Loading...
Resolution 2020-054 RESOLUTION NO. 2020 - 5 4 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, APPROVING A COMMUNITY AESTHETIC FEATURE AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT); APPROVING COUNTY FUNDING OF THE COST, ,DESIGN, INSTALLATION, AND MAINTENANCE OF THE PUBLIC ART PROJECT INVOLVING COUNTY IMPROVEMENTS TO COLLIER AREA TRANSIT (CAT) BUS STOPS LOCATED ON CERTAIN FDOT OWNED RIGHTS-OF-WAY. WHEREAS, the Board of County Commissioners ("County") has requested permission from FDOT,to install Public Art community aesthetic features on certain rights-of-way owned by FDOT, ("Project"), by painting the curbs at the CAT bus stops with the CAT bus logo to improve the boarding and alighting areas for the benefit of CAT bus passengers and drivers; and WHEREAS, FDOT and the County agree that transportation facilities enhanced by community aesthetic features can benefit the public, result in positive economic development, and increase tourism both locally and throughout Florida; and WHEREAS, FDOT and the County wish to enter into a Community Aesthetic Feature Agreement,that provides for County funding of the Project, design and construction standards and required approvals; 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 attached Community Aesthetic Feature Agreement. 2. The Board of County Commissioners approves the funding of design, installation, and maintenance costs of the Project. 3. The Collier County Clerk to the Board shall forward a certified copy of this Resolution to FDOT along with the attached Community Aesthetic Feature Agreement for execution by FDOT. 4. This Resolution shall take effect immediately upon adoption. THIS RESOLUTION ADOPTED after majority vote on they ay offtsth, 2020. ATTEST' r :': ,;. BOARD OF COUNTY COMMISSIONERS CRYSIA gEL, CLERK COLLIER COUNTY, FLORIDA y. 4 By: i� y Cler Burt L. Saunders, Chair stgQ e , � on�y. . �r Approv:• .s_i sferm and legality: 4111 Jeffrey A ! 1. •k , County Attorney STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 625-010-10 COMMUNITY AESTHETIC FEATURE AGREEMENT ROADWAY DESIGN OGC-08/17 Page 1 of 12 State Road/Local Road Section No. CAFA No. This Community Aesthetic Feature Agreement ("Agreement") is entered into this day of between the State of Florida, Department of Transportation ("Department") and Board of County Commisioners-Collier ("Agency"). The Department and the Agency are sometimes referred to in this Agreement as a "Party" and collectively as the "Parties." RECITALS A. The Agency has requested permission from the Department to install a [CHOOSE ONE: ®Public Art, ['Local Identification Marker] community aesthetic feature on that certain right-of-way owned by the Department which is located on State Road/Local Road Various see attached list(Exhibit F) at MP in Collier County, Florida ("Project"). B. The Department agrees that transportation facilities enhanced by community aesthetic features can benefit the public, result in positive economic development, and increase tourism both locally and throughout Florida. C. The Parties agree to the installation and maintenance of the Project, subject to the terms and conditions in this Agreement. AGREEMENT 1. TERM. The term of this Agreement shall commence upon full execution of this Agreement("Effective Date") and continue through 20 years , which is determined as the lifespan of the Project, unless terminated at an earlier date as provided in this Agreement. If the Agency does not complete the installation of the Project within ninety days (90) days of the Effective Date of this Agreement, the Department may immediately terminate this Agreement. This Agreement may only be renewed for a term no longer than the original term of this Agreement upon a writing executed by both Parties to this Agreement. 2. PROJECT DESCRIPTION. The Project is a [CHOOSE ONE: ®Public Art, ['Local Identification Marker], as more fully described in the plans in Exhibit"A", attached and incorporated in this Agreement. 