Loading...
Agenda 12/12/2017 Item #16A2012/12/2017 EXECUTIVE SUMMARY Recommendation to approve a Joint Participation Agreement with the Florida Department of Transportation (Financial Management No. 433173-2-58-01) in which Collier County would receive reimbursement up to the amount of $200,000 for the construction and construction engineering and inspection of landscape and irrigation improvements on State Road 84 (Davis Boulevard) from Whitten Drive to Santa Barbara Boulevard; to execute a Resolution memorializing the Board’s action; to authorize all necessary budget amendments; and to approve the final design plans (Project No. 60193). _____________________________________________________________________________________ OBJECTIVE: To beautify a section of State Road 84 (Davis Boulevard) from Whitten Drive to Santa Barbara Boulevard in accordance with the Board approved landscape improvement program, including irrigation improvements, and utilizing grant funding from the Florida Department of Transportation (FDOT). CONSIDERATIONS: The State Road 84 (Davis Boulevard) from Whitten Drive to Santa Barbara Boulevard project is identified as Financial Management No. 433173-2-58-01 in the FDOT Adopted Work Program in Fiscal Year 2017/2018 for landscape installation, and is also included in the FDOT adopted Five-Year Work Program. At the September 27, 2016 Board of County Commissioners (Board) meeting (Agenda Item 11D), the Board approved the updated landscaping Best Management Practices for the Landscape Beautification Master Plan project ranking and funding. State Road 84 (Davis Boulevard) from Whitten Drive to Santa Barbara Boulevard is programmed for installation in Fiscal Year 2018. State Road 84 is an arterial roadway that borders the Radio Road Municipal Service Taxing Unit (MSTU). FDOT is willing to provide the County with reimbursement in the amount of $200,000 to construct and provide Construction and Engineering and Inspection (CEI) services for the above referenced improvements, as specified in the attached Joint Participation Agreement (JPA). The County will provide funding for the construction and CEI services, and will be reimbursed by FDOT up to the specified amount. Staff anticipates construction of the improvements to be completed by December 31, 2018. Upon project completion, Collier County will maintain the landscape and irrigation improvements, as described in the companion agenda item. In accordance with paragraph 2.B. of the JPA, the Local Government (Collier County) shall provide the quantifiable, measurable and verifiable units of deliverables as specified in Exhibit “A” and the design plans when approved by the Department. Collier County has received a Design Completion Memo from FDOT, and thus staff is requesting approval of the final plans from the Board. FISCAL IMPACT: A budget amendment is necessary to recognize revenue within the Growth Management Grant Fund (711). There is no required match for the construction grant; however, $100,000 of local funds have been appropriated in the Landscape Beautification Fund (112) SR84 Davis Blvd Project No. 60193. The design plans are 100% complete and the opinion of probable installation cost is $318,661.03 (see attached letter from design professional). A construction contract and final budget amendment, if necessary, will be brought to the Board for approval at a future meeting. The estimated annual maintenance of this segment is $33,767; upon completion, the maintenance contract will be managed within the Landscape Maintenance fund centers. Source of maintenance funds is Unincorporated General Fund (111). LEGAL CONSIDERATIONS: This item has been approved as to form and legality, and requires a majority vote for Board approval- SAS. 12/12/2017 GROWTH MANAGEMENT IMPACT: The project supports the Growth Management Plan. RECOMMENDATION: Recommendation to approve a Joint Participation Agreement with the Florida Department of Transportation (Financial Management No. 433173-2-58-01) in which Collier County would receive reimbursement up to the amount of $200,000 for the construction and construction engineering and inspection of landscape and irrigation improvements on State Road 84 (Davis Boulevard) from Whitten Drive to Santa Barbara Boulevard; to execute a Resolution memorializing the Board’s action; to authorize all necessary budget amendments; and to approve the final design plans (Project No. 60193). Prepared by: Pamela Lulich, PLA, CPM, Landscape Operations Manager, Road Maintenance Division ATTACHMENT(S) 1. Resolution initialed by SAS - 102417 (PDF) 2. JPA initialed by SAS - 102417 (PDF) 3. Attachment EXHIBIT C of LMA -Project Plans (PDF) 4. 11-2-17Lulich2016-005R100FINALOPC Letter (PDF) 12/12/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.20 Doc ID: 4074 Item Summary: Recommendation to approve a Joint Participation Agreement with the Florida Department of Transportation (Financial Management No. 433173-2-58-01) in which Collier County would receive reimbursement up to the amount of $200,000 for the construction and construction engineering and inspection of landscape and irrigation improvements on State Road 84 (Davis Boulevard) from Whitten Drive to Santa Barbara Boulevard; to execute a Resolution memorializing the Board’s action; to authorize all necessary budget amendments; and to approve the final plans (Project No. 60193). Meeting Date: 12/12/2017 Prepared by: Title: Manager - Landscape Operations – Growth Management Department Name: Pamela Lulich 10/24/2017 4:58 PM Submitted by: Title: Dept Head - Growth Management – Growth Management Department Name: Thaddeus Cohen 10/24/2017 4:58 PM Approved By: Review: Road Maintenance Joseph Delate Additional Reviewer Completed 10/26/2017 7:45 AM Growth Management Operations Support Heather Meyer Additional Reviewer Completed 11/01/2017 7:26 AM Road Maintenance Travis Gossard Additional Reviewer Completed 11/01/2017 7:55 AM Growth Management Operations Support Allison Kearns Additional Reviewer Completed 11/06/2017 2:38 PM Growth Management Department Diane Lynch Level 1 Reviewer Completed 11/06/2017 3:42 PM Growth Management Department Allison Kearns Additional Reviewer Completed 11/06/2017 3:54 PM Grants Kimberly Lingar Additional Reviewer Completed 11/07/2017 8:24 AM Grants Kimberly Lingar Level 2 Grants Review Completed 11/07/2017 8:24 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 11/07/2017 10:00 AM Growth Management Department James French Deputy Department Head Review Completed 11/12/2017 10:41 PM County Attorney's Office Scott Stone Level 2 Attorney Review Completed 11/13/2017 3:26 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/15/2017 8:17 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 11/15/2017 4:11 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 11/20/2017 9:11 AM 12/12/2017 Grants Therese Stanley Additional Reviewer Completed 12/04/2017 4:45 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 12/05/2017 9:23 AM Board of County Commissioners MaryJo Brock Meeting Pending 12/12/2017 9:00 AM RESOLUTION NO. 201.7 — 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 FOR CONSTRUCTION AND CONSTRUCTION ENGINEERING AND INSPECTION OF SR 84 (DAVIS BOULEVARD) FROM WHITTEN DRIVE TO SANTA BARBARA BOULEVARD(FM#433173-2-58-01). WHEREAS, the State of Florida Department of Transportation (FDOT) is willing to enter into a Joint Participation Agreement (the "Agreement") with Collier County, wherein FDOT will reimburse Collier County up to the sum of $200,000 for Construction and Construction Engineering and Inspection of SR 84 (Davis Boulevard) from Whitten Drive to Santa Barbara Boulevard, as further described in the attached Agreement (FM #433173-2-58-01); and WHEREAS, the Collier County Board of Commissioners finds that the Agreement is in the public interest and benefits the citizens of Collier County. 