Loading...
Resolution 2020-111RESOLUTION No. 2020 - I_j 1 RESOLUTION OF THE COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS AUTHORIZING ITS CHAIRMAN TO EXECUTE THE TIGER IX DISCRETIONARY GRANT AGREEMENT APPROVED ON JULY 14, 2020. WHEREAS, the Collier County Board of County Commissioners (the "BCC") has the authority to enter into the TIGER IX Discretionary Grant Agreement (the "Agreement") with the United States Department of Transportation, for the Immokalee Complete Streets - Growing Connections to Create Mobility Opportunities Project; and WHEREAS, on July 14, 2020, the BCC reviewed and approved the attached Agreement. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS THAT: 1. The BCC has the authority to enter into the attached Agreement; 2. The BCC authorizes its Chairman to execute the Agreement; and 3. The BCC authorizes its Chairman to sign any other related documents that may be required to process the Agreement. This Resolution was PASSED and DULY ADOPTED by the Collier County Board of County Commissioners on July 14, 2020. Attest: Crystal K. Kinzel, Clerk of Courts and Comptroller By: Jer Depuk Attest as to Chairman's signature only. Approved as to form and legality: Sr,c�}- P LL Scott R. Teach, Deputy County Attorney COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS By: Commissioner Burt Saunders, District 3 Collier County Board of County Commissioners — Chair 1. Award No. 693JJ32040007 4. Award To Collier County Board of County Commissioners 3299 Tamiami Trail East, Suite 202 Collier, Florida 34112-4902 DUNS No.: 0769977900000 TIN No.: 59-60000558 6. Period of Performance Effective Date of Award — February 21, 2024 8. Type of Agreement Grant 10. Procurement Request No. HOFM200028PR 12. Submit Payment Requests To See Section 1 1.3, Page 11 14. Accounting and Appropriations Data 2. Effective Date 3. CFDA No. See No. 17 Below 20.933 5. Sponsoring Office U.S. Department of Transportation Federal Highway Administration Office of Acquisition & Grants Management 1200 New Jersey Avenue, SE HCFA-32, Mail Drop E62-204 Washington, DC 20590 7. Total Amount Federal Share: $13,132,691 Recipient Share: $ 3,283,173 Total: S16,415,864 9. Authority Consolidated Appropriations Act, 2017 (Pub. L. H5-31, May 5, 2017) 11. Federal Funds Obligated $13,132,691 13. Payment Office See Section 11.3, Page 11 1500C65E50.2017.070TG01500.7001000000.41050.61006600 15. Description of Project "Immokalee Complete Streets — Growing Connections to Create Mobility Opportunities" RECIPIENT FEDERAL HIGHWAY ADMINISTRATION 16. Signature of Person Authorized to Sign 17. Signature of Agreement Officer Signature 7.11/. ace Date Name: Commissioner Burt Saunders, District 3 Title: Collier County Board of County Commissioners — Chair ATTEST: CRYSTAL K. INZEL, CLERK �p er Attest a$ to Chairman's signature only. Signature Name: Sarah Berman Title: Agreement Officer Date UNITED STATES OF AMERICA U.S. DEPARTMENT OF TRANSPORTATION FEDERAL HIGHWAY ADMINISTRATION WASHINGTON, DC 20590 GRANT AGREEMENT UNDER THE CONSOLIDATED APPROPRIATIONS ACT, 2017 (PUB. L. 115-31, MAY 5, 2017) FOR THE NATIONAL INFRASTRUCTURE INVESTMENTS DISCRETIONARY GRANT PROGRAM (FY 2017 TIGER DISCRETIONARY GRANTS) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA IMMOKALEE COMPLETE STREETS — GROWING CONNECTIONS TO CREATE MOBILITY OPPORTUNITIES FHWA FY 2017 TIGER Grant No. 28 This agreement is between the United States Department of Transportation (the "USDOT") and the Collier County Board of County Commissioners, Collier County, Florida (the "Recipient"). It reflects the selection of the Recipient for an award under the provisions of the Consolidated Appropriations Act, 2017 (Pub. L. 115-31, May 5, 2017), regarding National Infrastructure Investments, as described in the Notice of Funding Opportunity for the Department of Transportation's National Infrastructure Investments Under the Consolidated Appropriations Act, 2017, 82 FR 42426 (September 7, 2017) (the "NOFO"). In this agreement, "FY 2017 TIGER Discretionary Grant" means an award under those provisions. ARTICLE 1. AWARD TERMS AND CONDITIONS 1.1 Operating Administration. The Federal Highway Administration (the "FHWA") will administer this agreement on behalf of the USDOT. In this agreement, the "Administering Operating Administration' means