordinator should be notified as soon as possible. Please forward the Bid Tabs and Documentation supporting the recommendation of a construction firm and CEI firm to the Department for review and concurrence prior to awarding the project. Once documents are reviewed and approved by the Department, the County will be notified and the contracts can be awarded and executed. A copy of your Notice to Proceed for Construction Services and CEI Services must be submitted to the Department along with the entire executed consultant contracts. The County will need to send an invitation for the kick-off meeting to Rick Arico and Charles R. Reed. Lastly, the County will send written correspondence to my attention of the commencement and completion of the phase. Please be mindful that the County shall be obligated to submit an invoice to the Department for the percentage of work that is complete for this project no less frequently than on a quarterly basis from the date of this NTP. Upon completion of the project phase, the Department will have forty-five (45) working days after receipt of the invoice to review, inspect and approve the project phase for payment. If I can be of further assistance, please contact me at (863) 519-2665 or Rick Arico at (239) 225- 1973. www.dot.state.fl.us 16414 Sincerely, Jim B. Martin Local Program Coordinator Program Management Office I District One Florida Department of Transportation 801 North Broadway Avenue Bartow, Florida 33830 Phone: (863) 519-26651 Fax: (863) 534-7179 Email:jim.martin,'iNot.state.fl.us Cc: File Lisa R. Brinson, Local Program Administrator Rick Arico, Senior Roadway Engineer Charles R. Reed If, LAP Construction Project Manager X1)3‘ C jeY" ‘01k< ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP p� TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 16 A 1 4THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney,Office SRT 12/14/17 4. BCC Office Board of County Commissioners 5. Minutes and Records Clerk of Court's Office 1 ii- 3; (�a't PRIMARY CONTACT INFORMATION r Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Marlene Messam,Transportation Contact Information 239-252-5773 Contact/ Department Agenda Date Item was November 14,2017 Agenda Item Number 16A14 Approved by the BCC Type of Document Amendment No. 1 to a Joint Number of Original 1 Attached Participation Agreement(JPA)between the Documents Attached State of Florida, Department of Transportation(FDOT)and Collier County, PO number or account 101-163630-649030 number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature ORIGINAL SRT 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be SRT signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's SRT Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the SRT document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's SRT signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 11/14/2017 and all changes made during SRT the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. 16 A14 MEMORANDUM Date: December 21, 2017 To: Marlene Messam, Sr. Project Manager Trans/ECM From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Recorded Amendment to JPA w/FDOT — FM #435338-1- 58/68-01 Attached please find one (1) copy of the document as referenced above (Agenda Item #16A14), as referenced above and approved by the Board of County Commissioners on Tuesday, November 14, 2017. If you should have any questions, please call me at 252-8411. Thank you. Attachment (1) INSTR 5484567 OR 5459 PG 238 1 6 A 1 4 RECORDED 12/18/2017 10:07 AM PAGES 34 DWIGHT E. BROCK, CLERK OF THE CIRCUIT COURT COLLIER COUNTY FLORIDA REC$290.50 FM #435338-1-58/68-01 JOINT PROJECT AGREEMENT AMENDMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND COLLIER COUNTY CHAIRMAN OR DESIGNEE As of ' I COLLIER COUNTY,FLORIDA When signed by Collier County and the State of Florida, Department of Transportation in the places provided below, the following shall constitute the First Amendment (the "1st Amendment")to the JOINT PROJECT AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND COLLIER COUNTY (hereinafter, "AGREEMENT"). The original AGREEMENT was executed on April 8,2016. Execution of this 1" Amendment provides: A. All expressions used herein, unless herein separately defined, shall have the same meaning herein as in the