Loading...
Backup Documents 11/10/2009 Item #16B 2 ~ ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16,., B "') TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO c; THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. Original documents should be hand delivered 10 the Board Office. The completed routing slip and original documents are to be forwarded to the Board Office Imly after the Board has taken action on the item) ROUTING ~IP Complete routing lines # 1 through #4 as appropriate for additional signatures, d~t:~, and/o:~~ormation needed. If the document is already complete with the exccotion ofttle Chairman's signature, draw a line throuO'h routinplines #1 thrau #4, com ete the checklist, and forward to Sue Filson line#5). Route to Addressee(s) Office Initials Date (List in roUtiD!! order) 1. 2. Ian Mitchell, Executive Manager Board of County Commissioners ~ It ({O/6~ 3. Minutes and Records Clerk of Court's Office 4. Michael Greene, Transportation Transportation Division Planning Manager 5. Karen Miracola FDOT 6. Minutes and Records Clerk of Court's Office PRIMARY CONTACT INFORMATION (The primary conta:t is the holder of the original document pending Bee approval. Normally the primary contact is the person who created/prepared the executive summary. Primary contact information is needed in the event one of lhe addressees above, incllrling Sue Filson, need to cmtact staff for additional or missing information. All original documents needing the Bec Chairman's signature are to be delivered to the Bee office only after the Bee has acted to approve the item.) Name of Primary Staff Michael Greene Phone Number 252-5849 Contact Agenda Date Item was 11-10-09 Agenda Item Nwnber 16 B 2 Approved bv the BCC Type of Docwnent Agreement & Resolution t'IfJ/vA N umber of Original 4 Attached Documents Attached 1. INSTRUCTIONS & CHECKLIST Initial the Yes colwnn or mark "N/A" in the Not Applicable column, whichever is a ro riate. Original docwnent has been signed/initialed for legal sufficiency. (All docwnents to be signed by the Chainnan, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney, This includes signature pages from ordinances, resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the &lard and ossibl State Officials.) All handwritten strike-through and revisions have been initialed by the County Attorney's Office and all other arties exce t the BCC Chainnan and the Clerk to the Board The Chairman's signature line date has been entered as the date ofBCC approval of the document or the fmal ne otiated contract date whichever is a licable, "Sign here" tabs are placed on the appropriate pages indicating where the Chainnan' s si nature and initials are re uired. In most cases (some contracts are an exception), the original document and this routing slip should be provided to Sue Filson in the BCC office within 24 hours of BCC approval. Some docwnents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of our deadlines! The document was approved by the BCC on 11-10-09 (enter date) and all changes made during the meeting have been incorporated in the attached document. The Count Attorne 's Office has reviewed the chan es, if a licable. Yes (Initial) N/A (Not A licable) 2. 3. 4. 5. 6. ,"'" 'l\I"\r\. tv ~ I:) l.<') l.'.J l: Forms/ eOWlty Forms/ Bce Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2.24.05 MEMORANDUM Date: November 16, 2009 To: Michael Greene, Planning Manager Planning Department From: Teresa Polaski, Deputy Clerk Minutes & Records Department Re: Resolution 2009-264 Enclosed please find a Certified Resolution and the Original Document as referenced above, (Agenda Item #16B2) approved by the Board of County Commissioners on Tuesday, November 10, 2009. Please return a fully executed orie:inal to the Minutes and Records Department for the Board's Official Record. If you should have any questions, please contact me at 252-8411. Thank you. Enclosures 1682 1682 RESOLUTION NO. 2009- 264 A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA, APPROVING A MEMORANDUM OF AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, AUTHORIZING THE COUNTY TO INCORPORATE FDOT'S PLANNED PROJECT TO RESURFACE THE INTERSECTION OF US-4I AND SR/CR-95I INTO THE COUNTY'S IMPROVEMENT PROJECT FOR SR/CR-951 AND AGREEING TO ENTER INTO A JOINT PROJECT AGREEMENT ADDRESSING FDOT'S REIMBURSEMENT TO THE COUNTY FOR THE ASSUMED COST OF RESURFACING IN FDOT FISCAL YEAR 2013. WHEREAS, the State of Florida Department of Transportation (FDOT) is willing to enter into a Memorandum of Agreement ("MOA") with Collier