3. FUNDING OF THE PROJECT. The Agency has agreed by resolution to approve the Project and to fund all costs for the design, installation, and maintenance of the Project, and such resolution is attached and incorporated in this Agreement as Exhibit"D". The Department shall not be responsible for any costs associated with the Project. All improvements funded, constructed, and installed by the Agency shall remain the Agency's property. However, this permissive use of the Department's right-of-way where the Project is located does not vest any property right, title, or interest in or to the Agency for the Department's right-of-way. 4. DESIGN AND CONSTRUCTION STANDARDS AND REQUIRED APPROVALS. a. The Agency is responsible for the design, construction, and maintenance of the Project in accordance with all applicable federal, state and local statutes, rules and regulations, including the Department standards and specifications. A professional engineer, registered in Florida, shall provide the certification that all design and construction for the Project meets the minimum construction standards established by the Department and applicable Florida Building Code construction standards. The Agency shall submit all plans or related construction documents, cost estimates, project schedule, and applicable third party agreements to the Department for review and approval prior to installation of the Project. The Agency is responsible for the preparation of all design plans for the Project, suitable for reproduction on 11 inch by 17 inch sheets, together with a complete set of specifications covering all construction requirements for the Project. A copy of the design plans shall be provided to the Department's District Design Engineer, located at 801 N. Broaday Ave, Bartow, Fl. 33830 . The Department will review the plans for conformance to the Department's requirements and feasibility. The Department review shall not be considered an adoption of the plans nor a substitution for the engineer's responsibility for the plans. By review of the plans, the Department signifies only that such plans and improvements satisfies the Department's requirements, and the Department expressly CAO 625-010-10 ROADWAY DESIGN OGC-08/17 Page 2 of 12 disclaims all other representations and warranties in connection with the plans, including, but not limited to the integrity, suitability, or fitness for the intended purpose or whether the improvements are constructed in accordance with the plans. The Department's review of the plans does not relieve the Agency, its consultants or contractors of any professional or other liability for the plans. All changes required by the Department shall be made by the Agency and final corrected plans shall be provided to the Department within thirty (30) days. b. The Agency shall be responsible for locating all existing utilities, both aerial and underground, and for ensuring that all utility locations be accurately documented on the construction plans. All utility conflicts shall be fully resolved directly with the applicable utility. Section 337.403, Florida Statutes, shall determine whether the utility bears the costs of utility work. The Agency shall bear the costs of utility work not required to be borne by the utility by Section 337.403, Florida Statutes. c. The Agency shall be responsible for monitoring construction operations and the maintenance of traffic ("MOT") throughout the course of the Project in accordance with the latest edition of FDOT Standard Specifications, Section 102. The Agency is responsible for the development of a MOT plan and making any changes to that plan as necessary. The MOT plan shall be in accordance with the latest version of FDOT Design Standards, Index 600 series. Any MOT plan developed by the Agency that deviates from FDOT Design Standards must be signed and sealed by a professional engineer. MOT plans will require approval by the Department prior to implementation. d. The Agency is responsible for obtaining all permits that may be required by any federal, state, or local agency. e. Prior to commencing the Project, the Agency shall request a Notice to Proceed from the Department's Construction Project Manager, Leighton Elliott , at(239) 985-7869 or from an appointed designee. f. The Agency is authorized, subject to the conditions in this Agreement, to enter Department's right-of-way to install the Project (see attached Exhibit"B" Special Provisions). The Parties agree that this Agreement creates a permissive use only. Neither the granting of permission to use Department's right-of-way nor the placing of facilities upon Department's right-of-way shall operate to create or vest any property right in or to the Agency. The Agency shall not acquire any right, title, interest, or estate in the Department's right-of-way, of any nature or kind whatsoever, by virtue of the execution, operation, effect, or performance of this Agreement including, but not limited to, the Agency's use, occupancy or possession of the Department's right-of-way. g. The