the FHWA. 1.2 Purpose. The purpose of this award is to advance capital investments in surface transportation infrastructure that will have a significant impact on the nation, a metropolitan area, or a region. The parties will accomplish that purpose by achieving the following objectives: (1) timely completing the project that was described in the Recipient's technical application, titled "Immokalee Complete Streets — Growing Connections to Create Mobility Opportunities", as modified by the negotiated provisions on the project's material terms and conditions, including sections 2.1, 2.2, and 2.3 and the attachments referenced in section 1.8; and 0 (2) ensuring that this award does not substitute for non -Federal investment in that project. 1.3 Federal Award Amount. The USDOT hereby awards a FY 2017 TIGER Discretionary Grant in the amount of $13,132,691 for the period of performance. The USDOT shall not provide funding greater than this amount under this agreement. The Recipient acknowledges that USDOT is not liable for payments that exceed this amount. 1.4 Period of Performance. The period of performance for this award begins on the date of this agreement and ends on the period of performance end date that is listed in section 2.2. Under 2 C.F.R. 200.309, the Recipient shall not charge to this award costs that are incurred after the period of performance. 1.5 Urban or Rural Designation. Based on information that the Recipient provided to the USDOT, including the technical application, the USDOT hereby designates the project to be a project in a rural area, as defined in the NOFO. The Recipient shall comply with the requirements that accompany that designation on minimum award size, geographic location, and cost sharing. 1.6 Fund Obligation. This agreement obligates the total amount of funds stated in section 1.3. 1.7 Federal Award Identification Number. See Page 1, Line 1 for the Federal Award Identification Number. 1.8 Attachments. This agreement includes the following attachments as integral parts: Attachment A Statement of Work Attachment B Estimated Project Schedule Attachment C Estimated Project Budget Attachment D Performance Measurement Table ARTICLE 2. PROJECT AND RECIPIENT INFORMATION 2.1 Summary of Project's Statement of Work. (See Attachment A for additional details). The project will construct complete streets improvements in Immokalee, Florida, including approximately 20 miles of new sidewalks, a bike boulevard network, a shared -use path, street lighting, bus shelters, a new transit center, landscaping, drainage improvements, and intersection and traffic calming retreats. 2.2 Summary of Project's Estimated Schedule. (See Attachment B for additional details). Actual Completion of NEPA: September 25, 2019 Planned RFP Approval: May 1, 2020 0 2.3 2.4 2.5 2.6 Planned Design/Build Contract Award Date: April 23, 2021 Planned Design/Build Start Date: April 23, 2021 Planned Construction Substantial Completion and Open to Traffic Date: August 21, 2023 Planned Period of Performance End Date: February 21, 2024 Planned Project Closeout Date: May 21, 2025 Summary of Project's Estimated Budget. (See Attachment C for additional details). TIGER Grant Funds and Additional Sources of Project Funds: TIGER Discretionary Grant Amount: $13,132,691 Other Federal Funds (if any): $ 0 State Funds (if any): $ 0 Local Funds (if any): $ 3,283,173 Private Funds (if any): $ 0 Other Funds (if any): $ 0 Total Project Cost: $16,415,864 Recipient Cost Share Certification. As negotiated, the Recipient hereby certifies that not less than $3,283,173 in non -Federal funds are committed to fund the project. Project's State and Local Planning Requirements. On June 14, 2019, the Collier Metropolitan Planning Organization (MPO) approved a Transportation Improvement Program Amendment to the FY 2019-FY2023 TIP for FPN 94455811 — the Immokalee Complete Streets Project. The Project is included in the Florida Department of Transportation (FDOT) State Transportation Improvement Program on September 17, 2019. Project's Environmental Approvals and Processes. Environmental Documentation Type, Titles and Date: Complete Streets Project: Type I Categorical Exclusion (CE) per 23 C.F.R. 771.117 (c)(3) approved on September 25, 2019. Transit Center Improvements: CE approved by Federal Transit Administration (FTA) on November 27, 2017. Environmental Decision Type and Date: Complete Streets Project: Type 1 CE per 23 C.F.R. 771.117 (c)(3) approved on September 25, 2019. 