County, wherein FDOT authorizes the County to incorporate FDOT's planned project to resurface the intersection of US- 41 and SR/CR-951 (the "Resurfacing Project") into the County's road improvement project for SR/CR-951; and WHEREAS, as part of the MOA, FDOT further agrees to enter into a Joint Project Agreement with the County to reimburse it for assuming the Resurfacing Project up to a maximum amount of $7,625,576.00, which sum is programmed into FDOT's Adopted Work Program under FM# 425209-1 as of July 1,2012; and WHEREAS, the Collier County Board of County Commissioners finds that it is in the public interest to enter into the MOA and coordinate these State and County projects in a cost efficient manner in the best interests of the citizens of Collier County. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that; I. The Board of County Commissioners approves the Agreement and authorizes its chairman, Donna Fiala, to execute the Memorandum of Agreement. 2. A certified copy of this Resolution will be forwarded by the Collier County Clerk to FDOT along with the executed Memorandum of Agreement. This Resolution adopted after motion, second and majority vote favoring same this lOth day of November, 2009. ,."f' ATI.f,'S.T';'';;' ;, .PWiGH12ri:'~()CK, Clerk , '-. . ,', ~!~~ "tilli~' Oft," AP~if ;2j~ sufficiency: Scott R. Teach Deputy County Attorney 16B2 BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: /Q-;rr?V-./ ~c'lt? DO:J:A FIALA, Chairman Ikrn#liafh( Agenda /1 L 'do Date -7f1JlI.Y I ~:': '11Iol()lj rk 2 1682 MEMORANDUM OF AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND COLLIER COUNTY THIS MEMORANDUM OF AGREEMENT (hereinafter, "Agreement") is made and entered into this ~"of N.'. "",to.. .. , 2009, by and between COLLIER COUNTY, FLORIDA, a political subdivision of the State of Florida (hereinafter, the "COUNTY") and the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, (hereinafter, the "DEPARTMENT"), to allow the COUNTY to include and complete a DEPARTMENT resurfacing project, and for the parties to enter into an agreement for the reimbursement of resurfacing project costs by the DEPARTMENT. R E C I TAL S: 1. Whereas, the DEPARTMENT intends to resurface the intersection of US-41 and SR/CR-951 ("Resurfacing Project"); and 2. Whereas, the COUNTY intends to do improvements to SR/CR-951("County Project"), which includes this Intersection; and 3. Whereas, the COUNTY is willing to include the DEPARTMENT's Resurfacing Project into the County's Project; and 4. Whereas, the DEPARTMENT is willing to allow the COUNTY to do the Resurfacing Project and reimburse the COUNTY for the cost; and 5. Whereas, the DEPARTMENT and the COUNTY are willing to enter into a Joint Project Agreement detailing the reimbursement terms for Resurfacing Project. WIT N E SSE T H: NOW, THEREFORE, in consideration of the above promises and other good and valuable consideration exchanged amongst the parties, and in consideration of the covenants contained herein, the parties agree as follows: 1. All of the above recitals are true and correct and are hereby expressly incorporated herein by reference as if set forth fully below. 2. The COUNTY agrees to do the following: a. Get the County Project 'Production Ready', which shall include a complete PD & E reevaluation, and b. Complete design for the County Project, which shall include obtaining approval from the DEPARTMENT for the design, and 1682 MOA: COLLIER COUNTY RESURFACING PROJECT Page 2 of 3 c. Design the Resurfacing Project in accordance with FOOT's PPM, Standard Specs, Design standards. The Resurfacing Project shall also include conversion of the existing span wire to mast arms at mile post 8.491 and mile post 8.615. During the design phase, all guardrail within the project limits shall be field verified, and the COUNTY shall replace all guardrail within the project limits deemed necessary by the DEPARTMENT. The COUNTY shall design and construct any thrierail connection retrofit at the bridges at Henderson Creek (030289 & 030288) as deemed necessary by the DEPARTMENT. d. Enter into a Joint Project Agreement ("JPA") with the DEPARTMENT for reimbursement of Resurfacing Project costs. 3. The DEPARTMENT agrees to do the following: a. Allow the COUNTY to include and complete the Resurfacing Project, and b. Upon the COUNTY notifying the DEPARTMENT that the County Project is Production Ready, enter into a JPA with the COUNTY for reimbursement of Resurfacing Project costs. 