Agreement. B. Except as expressly or by necessary implication modified hereby,all provisions of the AGREEMENT shall remain in full force and effect in accordance with their terms but in the event of any inconsistency(ies) between the provisions of the AGREEMENT and the provisions of the Amendment,the latter shall prevail. C. Exhibit"A"Scope of Services of the AGREEMENT is replaced in its entirety by the attached revised Exhibit "A". The revision in this exhibit defines the project funding to include the identification of $744,125 (Seven Hundred Forty Four Thousand One Hundred Twenty Five Dollars) for the construction phase, and $15,000 (Fifteen Thousand Dollars) for the construction engineering inspection (CEI) phase. The total of these two phases is equal to the amount of the AGREEMENT, with no increase or decrease to the total funding. (attached and incorporated by reference) D. Exhibit "B" Estimated Schedule of Funding of the AGREEMENT is replaced in its entirety by the attached revised Exhibit "B". The revision in this exhibits defines the funding amount of the project phases as noted in the revised Exhibit"A". (attached and incorporated by reference) Rest of this page intentionally left blank. ice ;.' 16A14 FM#435338-1-58/68-01 1st AMENDMENT TO JPA: COLLIER COUNTY Page 2 of 2 This 1st Amendment shall become effective on: \ -5,S n Department to enterdate. ACKNOWLEDGED AND AGREED TO: . „ COLLIER COUNTY, FLORIDA 'ATTER __FWaI ( Csik 1 4 4 4 , • ,•• 1 - CLE+.. }Ap • ,A �'° ".e/ A ` eat) p]�� CHAIRMAN 011 DESII E sign. rutin y. DATE PRINT NAME i DATE C LIER OUNTY I . 'AL_ EVIEW: BY: 11 • 09-- DATE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ,,,•-0-`'A TEST L;` y .. , I �,, �GU y 4TSECESJGNEE /viir________ l A�, T ONE r fc ii ea nTS ii Q07 c,t,,,\ M . J2U<( ///4 0/I `P;J P i Nbmr, DATE PRINT NAME DAT- 17 lJA f '1LQTLE 1L REVIEW: i) By l.� r. I1/I L�2 / DATE APPROVED AS TO FORM AND LEGALITY DON CONWAY, SENIOR ATTORN Y FOOT 16A14 FM#435338-1-58/68-01 1st AMENDMENT TO JPA: COLLIER COUNTY Collier County 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, 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 $744,125.00. The County will also provide the construction engineering inspection services for an amount not to exceed $15,000. The services performed shall be in accordance with all applicable Florida Department of Transportation 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 GTT 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. • 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. 1of41 Page ��M 1 6 A 1 4 FM#435338-1-58/68-01 I st AMENDMENT TO JPA: COLLIER COUNTY Collier County • The confirmation beacon shall consist of a PAR 38 white LED flood lamp (90 watt equivalent) for each direction of traffic. • 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 chloride jacketed 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 2of4I Page 1 6 A 1 4 FM#435338-1-58/68-01 1st AMENDMENT TO JPA: COLLIER COUNTY Collier County 1 11 Collier Blvd Manatee Rd TS 3 1 12 Collier Blvd Walmart S of US 41 TS 3 13 Davis Blvd Airport Pulling Rd TS 4 14 Davis Blvd _ County Barn Rd TS 3 15 _Davis Blvd Kings Way TS 4 16 Davis Blvd Lakewood Blvd TS 4 17 1 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 I-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) lmmokalee 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 (Tamiami 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 3 of 41 Page: FfF"y 9tt tF 16A14 FM#435338-1-58/68-01 1st AMENDMENT TO JPA: COLLIER COUNTY Collier County 53 US 41 (Tamiami Trail N) 7th Ave N TS 4 54 US 41 (Tamiami Trail N) Central Ave TS 4 55 US 41 (Tamiami Trail N) Fleischman Blvd/Orchid Dr TS 4 56 US 41 (Tamiami Trail N) Golden Gate Pkwy TS 4 57 US 41 (Tamiami Trail N) Granada Blvd/Neopolitan Way TS 4 58 US 41 (Tamiami Trail N) Harbour Dr TS 3 59 US 41 (Tamiami 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 (Tamiami Trail N) Shady Rest Ln/Old Trail Dr TS 4 64 US 41 (Tamiami Trail S) 10th St S TS 4 65 US 41 (Tamiami Trail S) Davis Blvd/Sandpiper St TS 4 66 US 41 (Tamiami Trail S) Goodlette Frank Rd TS 4 67 US 41 (Tamiami Trail S) River Point Dr TS 4 Traffic Signal TS School Signal SCH 4of41 Page 16 A14 FM:#435338-1-58/68-01 1st AMENDMENT TO JPA: COLLIER COUNTY Collier County EXHIBIT "B" ESTIMATED SCHEDULE OF FUNDING Financial Management Number: 435338-1-58/68-01 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) for actual cost incurred on this Project, excluding Collier County's overhead. Including: Fiscal Year Phase 2015/2016 2017/2018 Construction $684,125 $60,000 CEI $15,000 Total $699,125 $60,000 Rest of this page intentionally left blank. 