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 Chairman to sign the Agreement pertaining to FM #433173-2-58-01 . 2. The Collier County Clerk is directed to forward two certified copies of this Resolution along with the 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 , 2017. ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCK, Clerk OF COLLIER COUNTY, FLORIDA By: , Deputy Clerk Approved as to form and legality By: PENNY TAYLOR, Chairman Scott A. Stone, 10 A),(11-2 Assistant County Attorney O Financial Management No.: 433173-2-58-01 Fund: DDR FLAIR Approp: FLAIR Obj.: 751000 Agency: Collier County Function: 215 Org. Code: 55014010106 Contract No: Contract Amount:$200,000 Vendor No.: F596000558102 JOINT PARTICIPATION AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND COLLIER COUNTY This Agreement, made and entered into this day of , 20, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (hereinafter referred to as the DEPARTMENT) and 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. , dated the day of , 20 a copy of which is attached hereto as Exhibit "F" 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 landscaping of SR 84 (Davis Boulevard) from Whitten Drive to Santa Barbara Boulevard, in Fiscal Year 2017/2018, said Project being known as FM #433173-2-58-01, 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 FM #433173-2-58-01 Page 2 of 17 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. 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 construction and construction engineering inspections services (CEI) of the Project. The Project consist of. The construction and construction engineering inspection services (CEI) of landscaping of SR 84 (Davis Boulevard) from Whitten Drive to Santa Barbara Boulevard, 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 shall provide the quantifiable, measurable and verifiable units of deliverables as specified in Exhibit "A" and the design plans when approved by the DEPARTMENT. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. C. The LOCAL GOVERNMENT agrees to undertake the construction and CEI of the Project in accordance with county standards, Greenbook and all applicable federal, state and local statutes, rules and regulations. D. 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 FM #433173-2-58-01 Page 3 of 17 Vendor/Contractor during the term of the contract. 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. E. 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. F. The LOCAL GOVERNMENT shall be responsible for obtaining clearances/permits required for the construction of the Project from the appropriate permitting authorities. G. The LOCAL GOVERNMENT understands that they are responsible, for the preparation of all design plans for the Project suitable for reproduction on 11 inch by 17 inch sheets, together with a complete set of specifications covering all construction requirements for the Project. The LOCAL GOVERNMENT shall provide a copy of the Final Bid documents to the DEPARTMENT. After approval of the plans and prior to commencing the work described herein, the LOCAL GOVERNMENT shall receive a Notice to Proceed from the DEPARTMENT'S Project Manager, Jim Martin or from an appointed designee. Any work performed prior to the issuance of the Notice to Proceed is not subject to reimbursement. H. The LOCAL GOVERNMENT shall hire a contractor using the LOCAL GOVERNMENT'S normal bid procedures to perform the construction work for the Project. I. The DEPARTMENT shall have the right, but not the obligation, to perform independent testing from time to time during the course of construction of the Project. The CEI services provider shall not be the same firm as the Engineer of Record. J. The LOCAL GOVERNMENT shall require the LOCAL GOVERNMENT'S contractor to post a bond in accordance with Section 337.18(1), Florida Statutes. K. The LOCAL GOVERNMENT shall be responsible to ensure that the construction work under this Agreement is performed in accordance with the approved construction documents, and that it will meet all applicable standards and that the work is performed in accord with the Terms and Conditions contained in Exhibit "D". L. 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. 0 FM #433173-2-58-01 Page 4 of 17 Coordination shall be maintained by the LOCAL GOVERNMENT with representatives of the DEPARTMENT. M. Upon completion of the work authorized by this Agreement, the LOCAL GOVERNMENT shall notify the DEPARTMENT in writing of the completion; and for all design work that originally required certification by a Professional Engineer, this notification shall contain an 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. Project Cost: The total estimated cost of the Project is $200,000 (TWO HUNDRED THOUSAND DOLLARS). This amount is based on the Schedule of Funding, Exhibit "B" attached hereto. B. DEPARTMENT Participation: The DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT in an amount not to exceed $200,000 (TWO HUNDRED THOUSAND DOLLARS) for PROJECT construction and construction engineering inspection services (CEI). The funding for this Project is contingent upon annual appropriation by the Florida Legislature. The LOCAL GOVERNMENT agrees to bear all expenses in excess of the DEPARTMENT's participation. Travel costs will not be reimbursed. i) The LOCAL GOVERNMENT shall submit invoices plus supporting documentation required by the DEPARTMENT for approval and processing. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Department's Comptroller under Section 334.044(29), F.S., or by the Department of Financial Services under Section 215.422(14), F.S. ii) Invoices must be based on quantifiable, measurable and verifiable units of deliverables as specified in Paragraph 2.A. and in Exhibit "A", Scope of Services. 