4. The Parties agree: a. That terms of the reimbursement for the Resurfacing Project costs shall be addressed in the JPA executed after July 1,2012 by the Department, and b. The maximum participation by the DEPARTMENT shall be for Seven million six hundred twenty-five thousand five hundred seventy-six dollars ($7,625,576.00) programmed in the Adopted work program under FM# 425209-1 as of July 1, 2012 for Resurfacing and Intersection Improvement Project costs reimbursement to the COUNTY, and c. No construction or CEI reimbursement shall be available before the DEPARTMENT's fiscal year 2013; and d. Reimbursement from the DEPARTMENT is subject to the following statutory requirement: 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. Accordingly, the State of Florida's performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Legislature. 1682 MOA: COLLIER COUNTY RESURFACING PROJECT Page 3 of 3 IN WITNESS WHEREOF, COLLIER COUNTY has caused this Agreement to be executed in its behalf through its Board of County Commissioners through its Chairperson or designee, and the DEPARTMENT has caused this Agreement to be executed in its behalf through its District Secretary for District One, FLORIDA DEPARTMENT OF TRANSPORTATION as indicated below. This Agreement shall become effective on: Department to enter date. COLLIER COUNTY ATTEST ~"'" E. BRoe~, CLERK ,~~~k ~ CLE, R~tt.'st II to C!\. r~ II a.q s19ll1t..,.. 0" I . , DATE SU STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ATTEST BY: BY: PRINT NAME PRINT NAME TITLE DATE TITLE DATE FLA. DEPT. OF TRANS, LEGAL REVIEW: BY: ~ Florida Department of Transportation CHARLIE CRIST GOVERNOR P.O Box 1030 Fort Myers, Florida 33902-1030 STEPHANIE C. KOPELOUSOS SECRETARV December 10,2009 Teresa Polaski, Deputy Clerk Collier Clerk of Court Board's Minutes & Records 3301 E. Tamiami Trail Naples, Florida 34112 Re: Executed MOA to resurface the intersection of US-41 and SR/CR 951 Dear Ms. Polaski: Enclosed is one (1) fully executed Agreement for your records on above referenced project. If you have any questions, please feel free to contact me at (239) 461-4300. Sincerely, Q~ aren A. Miracola District lP A/LF A Coordinator Enclosure Cc: Laurie Beard, Transportation Planner, w/original Michael Greene, Planning Manager, w/copy Teresa Stanley, Grants Coordinator, w/copy Joc Lauk, Design Project Manager, w/copy www.dot.state.fl.us 168< 1682 MEMORANDUM OF AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND COLLIER COUNTY THIS MEMORANDUM OF AGREEMENT (hereinafter, "Agreement") is made and entered into this JD-;" of AJ,"JP...h~ - , 2009, by and between COLLIER COUNTY, FLORIDA, a political subdivision of the State of Florida (hereinafter, the "COUNTY") and the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, (hereinafter, the "DEPARTMENT"), to allow the COUNTY to include and complete a DEPARTMENT resurfacing project, and for the parties to enter into an agreement for the reimbursement of resurfacing project costs by the DEPARTMENT. R E C I TAL S: 1. Whereas, the DEPARTMENT intends to resurface the intersection of US-41 and SR/CR-951 ("Resurfacing Project"); and 2. Whereas, the COUNTY intends to do improvements to SR/CR-951("County Project"), which includes this Intersection; and 3. Whereas, the COUNTY is willing to include the DEPARTMENT's Resurfacing Project into the County's Project; and 4. Whereas, the DEPARTMENT is willing to allow the COUNTY to do the Resurfacing Project and reimburse the COUNTY for the cost; and 5. Whereas, the DEPARTMENT and the COUNTY are willing to enter into a Joint Project Agreement detailing the reimbursement terms for Resurfacing Project. WIT N E SSE T H: NOW, THEREFORE, in consideration of the above promises and other good and valuable consideration exchanged amongst the parties, and in consideration of the covenants contained herein, the parties agree as follows: 1. All of the above recitals are true and correct and are hereby expressly incorporated herein by reference as if set forth fully below. 2. The COUNTY agrees to do the following: a. Get the County Project 'Production Ready', which shall include a complete PD & E reevaluation, and b. Complete design for the County Project, which shall include obtaining approval from the DEPARTMENT for the design, and 1682 MOA: COLLIER COUNTY RESURFACING PROJECT Page 2 of 3 c. Design the Resurfacing Project in accordance with FDOT's PPM, Standard Specs, Design standards. The Resurfacing Project shall also include conversion of the existing span wire to mast arms at mile post 8.491 and mile post 8.615. During the design phase, all guardrail within the project limits shall be field verified, and the COUNTY shall replace all guardrail within the project limits deemed necessary by the DEPARTMENT. The COUNTY shall design and construct any thrierail connection retrofit at the bridges at Henderson Creek (030289 & 030288) as deemed necessary by the DEPARTMENT. d. Enter into a Joint Project Agreement ("JPA") with the DEPARTMENT for reimbursement of Resurfacing Project costs. 