1 o Page 16A14 RESOLUTION 2017- 2 0 9 A RESOLUTION BY THE BOARD OF COUNTY COMMISIONERS OF COLLIER COUNTY, FLORIDA APPROVING, AND AUTHORIZING ITS CHAIR TO EXECUTE AMENDMENT NUMBER 1 TO A JOINT PARTICIPATION AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ("FDOT") CONCERNING THE COUNTYWIDE STATE HIGHWAY SYSTEM SIGNAL PRIORITY PREEMPTION EXPANSION PROJECT,FM#435338-1-58/68-01. WHEREAS, the FDOT and the Collier County Board of County Commissioners (the "Board") executed the above-referenced Joint Participation Agreement ("JPA") on April 8, 2016, to provide reimbursement to the County for contract administration, management services, construction engineering services and quality acceptance reviews of all work associated with the Countywide State Highway System Signal Priority Preemption Expansion Project(FM#435338-1-58/68-01); and WHEREAS, the JPA provided for a lump sum reimbursement amount and did not itemize the reimbursable expenses into the construction and the CEI Phases of the project, so that the County could clearly submit and recover its expenses for CEI services;and WHERAS, the total reimbursable contract amount under the JPA remains unchanged and this amendment is only necessary to allow for the administrative request for reimbursement; and WHEREAS, FDOT requires the Board to provide a resolution memorializing and confirming the Board's affirmative vote to approve this Amendment to the JPA and authorize its Chair to execute the Amendment. 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 First Amendment to the JPA pertaining to FM#435338-1-58/68-01. 2. The Collier County Clerk is directed to forward a certified copy of this Resolution along with the Amendment for execution by FDOT. 3. This Resolution shall take effect immediately upon adoption. 1 16A14 t THIS RESOLUITON ADOPTED after motion, second and majority vote this h4tis day of gr"', 2017. ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCI ,;Cgt.FRIK COLLIER COUNTY,FLORIDA By OtAAkt ,V � � i � a � rJ•C'..- • By ' PENNY TA rd R,C Attest as to �' signature Approved as to form „ , _ality� AL.__ `ott R. eac , Deputy County Attorney State of Florida County of COLLIER 11-iMEBY CERTIFY .THAT this is a.true and cor r r:.:;t copy of a docuoz,i �.dn fife in T M notes afnd Rees of Collier County Vv1T1 (3 my ha d.ar4pffroiat eai this abT day of >Ci' 73-c t1 DWIGHT E. BROCK,'C.EF*OF=COURTS 041.0- D.C. 2 0 To:Josephine.Jones@dot.state.fl.us 1 6 A 14 FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL AS145 8/29/2017 CONTRACT INFORMATION Contract: AS145 Contract Type: AK-PROJ PARTICIPATION(PROJ PART) Method of Procurement: N-GOVERNMENT AGENCY ASSIGNMENT Vendor Name: COLLIER COUNTY Vendor ID: F596000558102 Beginning Date of This Agreement: 04/08/2016 Ending Date of This Agreement: 12/31/2018 Contract Total/Budgetary Ceiling: ct=$759,125.00 Description: COUNTY WIDE SHS SIGNAL PRIORITY PRE-EMPTION EXPANSION FUNDS APPROVAL INFORMATION FUNDS APPROVED/REVIEWED FOR ROBIN M.NAITOVE,CPA,COMPTROLLER ON 8/29/2017 Action: Supplemental Supplemental Reviewed or Approved: APPROVED APPROVED Organization Code: 55014010106 55014010106 Expansion Option: AN A5 Object Code: 134000 134000 Amount: ($60,000.00) $60,000.00 Financial Project: 43533816801 43533815801 Work Activity(FCT): 215 215 CFDA: Fiscal Year: 2016 2018 Budget Entity: 55150200 55150200 Category/Category Year: 088718/16 088716/18 Amendment ID: S001 S001 Sequence: 00 01 User Assigned ID: 1 1 Enc Line(6s)/Status: 0002/04 0003/04 Total Amount: $0.00 Pagel of 1 16 A14 Financial Management No.:435338-1-58/68.01 Fund:DDR Function: 215 FLAIR Approp:0118717 Agency:Collier County FLAIR ObJ.: 134000 Contract No: A.5 .145 Contract Amount:5759,125 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 t?' day of ,,;"j 2016,by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (hereinafter referred to as the DEPARTMENT) and the COWER 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. 