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 as specified in Paragraph 2.13. was met, and that the criteria for evaluating successful completion as specified in Paragraph 2.M. was met. 01 FM #433173-2-58-01 Page 5 of 17 iii) Reimbursement for fees or other compensation for services or expenses incurred shall be submitted by the LOCAL GOVERNMENT in detail sufficient for a proper pre -audit and post -audit thereof, based on the quantifiable, measurable and verifiable deliverables as established in Paragraph 2.A. and Exhibit "A", Scope of Services and said request for reimbursement/invoice must be completed and accepted in writing by the DEPARTMENT's Project Manager or designee prior to reimbursement. iv) The final balance due under this Agreement will be reimbursed upon the completion of all Project services, receipt of final construction cost documentation and proper submission of a detailed invoice and when the Project has been inspected, approved and accepted to the satisfaction of the DEPARTMENT in writing. V) All costs charged to the Project by the LOCAL GOVERNMENT shall be supported by detailed invoices, proof of payments, contracts or vouchers evidencing in proper detail the nature and propriety of the charges. C. The DEPARTMENT shall have the right to retain out of any payment due the LOCAL GOVERNMENT under this Agreement, an amount sufficient to satisfy any amount due and owing to the DEPARTMENT by the LOCAL GOVERNMENT on any other Agreement between the LOCAL GOVERNMENT and the DEPARTMENT. D. The LOCAL GOVERNMENT which is providing goods and services to the DEPARTMENT should be aware of the following time frames. Upon receipt of an invoice, the DEPARTMENT has twenty (20) working days to inspect and approve the goods and services. The DEPARTMENT has twenty (20) days to deliver a request for payment (voucher) to the Department of Financial Services. The twenty (20) days are measured from the latter of the date the invoice is received or the goods or services are received, inspected and approved. If a payment is not available within forty (40) days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice amount. Interest penalties of less than one dollar ($1.00) will not be enforced unless the LOCAL GOVERNMENT requests payment. Invoices which have to be returned to the 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. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for Contractors/vendors who 0 FM #433173-2-58-01 Page 6of17 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. E. Records of costs incurred under 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 for five (5) years after final payment is made. Copies of these documents and records shall be furnished to the DEPARTMENT upon request. Records of costs incurred include the LOCAL GOVERNMENT'S 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. Any discrepancies revealed by any such audit shall be resolved by a corrected final billing from the LOCAL GOVERNMENT to the DEPARTMENT. F. In the event this Agreement is in excess of $25,000.00 (TWENTY-FIVE THOUSAND DOLLARS AND NO/100) and a term for a period of more than one year, the provisions of Section 339.135(6) (a), Florida Statutes, are hereby incorporated as follows: "The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shall require a statement from the Comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the DEPARTMENT which are for an amount in excess of $25,000.00 and which have a term for a period of more than one (1) year." G. The DEPARTMENT'S performance and obligation to pay under this contract is contingent upon an annual appropriation by the Florida Legislature. The parties agree that in the event funds are not appropriated to the DEPARTMENT for the Project, this Agreement may be uva FM #433173-2-58-01 Page 7 of 17 terminated, which shall be effective upon the DEPARTMENT giving notice to the LOCAL GOVERNMENT to that effect. H. Audits: The administration of resources awarded by the Department to the LOCAL GOVERNMENT may be subject to audits and/or monitoring by the Department, as described in this section. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Section 215.97, Florida Statutes, as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this Agreement, the LOCAL GOVERNMENT agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the DEPARTMENT. In the event the DEPARTMENT determines that a limited scope audit of the recipient is appropriate, the LOCAL GOVERNMENT agrees to comply with any additional instructions provided by the DEPARTMENT staff to the LOCAL GOVERNMENT regarding such audit. The LOCAL GOVERNMENT further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the DEPARTMENT'S Office of Inspector General (OIG) and Florida's Chief Financial Officer (CFO) or Auditor General. AUDITS PART I: FEDERALLY FUNDED Recipients of federal funds (i.e. state, local government, or non-profit organizations as defined in OMB Circular A-133, as revised) are to have audits done annually using the following criteria: 1. In the event that the LOCAL GOVERNMENT expends $500,000 or more in Federal awards in its fiscal year, the LOCAL GOVERNMENT must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A- 133, as revised. If applicable, Exhibit "F" to this Agreement indicates Federal resources awarded through the DEPARTMENT by this Agreement. In determining the Federal awards expended in its fiscal year, the LOCAL GOVERNMENT shall consider all sources of Federal awards, including Federal resources received from the DEPARTMENT. The FM #433173-2-58-01 Page 8 of 17 determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the LOCAL GOVERNMENT conducted by the Auditor General in accordance with the provisions OMB Circular A-133, as revised, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I, paragraph 1, the LOCAL GOVERNMENT shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. 3. If the LOCAL GOVERNMENT expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. However, if the LOCAL GOVERNMENT elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non -Federal resources (i.e., the cost of such an audit must be paid from LOCAL GOVERNMENT resources obtained from other than Federal entities). 4. Federal awards are to be identified using the Catalog of Federal Domestic Assistance (CFDA) title and number, award number and year, and name of the awarding federal agency. PART I1: STATE FUNDED Recipients of state funds (i.e. a nonstate entity as defined by Section 215.97(2)(m), Florida Statutes) are to have audits done annually using the following criteria: 1. In the event that the LOCAL GOVERNMENT expends a total amount of state financial assistance equal to or in excess of $500,000 in any fiscal year, the LOCAL GOVERNMENT must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services and the CFO; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. If applicable, Exhibit "F" to this Agreement indicates state financial assistance awarded through the DEPARTMENT by this Agreement. In determining the state financial assistance expended in its fiscal year, the LOCAL GOVERNMENT shall consider all sources of state financial assistance, including state financial assistance received from the DEPARTMENT, other state 0 FM #433173-2-58-01 Page 9of17 agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph 1, the LOCAL GOVERNMENT shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2)(e), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the LOCAL GOVERNMENT expends less than $500,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. However, if the LOCAL GOVERNMENT elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the nonstate entity's resources (i.e., the cost of such an audit must be paid from the LOCAL GOVERNMENT resources obtained from other than State entities). 4. State awards are to be identified using the Catalog of State Financial Assistance (CSFA) title and number, award number and year, and name of the state agency awarding it. PART III: OTHER AUDIT REQUIREMENTS The LOCAL GOVERNMENT shall follow up and take corrective action on audit findings. Preparation of a summary schedule of prior year audit findings, including corrective action and current status of the audit findings is required. Current year audit findings require corrective action and status of findings. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is completed or the dispute is resolved. Access to Project records and audit work papers shall be given to the DEPARTMENT, the Department of Financial Services, and the Auditor General. This section does not limit the authority of the DEPARTMENT to conduct or arrange for the conduct of additional audits or evaluations of state financial assistance or (9 FM #433173-2-58-01 Page 10 of 17 limit the authority of any other state official. PART IV: REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by PART I of this Agreement shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the recipient directly to the following: A. The DEPARTMENT at the following address: Florida Department of Transportation Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 Email: FDOTSingleAuditgdot.state.fl.us B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised (the number of copies required by Sections .320 (d) (1) and (2), OMB Circular A- 133, as revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 C. Other Federal agencies and pass-through entities in accordance with Sections 320 (e) and (f), OMB Circular A-133, as revised. 2. In the event that a copy of the reporting package for an audit required by PART I of this Agreement and conducted in accordance with OMB Circular A-133, as revised, is not required to be submitted to the DEPARTMENT for reasons pursuant to Section .320 (e)(2), OMB Circular A-133, as revised, the recipient shall submit the required written notification pursuant to Section .320 (e)(2) and a copy of the recipient's audited schedule of expenditures of Federal awards directly to the following: Florida Department of Transportation FM #433173-2-58-01 Page 11 of 17 Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 Email: FDOTSingleAuditgdot.state.fl.us In addition, pursuant to Section .320 (f), OMB Circular A-133, as revised, the recipient shall submit a copy of the reporting package described in Section .320 (c), OMB Circular A-133, as revised, and any management letters issued by the auditor, to the DEPARTMENT at the following address: Florida Department of Transportation Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 Email: FDOTSingleAudit(a dot.state.fl.us 3. Copies of financial reporting packages required by PART II of this Agreement shall be submitted by or on behalf of the LOCAL GOVERNMENT directly to each of the following: A. The DEPARTMENT at the following address: Florida Department of Transportation Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 Email: FDOTSingleAuditkdot.state.fl.us B. The Auditor General's Office at the following address: Auditor General's Office Room 401, Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450 4. Copies of reports or the management letter required by PART III of this Agreement shall be submitted by or on behalf of the LOCAL GOVERNMENT directly to: A. The DEPARTMENT at the following address: Florida Department of Transportation Oda FM #433173-2-58-01 Page 12 of 17 Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 Email: FDOTSingleAuditgdot.state. fl. us 5. Any reports, management letters, or other information required to be submitted to the DEPARTMENT pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the DEPARTMENT for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The LOCAL GOVERNMENT shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of at least five (5) years from the date the audit report is issued, and shall allow the DEPARTMENT, or its designee, CFO, or Auditor General access to such records upon request. The LOCAL GOVERNMENT shall ensure that audit working papers are made available to the DEPARTMENT, or its designee, CFO, or Auditor General upon request for a period of at least five (5) years from the date the audit report is issued, unless extended in writing by the DEPARTMENT. 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 FM #433173-2-58-01 Page 13 of 17 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 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 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. 9 FM #433173-2-58-01 Page 14 of 17 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 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. (9 FM #433173-2-58-01 Page 15 of 17 F. This Agreement shall be governed by and interpreted in accordance with the laws of the State of Florida. Any provision herein determined by a court of competent jurisdiction, or any other legally constituted body having jurisdiction, to be invalid or unenforceable shall be severable and the remainder of this Agreement shall remain in full force and effect, provided that the invalidated or unenforceable provision is not material to the intended operation of this Agreement. G. This Agreement shall be effective upon execution by both parties and shall continue in effect and be binding on the parties until the Project is completed, any subsequent litigation is complete and terminated, final costs are known, and legislatively appropriated reimbursements, if approved, are made by the DEPARTMENT. The DEPARTMENT may, at any stage, amend or terminate the Project in whole or in part if the DEPARTMENT determines that such action is in the best interest of the public. However, the LOCAL GOVERNMENT'S obligation to maintain the PROJECT after completion shall survive the term of this Agreement. H. PUBLIC ENTITY CRIME INFORMATION AND ANTI -DISCRIMINATION STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of 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 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: Q�J FM #433173-2-58-01 Page 16 of 17 Florida Department of Transportation Collier County Jim Martin, CPM, FCCM Pamela Lulich, PLA, ASLA Local Programs Coordinator Landscape Operations Manager 801 North Broadway Avenue, MS 1-12 2885 South Horseshoe Drive Bartow, FL 33830 Naples, FL 34104 Rest of the page intentionally left blank. 9 O FM #433173-2-58-01 Page 17 of 17 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: ATTEST CLERK ATTEST Department to enter date COLLIER COUNTY, FLORIDA (SEAL) DATE C V%ct .' c- .,Ween BOARD OF COU-� TY COMMISSIONERS PRINT NAME DATE Approved as to form and legality AssistantCountyAttomcy STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION EXECUTIVE SECRETARY (SEAL) DISTRICT SECRETARY OR DESIGNEE DISTRICT ONE PRINT NAME DATE AVAILABILITY OF FUNDS APPROVAL: DATE PRINT NAME DATE DEPARTMENT LEGAL REVIEW: BY: DATE FM # 433173-2-58-01 Page 1 of 2 EXHIBIT "A" SCOPE OF SERVICES The purpose of this Exhibit is to describe the scope of work and the responsibilities of Collier County in connection with the construction of landscape enhancements on SR 84 (Davis Boulevard) from Whitten Drive to Santa Barbara Boulevard. The project will include clearing, grubbing, grading, erosion control and restoration necessary for the installation of the landscape enhancements and associated irrigation system. The general objective is for Collier County to provide contract administration, management services, construction engineering inspection services and quality acceptance reviews of all work associated with the construction of the associated improvements. The services performed shall be in accordance with all applicable Florida Department of Transportation manuals, guidelines and specifications. Deliverables included in the Scope of Services are as follows: 1. Installation of 2 Delonix regia (7" cal., > 60" dia. root ball) 2. Installation of 3 Jacaranda mimosifolia (7" cal., > 60" dia. root ball) 3. Installation of 9 Quercus virginiana (4" cal., > 36" dia. root ball) 4. Installation of 7 Tabebuia impetiginosa (> 5" cal., > 44" dia. root ball) 5. Installation of 10 Tabebuia chrysotricha (> 5" cal., > 44" dia. root ball) 6. Installation of 3 Lagerstroemia'Muskogee' (2" cal., multi -trunk (4 min.), > 50" dia. root ball) 7. Installation of 31 Roystonia elata (> 18" cal., > 5 leaflets) 8. Installation of 7 Sabal palmetto (18' c.w. ht.) 9. Installation of 4 Sabal palmetto (12' c.w. ht.) 10. Installation of 4 Sabal palmetto (8' c.w. ht.) 11. Installation of 26 Veitchia montgomeryana (> 4" cal., > 5 leaflets) 12. Installation of 34 Serenoa repens 'Cinerea' (3 gal. 14" ht./spr., 6' o.c.) 13. Installation of 327 Bougainvillea spp. 