Department shall have the right, but not the obligation, to perform independent assurance testing during the course of construction and throughout the maintenance term of the Project. If the Department determines that a condition exists which threatens the public's safety, the Department may, at its discretion, cause the Project to cease and/or immediately have any potential hazards removed from its right-of-way at the sole cost, expense, and effort of the Agency. Should the Agency fail to remove the safety hazard within thirty (30) days, the Department may remove the safety hazard at the Agency's sole cost, expense, and effort. h. The Agency shall be responsible to ensure that construction of the Project is performed in accordance with the approved construction documents, and that it will meet all applicable federal, state, and local standards and that the work is performed in accord with the Terms and Conditions contained in Exhibit"C". i. The Agency shall notify the Department a minimum of forty eight(48) hours before beginning the Project within the Department's right-of-way. The Agency shall notify the Department should installation be suspended for more than five (5) working days. j. Upon completion of the Project, the Agency shall notify the Department in writing of the completion of the installation of the Project. For all design work that originally required certification by a Professional Engineer, the notification shall contain a Responsible Professional's Certification of Compliance, signed and sealed by the responsible professional for the project, the form of which is attached to this Agreement 625-010-10 ROADWAY DESIGN OGC-08/17 Page 3 of 12 as Exhibit"E". The certification shall state that work has been completed in compliance with the Project construction plans and specifications. If any deviations are found from the approved plans, the certification shall include a list of all deviations along with an explanation that justifies the reason to accept each deviation. The Agency and its contractors shall remove their presence, including, but not limited to, all of the Agency or its contractor's/subcontractor's/consultant's/subconsultant's property, machinery, and equipment from the Department's right-of-way and shall restore those portions of the Department's right-of-way disturbed or otherwise altered by the Project to substantially the same condition that existed immediately prior to the commencement of the Project, at Agency's sole cost and expense. k. If the Department determines that the Project is not completed in accordance with the provisions of this Agreement, the Department shall deliver written notification to the Agency. The Agency shall have thirty (30) days from the date of receipt of the Department's written notice to complete the Project and provide the Department with written notice of the same ("Notice of Completion"). If the Agency fails to timely deliver the Notice of Completion, or if it is determined that the Project is not properly completed after receipt of the Notice of Completion, the Department may: 1) provide the Agency with written authorization granting additional time as the Department deems appropriate to correct the deficiency(ies); or 2) correct the deficiency(ies) at the Agency's sole cost and expense, without Department liability to the Agency for any resulting loss or damage to property, including but not limited to machinery and equipment. If the Department elects to correct the deficiency(ies), the Department shall provide the Agency with an invoice for the costs incurred by the Department and the Agency shall pay the invoice within thirty (30) days of the date of the invoice. I. Upon completion of the Project, the Agency shall be responsible for the perpetual maintenance of the Project, including all costs. The maintenance schedule shall include initial defect, instantaneous damage and deterioration components. The initial defect maintenance inspection should be conducted, and any required repairs performed during the construction phase. The instantaneous damage maintenance inspection should be conducted sixty (60) to ninety (90) days after placement and is intended to identity short term damage that does not develop over longer time periods. The deterioration maintenance inspection shall be conducted on regular, longer term intervals and is intended to identify defects and damages that occur by naturally occurring chemical, physical or biological actions, repeated actions such as those causing