2.0\ - , dated the day of ., 72. , 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, and economical 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 i funding and the production of this Project; and 16 A14 { FM#435338-1-58168-0I Collier County Page 2 of 11 NOW, THEREFORE, in consideration of the mutual benefits to be derived from the joint participation of this Agreement,the parties agree as follows: i. 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 oLa sinal priority preemption system complete with confirmation lights at as many of the sixty-seven (&7)signalized intersections on the State Highway System located in Collier County as possible up to the funded amount of $752,125.00, 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, S I� 16A14 FM#435338-1-58/68-01 Collier County Page 3 of 11 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 he 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 Terns and Conditions contained in Exhibit"D". I, 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 3 16A14fi FM#435338-1-58/68-01 Collier County Page 4 of ii 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 he 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 he 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 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 1 6 A 1 4 1:M#435338-I-58/68-01 Collier County Page 5 of 1.1 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 281.058(1)(1),ES.) 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 S 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),F.S.) If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), F.S.,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 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),F.S.) 16 A14 FM#43 533 8-l-5 8/68-01 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 he 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 287.958(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 he 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: I. Utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all now 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 16 A14 FM#435338-1-58/68-01 Collier County Page 7 of 11 employment eligibility of all new employees hired by the subcontractor during the contract teen. (Executive Order Number 2011-02) 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 LA%VS A. The LOCAL GOVERNMENT 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 LOCAL GOVERNMENT in conjunction with this Agreement. Failure by the LOCAL GOVERNMENT to grant such public access shall be grounds for immediate unilateral 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 performance of work under this Contract. C. No funds received pursuant to this Agreement may be expended for lobbying the Legislature,the judicial branch,or a state agency. D. The LOCAL GOVERNMENT and the DEPARTMENT agree that the LOCAL GOVERNMENT, its employees, and subcontractors are not agents of the DEPARTMENT as a result of this Contract. S. TERMINATION AND DEFAULT 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. B. If the DEPARTMENT determines that the performance of the LOCAL GOVERNMENT is not satisfactory, the DEPARTMENT shall have the option of(a) immediately terminating the Agreement, or(b) notifying the LOCAL GOVERNMENT of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Agreement will 0 16 Alt FM#435338-I-58168-01 Collier County Page 8 of 11 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 0 16414 FM#435338-1-58168-01 Collier County Page 9 of 11 terms or conditions contained herein shall be effective unless contained in a written document 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 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 he 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 he 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. 11. 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 hid an 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, 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 16A14 FM#435338-I-58/68-01 Collier County Page 10 of 11 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. I. All notices required pursuant to the terms hereof shall be sent by First Class United States Mail. Unless prior written notification of an alternate address for notices is sent, all notices shall be sent to the following addresses: 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,13,C,and D are attached hereto and incorporated by reference. 