'Ms Alice' (3 gal., 14" ht./spr., 4' o.c.) 14. Installation of 430 Bougainvillea spp. 'Silhouette' (3 gal., 14" ht./spr., 4' o.c.) FM # 433173-2-58-01 Page 2 of 2 15. Installation of 310 Hamelia patens 'Compacta' (3 gal., 16" ht./spr., 4' o.c.) 16. Installation of 549 Dietes bicolor (1 gal., 18" ht./spr., 4' o.c.) 17. Installation of 4591 Arachis glabrata'Ecoturf (1 gal., 4" ht., 6"spr., 18" o.c.) 18. Installation of approximately 5922 square yard of Stenotaphrum secundatum'Floratam' 19. Installation of approximately 4219 two cu. ft. bags of Mulch - Transportation Blend (Colored Grade A) 20. Replacement of all dead plant material during the 12 month establishment period 21. Installation of approximately 3,300 linear foot irrigation system with all appropriate fittings and appurtenances. 22. Installation of new irrigation water source pump station (10 HP pump package). 23. Construction of approximately 160 linear feet of 3" directional bore to accommodate the irrigation system. 24. Provide adequate temporary and permanent erosion control 25. Maintain traffic on SR 84 (Davis Boulevard) during construction. 26. Provide, upon completion of construction, Final As -built Construction Plans, signed and sealed by a Professional Engineer or Landscape Architect, registered in the State of Florida, as appropriate. 27. Provide Construction Engineering and Inspection (CEI) and Quality Assurance Engineering. 28. Coordinate construction activities with other construction projects that are impacted by or impact this project. This includes projects under the jurisdiction of local governments or other regional and state agencies. N FM # 433173-2-58-01 Page 1 of 1 EXHIBIT "B" ESTIMATED SCHEDULE OF FUNDING By and through this Joint Participation Agreement with the LOCAL GOVERNMENT, the DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT up to, but not to exceed $200,000 (TWO HUNDRED THOUSAND DOLLARS AND NO/100) actual costs incurred on these Projects, excluding LOCAL GOVERNMENT overhead. Rest of this page intentionally left blank 00-0 FM # 433173-2-58-01 Page 1 of 1 EXHIBIT "C" PROJECT PRODUCTION SCHEDULE • Design completion by: Prior to the issuance of a Construction Notice to Proceed. • Construction and CEI Advertisement: Within 30 Days of Notice to Proceed. • Construction and CEI Letting: Within 60 Days of Notice to Proceed • Construction and CEI completion and Final Invoice: December 31, 2018. Rest of this page intentionally left blank FM #433173-2-58-01 Page 1 of 4 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 be required to notify the DEPARTMENT of the changes and receive approval from the DEPARTMENT prior to the changes being constructed. The DEPARTMENT reserves the right to adjust the plans to meet the requirements of permits. The LOCAL GOVERNMENT shall be responsible to maintain the area of the Project at all times during construction of the Project. All payment and performance bonds shall name the DEPARTMENT as an additional obligee. All warranties on any product or material used in construction of said Project shall be in favor of the DEPARTMENT. The LOCAL GOVERNMENT shall assure that the Engineer of Record performs all necessary post -design services that may be required. 2. The LOCAL GOVERNMENT shall have the affirmative responsibility to locate all existing utilities, both aerial and underground and that all utility locations shall be represented on the construction plans. All utility conflicts shall be fully resolved directly with the applicable utility. The LOCAL GOVERNMENT shall be obligated to design around any utility installation for which 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 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; CAO FM #433173-2-58-01 Page 2 of 4 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. 5. 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. 6. The LOCAL GOVERNMENT shall hire a contractor using the LOCAL GOVERNMENT'S normal bid procedures to perform the construction work for the Project. 7. The LOCAL GOVERNMENT shall require the LOCAL GOVERNMENT'S contractor to post a bond in accordance with Section 337.18, Florida Statutes. 8. 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. 9. 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 0 FM 4433173-2-58-01 Page 3 of 4 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. 10. 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. 11. 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.Page 3 of 3 12. 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 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. 13. 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 monumentation required by Florida Statutes is completed and evidence of such is provided to the DEPARTMENT LQ� FM #433173-2-58-01 Page 4 of 4 in a manner acceptable to the DEPARTMENT. Upon acceptance of right-of-way documents, then the Project shall be deemed accepted by the DEPARTMENT. 14. 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. 15. 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. 16. 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. FM # 433173-2-58-01 Page 1 of 1 EXHIBIT "E" NOTICE OF COMPLETION JOINT PARTICIPATION AGREEMENT Between THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION And COLLIER COUNTY PROJECT DESCRIPTION: Landscape Improvements of SR 84 (Davis Boulevard) from Whitten Drive to Santa Barbara Boulevard FINANCIAL MANAGEMENT ID# 433173-2-58-01 In accordance with the Terms and Conditions of the JOINT PARTICIPATION AGREEMENT, the undersigned hereby provides notification that the work authorized by this Agreement is complete as of , 20 By: Name: Title: 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 Landscape Architect 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. SEAL By: A.S.L.A. Name: Date FM # 433173-2-58-01 Page I of l EXHIBIT "F" AGENCY RESOLUTION .0 �o FORT WALTON PANAMA McGee & Associates WINSTAR WYNDEMERE GOLDEN GATE CITY FOREST GLEN CEDAR HAMMOCK PLANTATION COUNTRYSIDE FOXFIRE KINGS LAKE CROWN FALLING WATERS POINTE NAPLES HERITAGE THE CLUB ESTATES NAPLES LAKESSHADOWWOODROYAL WOODS RIVIERA GOLF ESTATRS LELY GREY OAKS POINCIANA VILLAGE BERKSHIRE LAKESBRIARWOOD NAPLES AIRPORT COLLIER COUNTY GOV. CENTER GLADES LAKEWOOD LAKE AVALONE NAPLES MANOR ROYAL HARBOR WORLD TENNIS CENTER LELY RESORT Davis Blvd Davis BlvdDavis Blvd Golden Gate PkwyGolden