fatigues, normal or severe environmental influences, abuse or damage due to other causes. Deterioration maintenance shall include, but is not limited to, the following services: Repainting the logo once the original finish/paint starts to peel or deterioate. m. The Agency shall, within thirty (30) days after expiration or termination of this Agreement, remove the Project and restore the right-of-way to its original condition prior to the Project. The Agency shall secure its obligation to remove the Project and restore the right-of-way by providing a removal and restoration deposit, letter of credit, or performance bond in the amount of$ N/A . The removal and restoration deposit, letter of credit, or bond shall be maintained by the Agency at all times during the term of this Agreement and evidence of the deposit, letter of credit, or bond shall be submitted to the Department on an annual basis. A waiver of the deposit, letter of credit, or bond requirement is permitted with approval from the District Maintenance Engineer for those installations with estimated restoration/removal costs less than or equal to $2000.00. District Maintenance Engineer, Date: n. The Department reserves its right to cause the Agency to relocate or remove the Project, in the Department's sole discretion, and at the Agency's sole cost. 625-010-10 ROADWAY DESIGN OGC-08117 Page 4 of 12 5. INDEMNITY AND INSURANCE. a The Agency agrees to include the following indemnification in all contracts with contractors, subcontractors, consultants, and subconsultants, who perform work in connection with this Agreement: "The contractor/ subcontractor/consultant/subconsultant shall indemnify, defend, save and hold harmless the State of Florida, Department of Transportation and all of its officers, agents or employees from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or due to any negligent act or occurrence of omission or commission of the contractor/subcontractor! consultant/subconsultant, its officers, agents or employees." b. The Agency shall carry or cause its contractor!subcontractor/consultant/ subconsultant to carry and keep in force during the period of this Agreement a general liability insurance policy or policies with a company or companies authorized to do business in Florida, affording public liability insurance with combined bodily injury limits of at least$1,000,000 per person and $5,000,000 each occurrence, and property damage insurance of at least$100,000 each occurrence, for the services to be rendered in accordance with this Agreement. Additionally, the Agency or its contractor/subcontractor/consultant/subconsultant shall cause the Department to be an additional insured party on the policy or policies, and shall provide the Department with certificates documenting that the required insurance coverage is in place and effective. In addition to any other forms of insurance or bonds required under the terms of the Agreement, when it includes construction within the limits of a railroad right-of-way, the Agency must provide or cause its contractor to obtain the appropriate rail permits and provide insurance coverage in accordance with Section 7-13 of the Department's current Standard Specifications for Road and Bridge Construction, as amended. c. The Agency shall also carry or cause its contractor/subcontractor/consultant/subconsultant to carry and keep in force Worker's Compensation insurance as required by the State of Florida under the Worker's Compensation Law. 6. NOTICES. All notices pertaining to this Agreement are in effect upon receipt by either Party, shall be in writing, and shall be transmitted either by personal hand delivery; United States Post Office, return receipt requested; or, overnight express mail delivery. E-mail and facsimile may be used if the notice is also transmitted by one of the preceding forms of delivery. The addresses set forth below for the respective parties shall be the places where notices shall be sent, unless prior written notice of change of address is given. STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION DISTRICT 1 PROGRAM MANAGER Sharon Harris, District Maintenance Administrator, 801 N.Broadway Ave.,Bartow,FL 33830 Phone 863-519-2315 Fax N/A Colli er COUNTY [OR CITY], FLORIDA Board of County Commisioners Liz Soriano,Nroject Manager 8300 Radio Road,Naples,FL 34104 Phone: 239-252-4994 Fax: 625-010-10 ROADWAY DESIGN OGC-08/17 Page 5 of 12 7. TERMINATION OF AGREEMENT. The Department may terminate this Agreement upon no less than thirty (30) days notice in writing delivered by certified mail, return receipt requested, or in person with proof of delivery. The Agency waives any equitable claims or defenses in connection with termination of the Agreement by the Department pursuant to this Paragraph 7. 