16414 F M#43 5 3 3 8-I-58/68-01 Collier County Page 11 of 11 IN WITNESS WHEREOF, COLLIER COUNTY has caused this Agreement to be executed in its behalf, by the Chainnan 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: epanment to unaa date 7COLLIER COUNTY,FLORIDA ATTEST„ ` ,E (SEAL) CHAIR AN OR DESIGNEE Attest as f�'ytlrll ' ' BOARD OF COUNTY COMMISSIONERS 4 • kgnatere only( _ DATE PRINT NAME DATE ` gym t ,y-.° COUNTY LEGAL REV IE DATE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION A,TEST JA i i Gi AI CCP:L."4BY: earl , "le .41 , EXECUTIVE S'.CRETARY (SEAL) DISTRICT SECRETARY OR DESIGNEE C .. _ 4 Ito DISTRICT ONE ' ri i -e it 4,1Sig, 0/7/3. (-)02,),,#,_ we% INT NAM DATE PRINT NAME DATE AVAILABILITY OF FUNDS APPROVAL: FLA. DEPT. OF TRANS. LEGAL %4J�' REVIEW: ATE DATE 16 A14 FM#435338.1-58/68-01 Collier County 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 arc 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 - CD pa X engineering inspection services and quality acceptance reviews of all work associated with the ^Q 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 manuals,guidelines and specifications. Each approach to the sixty-seven (67) signalized intersections referenced below shall he 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 OTT Opticom Model 764 multimode phase selector. • Use GTT Opticom Model 700 Series infrared detectors. • 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. lof4IPage 16A14 F M#435338.1-58/68-01 Collier County • The lamp shall have an adjustable mount with a weatherproof enclosure for cable splicing. • AlI hardware shall be cast aluminum, malleable iron, powder coated steel, and/or stainless steel. • Holes drilled into signal poles, mast anns, or posts shall require rubber grommets to prevent chafing of wires. • Use either polyethylene insulated, polyvinyl chloride jacketed 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) lmmokalee 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 2of41Page 16A1 4 _ ., FM#435338-1-58f 68-01 Collier County 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 1-18 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) lmmokalee 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 5) Barefoot Williams Rd TS 2 36 US 41 (Tamiami Trail S) Bayshore Dr/Shadowlawn Dr TS 4 37 . US 41 (Tamiami Trail 5) Broward St _ ` TS 4 38 US 41 (Tamiami Trail S) Collier Blvd TS _ 4 39 US 41 (Tamlami Trail S) Commercial Dr/Palm St TS 4 40 US 41 (Tamlami Trail S) Espinal Blvd(Courthouse Shadows) r---Te— 4 _ 41 US 41 (Tamiami Trail S) Guilford Rd ! TS 4 42 US 41 (Tamiami Trail 5) Lakewood Blvd TS 4 43 US 41 (Tamiami Trail S) _ Manatee Rd SCH 3 44 US 41 (Tamlami 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 I TS 4 47 US 41 (Tamiami Trail S) St Andrews Blvd TS 4 48 1)5 41 (Tamlami Trail N) 10th St S TS 4 I_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 TS4 __ 53 US 41 (Tamiami Trail N) 7th Ave N TS 4 54 US 41 (Tamiami Trail N) Central Ave TS 4 55 US 41 (Tamiami Trail N) Fleischman Blvd/Orchid Dr — TS 4 56 US 41 (Tamiami Trail N) Golden Gate Pkwy TS 4 3of41Page 0 16A14 FM#435338-1-58/68-01 Collier County 57 US 41 (Tamiami Trail N) Granada Blvd/Neopolitan Way TS 4 58 US 41 (Tamiami Trail N) Harbour Dr TS 3 59 US 41 (Tamiami Trall 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 (Tamlami Trail N) Shady Rest LnfOid Trail Dr TS 4 64 US 41 (Tamiami Trail 8) 10th St S TS 4 65 US 41 (Tamiami Trail S) Davis Blvd/Sandpiper St TS 4 66 US 41 (Tamiami Trail S) Goodlette Frank Rd TS 4 67 US 41 (Tamiami Trail S) River Point Dr TS 4 Traffic Signal TS School Signal SCH 4of4J Page 1 6 A 1 4 EXHIBIT "B" 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. 1of11Page 1 6 A 1 4 EXHIBIT "C" ESTIMATED PROJECT PRODUCTION SCHEDULE Financial Management Number: 435338-1-58/68-01 • Construction Contract to be awarded by: Auijust 15.2016 • Construction to be completed by; December 31, ,2018 ? Y�s' Iof1jPage 9 16A14 } EXHIBIT"D" TERMS & CONDITIONS OF CONSTRUCTION 1. 