Gate Pkwy Collier BlvdCollier BlvdRattlesnake Hammock RdBayshore Dr Airport-Pulling Rd Interstate - 75Radio Rd Radio RdSanta Barbara BlvdSanta Barbara BlvdT am i am i T r a il Green Blvd Liningston RoadAirport-Pulling Rd Tamiami Trail L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Key Sheet\17_keysld01 R100 8-17-17.dwg, LD-1, 8/18/2017 1:20:29 PM EXHIBIT C Page 1 of 46 McGee & Associates L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-02_sgnld01, 8/18/2017 11:28:23 AM EXHIBIT C Page 2 of 46 McGee & Associates L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-03_sumpild01, 8/18/2017 11:28:26 AM EXHIBIT C Page 3 of 46 McGee & Associates L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-04_tabqld01, 8/18/2017 11:28:42 AM EXHIBIT C Page 4 of 46 DAVIS BLVD. (S.R. 84) IRRIGATION SYSTEM TABULATION OF QUANTITIES BID / PAY ITEM 570-90 DESCRIPTION UNITS QUANTITIES 1 DAVIS BLVD. SYSTEM #3 IRRIGATION WATER SOURCE MIXING CHAMBER PUMP STATION: (BY COUNTY, NOT IN CONTRACT) DISCONNECT AND REMOVE EXISTING PUMP STATION. FURNISH & INSTALL NEW 10 HP PUMP PACKAGE (NAPLES ELECTRICAL MOTOR WORKS MODEL #VDF-NETA-LP-CENT-10-1-230) "OR APPROVED EQUAL" CAPABLE OF 120 GPM AT 70 PSI PUMP DISCHARGE. TO INCLUDE ALL ELECTRICAL UPGRADES TO ELECTRICAL SERVICE, PANELS, GROUNDING AND IRRIGATION PIPING CONNECTIONS TO MAIN LINE. TO BE 100% OPERATIONAL AND INCLUDE ALL PERMITTING AND INSTALLATION FEES. REFER TO PUMP NOTES, SPECIFICATIONS AND DETAILS FOR REQUIRED COMPONENTS. EA. 1 2 EXISTING IRRIGATION CONTROLLER: CONNECT ALL LOW VOLTAGE VALVE WIRING AND TEST SYSTEM. TO INCLUDE HUNTER MINI-CLIK II RAIN SHUTOFF SENSOR. TO BE 100% OPERATIONAL. REFER TO NOTES, SPECIFICATIONS AND DETAILS FOR REQUIRED COMPONENTS.EA. 1 3 3" MAIN LINE FLANGED EPOXY COATED ISOLATION GATE VALVE WITH NON-RISING STEM IN(JUMBO SIZE) RAINBIRD VALVE BOXES VBJMBH, NOMINAL SIZE TO BE 26.3" X 19.8" X 12". LID LABEL TO READ "IRRIGATION". TO INCLUDE 6" EXTENSIONS AS NEEDED.EA. 1 4 FURNISH & INSTALL MAIN LINE: 3" PVC PANTONE PURPLE 522C, 1120-1220 CLASS 200 GASKETED OR SOLVENT WELD IRRIGATION PIPING WITH DUCTLE IRON PIPE FITTINGS & THRUST BLOCKING. BY TRENCHING, SEE PLAN NOTES AND DETAILS.LF 3,300 5 FURNISH & INSTALL: 3" HDPE-CLASS 150 SDR11 TO PVC PIPING MECHANICAL JOINTS EA. 8 6 FURNISH & INSTALL: TORO 220-227-X-5, 1.25" 220 SERIES BRASS ELECTRIC AC SOLENOID VALVE WITH PRESSURE REGULATOR, 2.5" RED WHITE 206 SERIES ISOLATION VALVE. RAINBIRD VALVE BOXES VBJMBH, 26.3" X 19.8" X 12". LID TO READ "IRRIGATION". 6" EXTENSIONS AS NEEDED. "OR APPROVED EQUAL" EA. 32 7 TORO 570Z SERIES SPRAYS 570ZPRX MODEL 570Z-6P-PRX-E WITH PRECISION SERIES SPRAY NOZZLES. RADIUS AND COVERAGE PATTERN VARY. INCLUDES PVC PANTONE PURPLE 522C 1120-1220 CLASS 200 SOLVENT WELD LATERAL PIPING FROM ZONE VALVES TO SPRINKLERS. "OR APPROVED EQUAL" EA.193 8 TORO 570Z SERIES SPRAYS 570ZPRX MODEL 570Z-12P-SI-PRX-E WITH PRECISION SERIES SPRAY NOZZLES. RADIUS AND COVERAGE PATTERN VARY. INCLUDES PVC PANTONE PURPLE 522C 1120-1220 CLASS 200 SOLVENT WELD LATERAL PIPING FROM ZONE VALVES TO SPRINKLERS. "OR APPROVED EQUAL" EA. 352 9 FURNISH & INSTALL: TORO T5 RAPIDSET SERIES 5" HT. ROTOR MODEL T5P-XX-E-RS WITH XX - 1.5, 3.0 OR 6.0 NOZZLES. INCLUDES PVC PANTONE PURPLE 522C 1120-1220 CLASS 200 SOLVENT WELD LATERAL PIPING FROM ZONE VALVES TO SPRINKLERS. "OR APPROVED EQUAL"EA. 87 10 FURNISH & INSTALL VALVE WIRE CONDUITS: 2.5" DIA. SCH. 40 PVC GRAY CONDUIT WITH 90 DEGREE SWEEPS AT VALVE WIRING PULL / JUNCTION BOX LOCATIONS. SEE NOTES, SPECIFICATIONS AND DETAILS FOR INSTALLATION REQUIREMENTS.LF 4,894 11 FURNISH & INSTALL VALVE WIRE CONDUITS: 2.5" DIA. SCH. 40 PVC GRAY CONDUIT BY DIRECTIONAL BORING. SEE NOTES, SPECIFICATIONS AND DETAILS FOR INSTALLATION REQUIREMENTS AND REQUIRED COMPONENTS.LF 160 12 FURNISH & INSTALL: FOR VALVE WIRE PULL /JUNCTION BOX, (JUMBO SIZE) RAINBIRD VALVE BOXES VBJMBH, NOMINAL SIZE TO BE 26.3" X 19.8" X 12". LID LABEL TO READ "IRRIGATION". TO INCLUDE 6" EXTENSIONS AS NEEDED.EA. 18 13 FURNISH & INSTALL: IRRITROL 533 ADJUSTABLE FLOOD BUBBLERS. INCLUDES PVC PANTONE PURPLE 522C 1120-1220 CLASS 200 SOLVENT WELD LATERAL PIPING FROM ZONE VALVES TO SPRINKLERS AND FLEX PIPING AT TREE LOCATIONS. SIZE PIPE FOR PROPER FLOWS AS RECOMMENDED IN THE PIPE SIZING SCHEDULE. EA. 97 14 FURNISH & INSTALL: GREEN (RPM) REFLECTIVE PAVEMENT MARKERS ON TOP OF CURBING OR ON PAVEMENT EDGE AT EACH VALVE OR GROUPS OF VALVES. ONE ON EACH SIDE OF MEDIAN CURBING. EXPOXY SET PER FDOT SPECIFICATIONS.EA. 12 15 FURNISH & INSTALL: VALVE CONTROL WIRE, AWG 10 GA. WIRE (COMMON WHITE OR ACTIVATION RED) SOLID COPPER INSULATED SUITABLE FOR DIRECT BURIAL LF 82,644 16 FURNISH & INSTALL: VALVE CONTROL WIRE, AWG 12 GA. WIRE (COMMON WHITE OR ACTIFICATION RED) SOLID COPPER INSULATED SUITABLE FOR DIRECT BURIAL LF 82,198 17 FURNISH & INSTALL: MAIN AND SUBMAIN FLUSH / BLOW OFF ASSEMBLIES PER PLAN NOTES & DETAILS. SIZES TO BE MIN. 2" DIA. AND/OR TO MATCH MAIN SIZE.EA. 1 18 FURNISH & INSTALL: OMNI MARKERS MODEL 168 (PURPLE) AT ENDS OF DIRECTIONA;L BORES AND AT MECHCANICL JOINTS. SEE NOTES, SPECIFICATIONS AND DETAILS FOR INSTALLATION REQUIREMENTS, "OR APPROVED EQUAL"EA. 10 19 FURNISH & INSTALL: WATERMAN AV-150, 1.5" IRRIGATION AIR VACUUM RELEASE ASSEMBLY IN RAINBIRD VALVE BOXES VBJMBH, 26.3" X 19.8" X 12". LID TO READ "IRRIGATION". 6" EXTENSIONS AS NEEDED. "OR APPROVED EQUAL"EA. 1 20 FURNISH & INSTALL: WATERMAN AA-6, 2.5" IRRIGATION PRESSURE RELIEF VALVE ASSEMBLY IN RAINBIRD VALVE BOXES VBJMBH, 26.3" X 19.8" X 12". LID TO READ "IRRIGATION". 6" EXTENSIONS AS NEEDED. "OR APPROVED EQUAL"EA. 1 McGee & Associates L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-05_tabqldir01, 8/18/2017 11:28:45 AM EXHIBIT C Page 5 of 46 McGee & Associates L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-06_gntld01, 8/18/2017 11:28:54 AM EXHIBIT C Page 6 of 46 McGee & Associates L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-07_gntld02, 8/18/2017 11:29:05 AM EXHIBIT C Page 7 of 46 RIGHT−OF−WAY RIGHT−OF−WAY 105 106 107 108 109 110 WHITTEN DRIVE S.R. 84 (DAVIS BLVD.) WESTBOUND S.R. 84 (DAVIS BLVD.) EASTBOUND RIGHT−OF−WAY RIGHT−OF−WAY McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-08_planld01, 8/18/2017 11:29:16 AM EXHIBIT C Page 8 of 46 WATER DO NOTENTERD O N O TE N T E R 10 111 112 113 114 115 S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) 80' COLLIER COUNTY DRAINAGE EASEMENT EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND HERITAGE TRAIL JC 20 McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-09_planld02, 8/18/2017 11:29:26 AM EXHIBIT C Page 9 of 46 SAN WATER SAN SD SD ELEC SD S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND 116 117 118 119 120 121 HILLWAY CIR. JC 40 BHJ 20 McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-10_planld03, 8/18/2017 11:29:37 AM EXHIBIT C Page 10 of 46 SPEEDLIMIT50122 123 124 125 126 £ SURVEY S.R. 84 (DAVIS BLVD.) S.R. 84 (DAVIS BLVD.) WESTBOUND FLORIDA CLUB CIR.EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND MC 14 PA 20 MC 2 McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-11_planld04, 8/18/2017 11:29:48 AM EXHIBIT C Page 11 of 46 WATER SAN COUNTY EXIST. R/W LINE EXIST. R/W LINE GLEN EA 127 128 MC 12 JC 40 WATERWATER SPEEDLIMIT50S.R. 84 (DAVIS BLVD.) WESTBOUND Y BARN RD. £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND AGLE BLVD. 129 130 131 132(<50kV)100' GROUND COVER