8. LEGAL REQUIREMENTS. a. This Agreement is executed and entered into in the State of Florida and will be construed, performed, and enforced in all respects in strict conformity with local, state, and federal laws, rules, and regulations. Any and all litigation arising under this Agreement shall be brought in a state court of appropriate jurisdiction in Leon County, Florida, applying Florida law. b. If any term or provision of the Agreement is found to be illegal or unenforceable, the remainder of the Agreement will remain in full force and effect and such term or provision will be deemed stricken. c. The Agency shall allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the Agency in conjunction with this Agreement. Failure by the Agency to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the Department. d. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement. e. The Agency shall not cause any liens or encumbrances to attach to any portion of the Department's right- of-way. 9. PUBLIC ENTITY CRIME. The Agency affirms that it is aware of the provisions of Section 287.133(2)(a), Florida Statutes. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of thirty six (36) months from the date of being placed on the convicted vendor list. The Agency agrees that it shall not violate Section 287.133(2)(a), Florida Statutes, and further acknowledges and agrees that any conviction during the term of this Agreement may result in the termination of this Agreement. 10. UNAUTHORIZED ALIENS. The Department will consider the employment of unauthorized aliens, by any contractor or subcontractor, as described by Section 274A(e) of the Immigration and Nationalization Act, cause for termination of this Agreement. 11. NON-DISCRIMINATION. The Agency will not discriminate against any employee employed in the performance of this Agreement, or against any applicant for employment because of age, ethnicity, race, religious belief, disability, national origin, or sex. The Agency shall provide a harassment-free workplace, with any allegation of harassment given priority attention and action by management. The Agency shall insert similar provisions in all contracts and subcontracts for services by this Agreement. 12. DISCRIMINATORY VENDOR LIST. The Agency affirms that it is aware of the provisions of Section 287.134(2)(a), Florida Statutes. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. The Agency further agrees CAO 625-010-10 ROADWAY DESIGN OGC-08/17 Page6 of 12 that it shall not violate Section 287.134(2)(a), Florida Statutes, and acknowledges and agrees that placement on the list during the term of this Agreement may result in the termination of this Agreement. 13. ATTORNEY FEES. Each Party shall bear its own attorney's fees and costs. 14. TRAVEL. There shall be no reimbursement for travel expenses under this Agreement. 15. PRESERVATION OF REMEDIES. No delay or omission to exercise any right, power, or remedy accruing to either Party upon breach or default by either Party under this Agreement, will impair any such right, power or remedy of either party; nor will such delay or omission be construed as a waiver of any breach or default or any similar breach or default. 16. MODIFICATION. This Agreement may not be modified unless done so in a writing executed by both Parties to this Agreement. 17. NON-ASSIGNMENT. The Agency may not assign, sublicense, or otherwise transfer its rights, duties, or obligations under this Agreement without the prior written consent of the Department. Any assignment, sublicense, or transfer occurring without the required prior written approval of the Department will be null and void. The Department will at all times be entitled to assign or transfer its rights, duties, or obligations under this Agreement to another governmental agency in the State of Florida, upon giving prior written notice to the Agency. In the event that the Department approves transfer of the Agency's obligations, the Agency remains responsible for all work performed and all expenses incurred in connection with this Agreement. 18. BINDING AGREEMENT. This Agreement is binding upon and inures to the benefit of the Parties and their respective successors and assigns. Nothing in this Agreement is intended to confer any rights, privileges, benefits, obligations, or remedies upon any other person or entity except as expressly provided for in this Agreement. 