3. The DEPARTMENT agrees to do the following: a. Allow the COUNTY to include and complete the Resurfacing Project, and b. Upon the COUNTY notifying the DEPARTMENT that the County Project is Production Ready, enter into a JPA with the COUNTY for reimbursement of Resurfacing Project costs. 4. The Parties agree: a. That terms of the reimbursement for the Resurfacing Project costs shall be addressed in the JPA executed after July 1,2012 by the Department, and b. The maximum participation by the DEPARTMENT shall be for Seven million six hundred twenty-five thousand five hundred seventy-six dollars ($7,625,576.00) programmed in the Adopted work program under FM# 425209-1 as of July 1, 2012 for Resurfacing and Intersection Improvement Project costs reimbursement to the COUNTY, and c. No construction or CEI reimbursement shall be available before the DEPARTMENT's fiscal year 2013; and d. Reimbursement from the DEPARTMENT is subject to the following statutory requirement: 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. Accordingly, the State of Florida's performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Legislature. 1682 l MOA: COLLIER COUNTY RESURFACING PROJECT Page 3 of3 IN WITNESS WHEREOF, COLLIER COUNTY has caused this Agreement to be executed in its behalf through its Board of County Commissioners through its Chairperson or designee, and the DEPARTMENT has caused this Agreement to be executed in its behalf through its District Secretary for District One, FLORIDA DEPARTMENT OF TRANSPORTATIO a indicated below. This Agreement shall become effective on: /0 Department to enter aate. COLLIER COUNTY ATTEST BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA ~ BY: DONNA :l~ IALA, CHAIRMAN /l /;il/t:' 1 / elATE to 0-. '"- , . I. DATE COU STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ATTEST ) By:!Jl1/1~ lnC~ ~~/JJ/~ / ,eJjy^" ~/I.(J "Is ii?:.f~'- l' L \ A IY\Ii\JSWvt ~/5-1&:f /i-fq/tJ1 ~,~: ^-/~vellJ!mlnt!2-/1 Ir., TITLE DATE I LE' { ( DATE FLA. DEPT. OF TRANS. LEGAL REVIEW: rilL I .~y~ ,GJcVf!O$ BY: ~ 1682 Florida Department of Transportation CHARLIE CRIST GOVERNOR P.O Box 1030 Fort Myers, Florida 33902-1030 STEI'HANIE C. KOPELOUSOS SECRETARY December 10, 2009 '-\J C' C -), ,,/ Teresa Polaski, Deputy Clerk Collier Clerk of Court Board's Minutes & Records 3301 E. Tamiami Trail Naples, Florida 34112 '\ . 1\ ," (, " . ,..:.> C ~ j-"V \-' \ U v' . \ \ \ \0 l 0 <] ! l \ ') I ,v \0 rJi. Re: Executed MOA to resurface the intel-section of lJS-41 and SiVeR 951 Dcar Ms. Polaski: I ~ncloscd is one (I) rully executed Agreement ror yom rccords on above rclcrcnced project. I r you havc any qucstions, please reel (t'ce to contact mc at (239) 4() 1-4300. Sincerely, Q~ mcn A. Miracola District JPA/LFA Coordinator Enclosure Cc: Laurie Beard, Transportation Planner, w/original Michael Greene, Planning Manager, w/copy Teresa Stanley, Grants Coordinator, w/copy Joe Lauk, Design Project Manager, w/copy www.dot.state.fl.us 16b2 COLLIER COUNTY GOVERNMENT TRANSPORTATION PLANNING DEPARTMENT TRANSPORTATION SERVICES DIVISION 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 (239) 252-8192 FAX: (239) 252-9370 November 24, 2009 Karen Miracola, District One LF A /JP A Coordinator Florida Department of Transportation 2295 Victoria Avenue, Suite 292W Fort Myers, Florida 33901 Re: Resurfacing Project MOA Dear Karen, Attached please find a certified copy of the resolution and three BCC approved and signed original MOA's. Please have these executed by FDOT and return one original MOA along with the memorandum dated November 16, 2009 to: '~\ Collier Clerk of Courts Attn: Board's Minutes & Records 3301 E. Tamiami Trail Naples, FL 34112 ~....._""."