ONLY RE12 1 TC 1 RE12 1 AE 878 RE12 1 BS 42 TI 1 RE12 1 RE12 1 BSA 12 6' H.C.6' H.C. McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-12_planld05, 8/18/2017 11:29:58 AM EXHIBIT C Page 12 of 46 DO NOTENTER24" RCP 133 134 135 136 137 138 S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE EXISTING SIGN TO REMAIN S.R. 84 (DAVIS BLVD.) EASTBOUND 100' GROUND COVER ONLY 100' GROUND COVE1 TC RE12 1 BSA 30 BS 42 QC 1 JM 1 QC 1 43 DB SC 16 QC 1 DB 49 QC 1 1 RE12 RE12 1 BS 42 TI 1 RE12 1 DB 80 AE 884 6' H.C. 6' H.C. 6' H.C. 6' H.C.6' H.C. McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-13_planld06, 8/18/2017 11:30:10 AM EXHIBIT C Page 13 of 46 24" RCP S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND 38 139 140 141 142 143 TERRACINA ER ONLY 1 RE12 RE12 1 RE12 1 RE12 1 DB 51 TC 1 1 RE12 RE12 1 1 RE12AE 358 1 DR 1 QCHC 50 HC 51 QC 1 TC 1 BSA 516' H.C.6' H.C.6' H.C. 6' H.C.6' H.C. 6' H.C. McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-14_planld07, 8/18/2017 11:30:19 AM EXHIBIT C Page 14 of 46 WATER DO NOTENTER144 145 146 147 148 149 £ SURVEY S.R. 84 (DAVIS BLVD.) S.R. 84 (DAVIS BLVD.) WESTBOUND UNITY WAY EXIST. R/W LINE EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND 100' GROUND COVER ONLY 100' GROUND COVER ONLY 100 DB RE12 1 TC 1 RE12 1 1 DR BSA 50 RE12 1 AE 362 TI 1 RE12 1 1 RE12 1 TC RE12 1 DB 51 1 RE12 1 RE12 683 AE 6' H.C.6' H.C. 6' H.C.6' H.C. McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-15_planld08, 8/18/2017 11:30:28 AM EXHIBIT C Page 15 of 46 SAN84S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND 150 151 152 153 154 EXIST. R/W L 100' GROUND COVER O DB 56 1 RE12 1 TC 1 RE12 TC 1 RE12 1 42 BS JM 1QC 1 SP12 1 1 SP8SP18 1 HC 52 1 SP18 SP8 1 SP12 1 QC 1 HC 56 JM 1 1 RE12 1 TC BS 42 1 RE12 RE12 1 BSA 42 RE12 1 SC 18 QC 1 6' H.C.6' H.C.6' H.C. 6' H.C. 6' H.C. McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-16_planld09, 8/18/2017 11:30:36 AM EXHIBIT C Page 16 of 46 WATER WATER WATER WATER 155 156 157 158 159 160 S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) FALLING WATERS BLVD. COUNTRYSIDE DR. W LINE EXIST. R/W LINE EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND ONLY 100' GROUND COVER ONLY VM 3 BS 42 2 VM 3 VM 42 BSA 2 VM VM 3 BS 42 3 VM AE 973 6' H.C. 6' H.C. 6' H.C. McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-17_planld10, 8/18/2017 11:30:45 AM EXHIBIT C Page 17 of 46 WATER WATER SAN WATER WATERSPEEDLIMIT50S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND 161 162 163 164 165 166 S.R. 84 (DAVIS BLVD.) WESTBOUND VM 1 VM 1 DB 20 VM 1 DB 20 BSA 20 VM 1 BSA 20 VM 1 VM 1 VM 1 VM 1 BSA 20 BSA 20 BSA 20 VM 1 1 LI 1 SP18 1 SP18 1 LIBS 136 1 SP18 1 LI TI 2 TI 2 1 SP12 1 SP8SP18 1 TC 1 DB 51 SP18 1SP12 1 SP8 1 6' H.C.6' H.C.6' H.C. 6' H.C.6' H.C. McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-18_planld11, 8/18/2017 11:30:54 AM EXHIBIT C Page 18 of 46 166 167 168 169 170 171 £ SURVEY S.R. 84 (DAVIS BLVD.) S.R. 84 (DAVIS BLVD.) WESTBOUND SANTA BARBARA BLVD. EXIST. R/W LINE EXIST. R/W LINE EXIST. R/W LIN EXIST. R/W LINE EXIST. R/W LINE SANTA BARBARA BLVD. 100' GROUND COVER ONLY DB 8 AE 453 VM 1 20 DB 6' H.C. McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-19_planld12, 8/18/2017 11:31:03 AM EXHIBIT C Page 19 of 46 McGee & Associates L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-20_planir01 notes (1), 8/18/2017 11:47:31 AM EXHIBIT C Page 20 of 46 ’ McGee & Associates L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-21_planir02 notes 2, 8/18/2017 11:47:41 AM EXHIBIT C Page 21 of 46 McGee & Associates L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-22_planIR03 LEGEND, 8/18/2017 11:47:55 AM EXHIBIT C Page 22 of 46 RIGHT−OF−WAY RIGHT−OF−WAY 105 106 107 108 109 110 WHITTEN DRIVE S.R. 84 (DAVIS BLVD.) WESTBOUND S.R. 84 (DAVIS BLVD.) EASTBOUND McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-23_planld01, 8/18/2017 11:48:07 AM EXHIBIT C Page 23 of 46 WATER DO NOTENTERD O N O TE N T E R 10 111 112 113 114 115 S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) 80' COLLIER COUNTY DRAINAGE EASEMENT EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND HERITAGE TRAIL McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-24_planld02, 8/18/2017 11:48:14 AM EXHIBIT C Page 24 of 46 SAN WATER SAN SD SD ELEC SD S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND 116 117 118 119 120 121 HILLWAY CIR. McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-25_planld03, 8/18/2017 11:48:21 AM EXHIBIT C Page 25 of 46 SPEEDLIMIT50122 123 124 125 126 £ SURVEY S.R. 84 (DAVIS BLVD.) S.R. 84 (DAVIS BLVD.) WESTBOUND ORIDA CLUB CIR.EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND 1 2 3 4Q McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-26_planld04, 8/18/2017 11:48:28 AM EXHIBIT C Page 26 of 46 WATER WATERWATER SAN SPEEDLIMIT50S.R. 84 (DAVIS BLVD.) WESTBOUND COUNTY BARN RD. £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE EXIST. R/W LINE EXIST. R/W EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND GLEN EAGLE BLVD. 127 128 129 130 131 132(<50kV)McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-27_planld05, 8/18/2017 11:48:35 AM EXHIBIT C Page 27 of 46 DO NOTENTER24" RCP 133 134 135 136 137 138 S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE EXISTING SIGN TO REMAIN S.R. 84 (DAVIS BLVD.) EASTBOUND McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-28_planld06, 8/18/2017 11:48:42 AM EXHIBIT C Page 28 of 46 24" RCP S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND 38 139 140 141 142 143 TERRACINA McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-29_planld07, 8/18/2017 11:48:49 AM EXHIBIT C Page 29 of 46 WATER DO NOTENTER144 145 146 147 148 149 £ SURVEY S.R. 84 (DAVIS BLVD.) S.R. 84 (DAVIS BLVD.) WESTBOUND UNITY WAY EXIST. R/W LINE EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-30_planld08, 8/18/2017 11:48:57 AM EXHIBIT C Page 30 of 46 SAN84S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND 150 151 152 153 154 EXIST. R/W L McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-31_planld09, 8/18/2017 11:49:04 AM EXHIBIT C Page 31 of 46 WATER WATER WATER WATER 155 156 157 158 159 160 S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) FALLING WATERS BLVD. COUNTRYSIDE DR. W LINE EXIST. R/W LINE EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-32_planld10, 8/18/2017 11:49:11 AM EXHIBIT C Page 32 of 46 WATER WATER SAN WATER WATERSPEEDLIMIT50S.R. 84 (DAVIS BLVD.) WESTBOUND £ SURVEY S.R. 84 (DAVIS BLVD.) EXIST. R/W LINE EXIST. R/W LINE EXIST. R/W LINE S.R. 84 (DAVIS BLVD.) EASTBOUND 161 162 163 164 165 166 S.R. 84 (DAVIS BLVD.) WESTBOUND McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-33_planld11, 8/18/2017 11:49:19 AM EXHIBIT C Page 33 of 46 66 167 168 169 170 171 £ SURVEY S.R. 84 (DAVIS BLVD.) S.R. 84 (DAVIS BLVD.) WESTBOUND SANTA BARBARA BLVD. EXIST. R/W LINE EXIST. R/W LINE EXIST. R/W LINEEXIST. R/W LINE SANTA BARBARA BLVD. McGee & Associates FEETSCALE 4002040 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-34_planld12, 8/18/2017 11:49:26 AM EXHIBIT C Page 34 of 46 McGee & Associates THRUST BLOCK DETAILS TYPICAL TRENCHING DETAIL L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-35_planld13 (2), 8/18/2017 11:49:33 AM EXHIBIT C Page 35 of 46 McGee & Associates IRRIGATION MAIN LINE BLOW OFF INSTALLATION DETAIL FINISHED GRADE MAIN