19. INTERPRETATION. No term or provision of this Agreement shall be interpreted for or against any party because that party or that party's legal representative drafted the provision. 20. ENTIRE AGREEMENT. This Agreement, together with the attached exhibits and documents made a part by reference, embodies the entire agreement of the Parties. There are no provisions, terms, conditions, or obligations other than those contained in this Agreement. This Agreement supersedes all previous communication, representation, or agreement, either verbal or written, between the Parties. No amendment will be effective unless reduced to writing and signed by an authorized officer of the Agency and the authorized officer of the Department or his/her delegate. 21. DUPLICATE ORIGINALS. This Agreement may be executed in duplicate originals. The remainder of this page is intentionally left blank. C 625-010-10 ROADWAY DESIGN OGC-08/17 Page 7 of 12 Section No, CAFA No. AGENCY ra rcl. crc Col rte.( CzuSAV Cdp=prS By: Print Name: rt U r4- L• Saunckc-3 Title: CANti.ti('CY1an As approved by the Council, Board, or ^^ ^^nn Commission on: �0.rc `''N LJ , x oW ATTEST: ,- CRYST4 . K..K(NZ.Et_, Ci_ iRK Attest: t • go� = / Legal Re e - t.1):4 ) A Attest as fo ut: . **or Oil 'tto 1. 7.......--- Attest signature anly,. i DEPARTII/IEfT State of Florida, Department of Transportation By: Print Name: Title: Date: Legal Review: C) 625-010-10 ROADWAY DESIGN OGC-08/17 Page 8 of 12 Section No. CAFA No. EXHIBIT "A" PROJECT DESCRIPTION SCOPE OF SERVICES Paint on the face and top of the curb at the bus stop boarding and alighting area CAT(Collier Area Transit) and the CAT logo in yellow with a green background II. PROJECT PLANS The Agency is authorized to install the Project in accordance with the attached plans prepared by Johnson Engineering , P.E./R.L.A./Architect and dated 10/17/2019 . Any revisions to these plans must be approved by the Department in writing. '5‘:),76f/6"V•a1V/1•/6, i 15,sro RE PPR. 1 ,_._„,„„ ,..,,-,-- IV IN Fla.Pad Iranstflow 6'IS 0,1 Trausitoon ,,,s,„,,,,,,r,, Socroor I EINP Arca 1 Sccleou Flat Pad I t,f-jj '............,214.,..Zue El-- leper 1 roe o Cl. Into I Curt \--lam I IPF r Cure 8 EEO NIDE CAI Bus Cu, EaISI I roe I Curt Pamt DES', i Vr/04"gaT!!'/I•ea• 611 7,Pen Ecru, CA1 S7I'CI: 41 S01 .. 1 3,5 STJ 6 1 5/.1,e)color f or RP.,tall Car reliow 2%DAR O :S.,:color for ACCEO•AN "....••••N....N'....V.QIOD 5'ro,,n),(A Pt eeeee de Fug L L-.1' RSA area 44-1 ort dwo,cer Ear ogo Tyco E Cu, CAT 8996(9999 NalEt 0,10,, Prof,.ero FIr geou,rico E'u•O'Ivo, 6,5 Wu', ISrOcnala I PEP Atte Icw ; _ • ,... ! =I ,i.t, -• _I , n. 1,pe F C4re 11 I .1ern rrOE E runt s,611I1ER DETAIL MT I CAI kiLAT Yellow:1—C ,Suhrra color to,Rop,oval, (S.tb.r.1 row for App.D1,1111" 5..1,nt/no,••)6'E'cle red' totters 05 In re el.6' _ 6'TransPeon _ I le, r 109 Par SeeDoc SfItIOR 1.,toe,' car Buy Cv/E NDIEI(lova.;-P.oleic aro PI,0.0..1,6_,l-uro lir, 1 5%SIO. 2%War ..ro1 f SIopr 1 an y MENCIO, I 12 Mar s•—.... 1-12 Par Grew to t+Wog growno PRO E.'s.,Eleyeloor—f 0990IIIII : 1111111141 "'"C"'""''' .' 'S!'llMelga7e;'„re, 'STl!orte";=1,6) lIlli I 0 I I I ill Ir,, lip Rural OSA,.P'on P,out(Intl ]uor.c.Yoniol EtcDPIDIO ENV!, NS DATE 0709 REVISIODRIE DESCRIER', .1 OF I N S(ON COLLIER MINTY"P181..1,'7161.V.FIT SHEET A.V0 NEIGHBOR/MOD issrts.vrem.s.vr DIVISION ENGINEERINGNO .,„„„„„„r POw0 No COON, IINANCI.IRDIECE 10 TYPICAL SECTION DETALS ---- ';'::,!;;::Z:`::%;:r";;:V41:'; COLLIER 4 NW O20-111 Rego,RN OfflovIt ,ENNECtsSE0110001-01.1VesONEYSIS',NDDIII, 625-010-10 ROADWAY DESIGN OGC-08/17 Page 9 of 12 Section No. CAFA No. EXHIBIT "B" SPECIAL PROVISIONS 1) If and when FDOT determines the need o replace the curb, FDOT will replace the cub without replacing the paint. If this occurs, it will be the responsibility of the agency to repaint the curb if they wish to do so. 2) In the event the County wishes to abandon any or all sites they will be responsible to restore the curb by water blasting and/or painting our curb with a color that matched the adjacent curb. 625-010-10 ROADWAY DESIGN OGC-08/17 Page 10 of 12 Section No. CAFA No. EXHIBIT "C" TERMS AND CONDITIONS FOR INSTALLATION OF THE PROJECT C 625-010-10 ROADWAY DESIGN OGC-08/17 Page 11 of 12 Section No. CAFA No. EXHIBIT "D" AGENCY RESOLUTION 625-010-10 ROADWAY DESIGN OGC-08117 Page 12 of 12 Section No. CAFA No. EXHIBIT "E" NOTICE OF