~_",i,. .. On page three please enter the effective date on each MOA. If you could send me a fully executed copy also, I would appreciate it. (Electronically would be fme) If you should have any further questions, please do not hesitate to contact me at 239-252- 5782. Sincerely, Laurie Beard Transportation Planner l68< MEMORANDUM OF AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND COLLIER COUNTY THIS MEMORANDUM OF AGREEMENT (hereinafter, "Agreement") is made and entered into this .J....f:i:...of Noutl'lb~ - , 2009, by and between COLLIER COUNTY, FLORIDA, a political subdivision of the State of Florida (hereinafter, the "COUNTY") and the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, (hereinafter, the "DEPARTMENT"), to allow the COUNTY to include and complete a DEPARTMENT resurfacing project, and for the parties to enter into an agreement for the reimbursement of resurfacing project costs by the DEPARTMENT. R E C I TAL S: 1. Whereas, the DEPARTMENT intends to resurface the intersection of US-41 and SR/CR-951 ("Resurfacing Project"); and 2. Whereas, the COUNTY intends to do improvements to SR/CR-951 ("County Project"), which includes this Intersection; and 3. Whereas, the COUNTY is willing to include the DEPARTMENT's Resurfacing Project into the County's Project; and 4. Whereas, the DEPARTMENT is willing to allow the COUNTY to do the Resurfacing Project and reimburse the COUNTY for the cost; and 5. Whereas, the DEPARTMENT and the COUNTY are willing to enter into a Joint Project Agreement detailing the reimbursement terms for Resurfacing Project. WIT N E SSE T H: NOW, THEREFORE, in consideration of the above promises and other good and valuable consideration exchanged amongst the parties, and in consideration of the covenants contained herein, the parties agree as follows: 1. All of the above recitals are true and correct and are hereby expressly incorporated herein by reference as if set forth fully below. 2. The COUNTY agrees to do the following: a. Get the County Project 'Production Ready', which shall include a complete PD & E reevaluation, and b. Complete design for the County Project, which shall include obtaining approval from the DEPARTMENT for the design, and - 1682 f MOA: COLLIER COUNTY RESURFACING PROJECT Page 2 of 3 c. Design the Resurfacing Project in accordance with FDOT's PPM, Standard Specs, Design standards. The Resurfacing Project shall also include conversion of the existing span wire to mast arms at mile post 8.491 and mile post 8.615. During the design phase, all guardrail within the project limits shall be field verified, and the COUNTY shall replace all guardrail within the project limits deemed necessary by the DEPARTMENT. The COUNTY shall design and construct any thrierail connection retrofit at the bridges at Henderson Creek (030289 & 030288) as deemed necessary by the DEPARTMENT. d. Enter into a Joint Project Agreement ("JPA") with the DEPARTMENT for reimbursement of Resurfacing Project costs. 3. The DEPARTMENT agrees to do the following: a. Allow the COUNTY to include and complete the Resurfacing Project, and b. Upon the COUNTY notifying the DEPARTMENT that the County Project is Production Ready, enter into a JPA with the COUNTY for reimbursement of Resurfacing Project costs. 4. The Parties agree: a. That terms of the reimbursement for the Resurfacing Project costs shall be addressed in the JPA executed after July 1, 2012 by the Department, and b. The maximum participation by the DEPARTMENT shall be for Seven million six hundred twenty-five thousand five hundred seventy-six dollars ($7,625,576.00) programmed in the Adopted work program under FM# 425209-1 as of July 1, 2012 for Resurfacing and Intersection Improvement Project costs reimbursement to the COUNTY, and c. No construction or CEI reimbursement shall be available before the DEPARTMENT's fiscal year 2013; and d. Reimbursement from the DEPARTMENT is subject to the following statutory requirement: 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. Accordingly, the State of Florida's performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Legislature. ,,;... l6/j~ .. MOA: COLLIER COUNTY RESURFACING PROJECT Page 3 of 3 IN WITNESS WHEREOF, COLLIER COUNTY has caused this Agreement to be executed in its behalf through its Board of County Commissioners through its Cbairperson or designee, and the DEPARTMENT has caused this Agreement to be executed in its behalf through its District Secretary for District One, FLORIDA DEPARTMENT OF TRANSPORTATION 'S indicated below. This Agreement shall become effective on: J~/9 fU)o'l Department fo enter dak. COLLIER COUNTY ATTEST .- ~ . C ~ ;;'f1 1t '.~"" DW~.~'E"'~~J<I..CLERK .' '. ~... '. "'~ " f . ~~~~~ \: DATE BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: ~-m~ j~~ DONNA F ALA, CHAIRMAN /I //1) I:~ . ATE SU STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ATTEST BY: ~ ~CW Wyne WCdats ~,(\isk.-hvb ~rrf rJJ/"/09 TI LE DATE ~fdt)/ DccJ- {~j ~INT t~ 'f of, ~DnY~l)t/tJl)tnlnt I ~/ '1/0'1 ITLE r- I C I DATE FLA. DEPT. OF TRANS. LEGAL REVIEW: BY ~4L~~~.:'~~-O~