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 he 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 the conflict 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 11,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 1of3 16A14 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 337.1 8, 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 CEI 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 Page 2 of 3 16A1t 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 tenns 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. 1G. 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. Page 3 of 3 f} y 1' II 16 Al EXHIBIT"E" NOTICE fF 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#43S38-I-S8-01 In accordance with the Terms and Conditio ns of the JOINT PARTICIPATION AGREEMENT, the undersigned hereby provides notification that the work authorized by this Agreement is complete as of _. 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 loll 16IU4 I RESOLUTION NO.2016- 50 A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS,COLLIER COUNTY 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 1.2.4, 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 finds 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 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 1;:..., day of March,2016. ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E.BROCK,Clerk OF COLLIER OUNTY,FLORIDA By: t i1U4, Cp� ii,(_ • By: ' 1);-.40:-.6.- qtr' Atta - rC �1 Glerk Donna Fiala,Chair r z04 � signature only.. Ap'roved as to form and legality; State of FICO County of COLLIER ,• ' `' I HEREBY CERTIFY THAT'th+s is a we and w, �.,A. i -4 ----- correct copy of a document on fife in Ss R. each, Boar d Minutes and Recordsol Collier County Deputy County Attorney my h id and o i tat sea4 this it ✓ day of . , l ii) DWIGHT E.BROCK,CLERK OF COURTS 1014. , 1 16A14 FDC31 .....,- ----- - Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY April 8,2016 Collier County Traffic Operations Department Anthony Khawaja, Chief Engineer 2885 Horseshoe Drive South Naples,Florida 34104 RE: NOTICE TO PROCEED—CONSTRUCTION and CEI BID PHASE FM#: 435338-1-58/68-01 Agency: Collier County Contract#: AS 145 Description: County Wide State Highway System Signal Priority Preemption Expansion Dear Mr.Khawaja: In accordance with the Joint Project Agreement (JPA), executed on April 8, 2016 between the Department and Collier County for services of the above referenced project, you are hereby authorized to proceed with advertising the construction and CEI phase of this project. Services are to begin on or after April 11,2016 and to be completed on or before December 31,2018. Collier County shall advertise this project after receiving this NTP. If the County is not able to meet the scheduled advertisement, the District Local Program Coordinator should be notified as soon as possible. Please forward the Bid Tabs and Documentation supporting the recommendation of a construction firm and CEI firm to the Department for review and concurrence prior to awarding the project. Once documents are reviewed and approved by the Department, the County will be notified and the contracts can be awarded and executed. A copy of your Notice to Proceed for Construction Services and CEI Services must be submitted to the Department along with the entire executed consultant contracts.The County will need to send an ? invitation for the kick-off meeting to Rick Arico and Charles R. Reed. Lastly, the County will send written correspondence to my attention of the commencement and completion of the phase. Please be mindful that the County shall be obligated to submit an invoice to the Department for the percentage of work that is complete for this project no less frequently than on a quarterly basis from the date of this NTP. Upon completion of the project phase, the Department will have forty-five (45) working days after receipt of the invoice to review, inspect and approve the i project phase for payment. If I can be of further assistance, please contact me at(863) 519-2665 or Rick Arica at(239) 225- 1973. 1 www.dot.state.fl.us I 1 16A14 Sinmely, / JIM. B. Martin Local Program Coordinator Program Management Office I District One Florida Department of Transportation 801 North Broadway Avenue Bartow, Florida 33830 Phone: (863) 519-26651 Fax: (863) 534-7179 } Email:jim,n artinAdot.state.fl.us Cc: File Lisa R.Brinson, Local Program Administrator Rick Arico, Senior Roadway Engineer Charles R. Reed II, LAP Construction Project Manager 1 ii