COMPLETION AND RESPONSIBLE PROFESSIONAL'S CERTIFICATE OF COMPLIANCE NOTICE OF COMPLETION COMMUNITY AESTHETIC FEATURE AGREEMENT Between THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION and Collier County PROJECT DESCRIPTION: Collier Area Transit Boarding and Alighting Painted Area In accordance with the Terms and Conditions of the Community Aesthetic Feature Agreement, the undersigned provides notification that the work authorized by this Agreement is complete as of , 20 . By: Name: Title: RESPONSIBLE PROFESSIONAL'S CERTIFICATION OF COMPLIANCE In accordance with the Terms and Conditions of the Community Aesthetic Feature Agreement, the undersigned certifies that all work which originally required certification by a Professional Engineer has been completed in compliance with the Project construction plans and specifications. If any deviations have been made from the approved plans, a list of all deviations, along with an explanation that justifies the reason to accept each deviation, will be attached to this Certification. Also, with submittal of this certification, the Agency shall furnish the Department a set of"as-built" plans certified by the Engineer of Record. By: SEAL: Name: Date: Collier Area Transit Bus Stop Locations for Community Aesthetic Feature - EXHIBIT'F' BS ID Roadway Location Milepost/Station Marker 6 Tamiami Trail East and West of Davis Blvd 03010-000 MP 12.721 9 Tamiami Trail E and 3rd Ave South 03010-000 MP 11.897 12 Tamiami Trail and 8th Ave North 03010-000 MP 10.972 15 Tamiami Trail and Diana Street 03010-000 MP 9.730 16 Tamiami Trail and 26th Ave North 03010-000 MP 9.560 17 Tamiami Trail and Ohio Drive 03010-000 MP 8.824 20 Tamiami Trail and Granada Blvd 03010-000 MP 7.802 21 Tamiami Trail North and NE of Pine Ridge Road 03010.000 MP 7.127 25 Tamiami Trail North and Pelican Bay Blvd North (East) 03010-000 MP 4.979 26 Tamiami Trail and Vanderbilt Beach Road 03010-000 MP 4.504 33 Tamiami Trail North and 110th Ave North 03010-000 MP 3.082 34 Tamiami Trail North and 104th Ave North 03010-000 MP 3.504 36 Tamiami Trail Norht and 93rd Ave North 03010-000 MP 4.186 37 Tamiami Trail North and Vanderbilt Beach Road 03010-000 MP 4.599 38 Tamiami Trail North and Pelican Bay Blvd North (West) 03010-000 MP 4.961 42 Tamiami Trail North and Neopolitan Way 03010-000 MP 7.743 43 Tamiami Trail and Park Shore Shopping Center 03010-000 MP 8.101 44 Tamiami Trail and Park Shore Drive 03010-000 MP 8.565 45 Tamiami Trail and Anchor Rode Drive 03010-000 MP 8.880 46 Tamiami Trail and Harbour Drive 03010-000 MP 9.314 52 Tamiami Trail and Fleischmann Blvd 03010-000 MP 10.288 54 Tamiami Trail and 7th Ave North 03010-000 MP 10.985 55 Tamiami Trail and 4th Ave North 03010-000 MP 11.424 60 Tamiami Trail East and Davis Blvd 03010-000 MP 12.813 61 Tamiami Trail East and Palm Street 03010-000 MP 13.248 120 Tamiami Trail East and Airport-Pulling Road 03001 MP 0.973 136 Tamiami Trail East and Rattlesnake-Hammock Road 03010-000 MP 15.793 137 Tamiami Trail East and Lakewood Blvd 03010-000 MP 15.284 139 Tamiami Trail East and Espinal Blvd in front Walmart 03010-000 MP 14.472 146 Tamiami Trail and Thomasson Lane 03010-000 MP 15.538 219 Tamiami Trail East and Courthouse Shadows 03010-000 MP 14.411 239 Tamiami Trail East and Eagle Lakes Park 03010-000 MP 18.963 240 Tamiami Trail East and Whistler Cove 03010-000 MP 18.597 247 Tamiami Trail East and Palm Drive 03010-000 MP 14.748 248 Tamiami Trail East and Thomasson Drive 03010-000 MP 15.919 272 Davis Blvd and Heritage Trail 03001-000 MP 3.006 300 Davis Blvd and Wildwood Lakes Blvd 03001-000 MP 4.406 323 East Main Street and New Harvest Road 03080-000 MP 36.243 324 East Main Street and 12 th Street 03080-000 MP 36.769 325 East Maint Street and 9th Street East 03080-000 MP 37.081 350 SR 29/N. 15th Street and 5th Ave (Little Ceasars) 03080 MP 38.792 365 East Main Street and New Market Road East 03080-000 MP 36.938 367 East Main Street @ Gas Station 03080-000 MP 36.283 374 SR 29/N. 15th Street between Immokalee Dr and Roberts Ave 03080-000 MP 38.588 375 SR 29/N. 15th Street and 5th Ave 03080-000 MP 38.779 376 SR 29/N. 15th Street between Palm Ave and 8th Ave 03080-000 MP 38.994 399 East Main Street and New Harvest Road 03080-000 MP 36.441 438 Tamiami Trail East and Manatee Road 03010-000 MP 21.917 508 Radio Road and Davis Blvd 03001-000 MP 5.911 522 Davis Blvd and Radio Road 03001-000 MP 5.643 2121 Tamiami Trail North and Wiggins Pass (West) 03010000 MP 1.55 2122 Tamiami Trail North and Wiggins Pass (East) 03010000 MP 1.640