LINE ISOLATION VALVE INSTALLATION DETAIL SUBMAIN BLOW OFF INSTALLATION DETAIL FINISHED GRADE FINISHED GRADE L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-36_planld14 (2), 8/18/2017 11:49:36 AM EXHIBIT C Page 36 of 46 McGee & Associates INSTALLATION DETAIL MAIN LINE AIR & VACUUM RELEASE VALVE VALVE INSTALLATION DETAIL MAIN LINE AIR PRESSURE RELIEF L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-37_planld15 (2), 8/18/2017 11:49:39 AM EXHIBIT C Page 37 of 46 McGee & Associates 12" HIGH POP UP SPRINKLER INSTALLATION DETAIL TREE/PALM FLOOD BUBBLERS INSTALLATION DETAIL PLAN VIEW ELEVATION/SECTION L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-38_planld16 (2), 8/18/2017 11:49:42 AM EXHIBIT C Page 38 of 46 McGee & Associates TYPICAL VALVE WIRING PULL & JUNCTION BOX 6" MIN. L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-39_planld17 (2), 8/18/2017 11:49:44 AM EXHIBIT C Page 39 of 46 McGee & Associates TYPICAL ELECTRIC SOLENOID VALVE ASSEMBLY 24 VOLT WIRE CONNECTION DETAIL PHASE 2 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-40_planld18 (2), 8/18/2017 11:49:47 AM EXHIBIT C Page 40 of 46 IRRIGATION SLEEVE CONNECTION & SEALING DETAILMAIN LINE ROADWAY CROSSING WITH DIRECTIONAL BORE TYPICAL DIRECTIONAL BORING PROFILE / SECTION McGee & Associates L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-41_planld19, 8/18/2017 11:49:53 AM EXHIBIT C Page 41 of 46 MODEL # VFD-CENT-10-230-1 1) DISCHARGE ISOLATION VALVE 2) HYDRO VALVE CAPABLE OF COMMUNICATING WITH MOTOROLA CONTROLLER 3) 2 GALLON PRESSURE TANK 4) ROLL GROOVE MANIFOLD 5) FOOT VALVE SET IN TANK 6) 10HP CENTRIFUGAL PUMP WITH OVER HEAT PROTECTION 7) 48"W X 56"L X 54"H FOREST GREEN FIBERGLASS FLIP TOP COVER 8) 52"W X 60"L WELDED ALUMINUM FRAME 9) UL LISTED CONTROL PANEL W/ VFD CONTROLS IN A FIBERGLASS ENCLOSURE WITH FAULT RESET/DETECTION VIA MOTOROLA CONTROLLER, LOSS OF PRIME, LOW PRESSURE, AND TRANSIENT SURGE PROTECTION 10) STAINLESS STEEL LOCKABLE HASP 11) STAINLESS STEEL HINGE AND HARDWARE 12) CONCRETE MIXING CHAMBER PUMP PERFORMANCE 120 GPM @ 70 PSI 8 7 6 5 2 9 3 4 1 10 NOTE: Fiberglass Reinforced Enclosure with Forest Green Chemical & Ultraviolet Grade Gelcoat Finish. Maintain 3' clerance from all sides of pumpstation. 12 11 12 McGee & Associates EXISTING PUMP STATION & MIXING CHAMBER WATER SOURCE DETAILS PROPOSED PUMP STATION #3 PACKAGE DETAIL EX. PUMP STATION #3 MIXING CHAMBER SECTION/ELEVATION SCHEMATIC "OR APPROVED EQUAL" L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-42_planld20 (3), 8/18/2017 11:50:06 AM EXHIBIT C Page 42 of 46 McGee & Associates L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-43_planld21 (2), 8/18/2017 11:50:11 AM EXHIBIT C Page 43 of 46 McGee & Associates SERVICE SIZE: ________AMP, __________ V, ________ PHASE, ___ WIRE % DEMANDFULL LOAD: ______ AMP @ 100 TOTAL: MOTOROLA EQUIPMENT 2-120 V RECEPTACLES __ - ___ HP PUMP ___ PHASE WATTAGEBREAKERSCONDUCTORSCOMPONENTS LOAD CALCULATIONS: _________________________ ELECTRICAL CONTRACTOR: __ HP,____V, ___ PHASE CE-1 IRRIGATION CONTROLLER & ELECTRICAL SERVICE ENCLOSURE DETAIL LEGEND: C-1 CONTROLLER ENCLOSURE "B" GENERAL INSTALLATION AND BID NOTES: E-1 LEGEND: ELECTRICAL ENCLOSURE "A" WITH GFI _____________ ______________________ _____________ ______________________ _____________ ______________________ ___________ _________________________ _________________________ _________________________ _________________________ COLLIER COUNTY MOTOROLA IRRIGATION CENTRAL CONTROL SYSTEM L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Irrigation\PLANLDIR01 8-17-17.dwg, LD-44_planld22, 8/18/2017 11:50:16 AM EXHIBIT C Page 44 of 46 McGee & Associates S.R. 84 (DAVIS BLVD.) potassium sulfateXX IRON APPLICATIONS XXXXXXXXXXXX XX XX Monthly12. INSPECTIONS Trash removed with each site visit before mowingXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX11. TRASH REMOVAL on an as needed basis. Inspect areas weeklyApplied only by properly licensed applicator. Pest & disease control to occur monthlyXXXXXXXXXXXX10. PEST & DISEASE CONTROL for removal. Review and adjust weekly. Remove after 6 months.Review installation staking/guying of Trees and Palms at 3 months intervals 9. TREE STAKING Recycled premium wood chips Apply 2" depth of mulch per applicationXX8. MULCHING supervision and guidance. and to remove dead or diseased foliagePrune per ANSI A300 (Part 1)-2001 & ANSI Z133.1-2000 under certified Arborist Prune as needed to maintain plant shapes XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX7. PRUNING and/or EPA approved chemical herbicides All planting areas weeded weekly by hand XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX6. WEEDING off all sidewalks and pavement. Edging debris shall be blown Edging to occur with each mowingXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX5.EDGING Mowing with mulching type mowers, Sidewalks & pavement to be blown clean All turf areas to be cut at a 3.0" height XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX4. MOWING system weekly. establishment period. Inspect and run irrigation3 times per week suplemental watering per County or SFWMD water restrictions Set irrigation system as needed by Contractor for 3. WATERING / IRRIGATION with water soluable components and sulfur-coated Soil application of iron (Trachelene (FeEDDHA (138) Supply and install, all fertilizer to be 100% slow releaseTwo appl. of 8-2-12+4Mg+TecMag granular top dress @ a rate of 1.5 #/100 s.f. Annual fertilization schedule applications XX2. FERTILIZATION Review monthly replace after each interim inspectionXXXXXXXXXXXX1. PLANT REPLACEMENT COMMENTS / SPECIFICATIONS DEC.NOV.OCT.SEPT.AUG.JUL.JUN.MAYAPR.MAR.FEB.JAN. MAINTENANCE SERVICE ITEMS X - Indicates times per month of service items LEGEND: PROJECT GENERAL MAINTENANCE SCHEDULE Collier County 05/2017 PLANT ESTABLISHMENT PERIOD AND COLLIER COUNTY'S ANNUAL MAINTENANCE SCHEDULE Coordinate with Collier County Irrigation Project Manager. XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-45_planlTMP, 8/18/2017 11:31:11 AM EXHIBIT C Page 45 of 46 24" RCP 24" RCP McGee & Associates FEETSCALE 3000150300 L:\Projects\2016-005PR1 Davis Blvd\DWG\43317315201-CADD\Landscape\DESIGN\PLANLD01 R100 8-17-17.dwg, LD-46_planLMT, 8/18/2017 11:31:14 AM EXHIBIT C Page 46 of 46 Landscape Architecture November 2, 2017 Pamela Lulich, PLA, CPM Landscape Operations Manager Growth Management Department Road Maintenance Division 2885 South Horseshoe Drive Naples, Florida 34104 Subject: Davis Boulevard, SR 84 (from Whitten Drive to Santa Barbara Boulevard) FDOT Financial Management No. 433173-2-58-01 Collier County Project No. 60193 Landscape Architects Opinion of Probable Cost (Engineer's Estimate) Dear Ms. Lulich, As the Landscape Architect of Record the purpose of this letter is to document our opinion of probable cost for the above listed project. It is our opinion that the landscape and irrigation installation cost for this project based upon our 11/2/17 final plans and opinion of probable cost is $318,661.03. Cordially, Michael A. McGe:eXil'a., i.s.a. President Michael A. McGee, Landscape Architect, P.A., d.b.a. McGee & Associates Design " Environmental Management ' Planning " Arborist 5079 Tamiami Trail East I P. O. Box 8052 Naples, Florida 34101 Phone (239) 417-0707 * Fax (239) 417-0708 LA0000864 * LCC000098 * FL 1023A