0 Transit Center Improvements: CE approved by FTA on November 27, 2017. Name of Agency and Office Approving each Environmental Decision Document: Florida Department of Transportation and Federal Transit Administration 2.7 Recipient's and any Subrecipient's Unique Entity Identifiers. Dun and Bradstreet Data Universal Numbering System No. (the "DUNS No.") of the Recipient: 0769977900000 Name of any First -Tier Subrecipients (if applicable — to be reported if/when identified. If not applicable please note is N/A): N/A DUNS No. of First -Tier Subrecipient (if applicable — to be reported if/when identified): N/A 2.8 Recipient Contacts. Lorraine Lantz Principal Planner Collier County Capital Projects, Planning, Impact Fees & Program Management 2685 S. Horseshoe Dr., Suite 103, Naples, FL 34104 239-252-5779 Lorraine.Lantz0mCollierCountyFL.gov and Bee Thao, PE Senior Project Manager Collier County, Growth Management Division 2895 South Horseshoe Drive, Naples, FL 34104 239-252-5844 Bee.'I haoL7CollierCountyFL.aov ARTICLE 3. GENERAL REPORTING TERMS 3.1 Report Submission. The Recipient shall send all reports required by this agreement to all of the USDOT contacts who are listed in Section 9.1. 3.2 Alternative Reporting Methods. The Administering Operating Administration may establish processes for the Recipient to submit reports required by this agreement, including electronic submission processes. If the Recipient is notified of those processes in writing, the Recipient shall use the processes required by the Administering Operating Administration. 3.3 Reporting as History of Performance. Under 2 C.F.R 200.205, any Federal awarding agency may consider the Recipient's timely submission of the reports that this agreement requires, or the Recipient's failure to timely submit those reports, when evaluating the risks of making a future Federal financial assistance award to the Recipient. 3.4 Paperwork Reduction Act Notice. Under 5 C.F.R. 1320.6, the Recipient is not required to respond to a collection of information that does not display a currently valid control number issued by the Office of Management and Budget (the "OMB"). Collections of information conducted under this agreement are approved under OMB Control No. 2105- 0563. ARTICLE 4. PROGRESS REPORTING 4.1 Quarterly Project Progress Reports and Recertifications. On or before the 20th day of the first month of each calendar year quarter and until Project Closeout, the Recipient shall submit to the USDOT a Quarterly Project Progress Report and Recertification with the form and content described in Exhibit H. If the date of this agreement is in the final month of a calendar year quarter, then the Recipient shall submit the first Quarterly Project Progress Report and Recertification in the second calendar year quarter that begins after the date of this agreement. 4.2 Closeout Information. No later than 90 days after the period of performance end date that is listed in section 2.2, the Recipient shall: (1) submit a final Federal Financial Report (SF-425), a certification or summary of project expenses, and any other information required under the Administering Operating Administration's closeout procedures; and (2) provide a report comparing the final work, schedule, and budget to the statement of work described in section 2. 1, the schedule described in section 2.2, and the budget described in section 2.3. 4.3 Project Closeout. In this agreement, "Project Closeout" means the date that the USDOT notifies the Recipient that the project is closed out. Under 2 C.F.R. 200.343, Project Closeout should occur no later than one year after the Recipient liquidates all obligations under this award and submits the reports identified in section 4.2. ARTICLE 5. PERFORMANCE REPORTING 5.1 Performance Measure Data Collection. The Recipient shall collect the data necessary to report on each performance measure that is identified in the Performance Measurement Table in Attachment D. 5.2 Pre -project Performance Measurement Report. The Recipient shall submit to the USDOT, on or before the Pre -project Report Date that is stated in Attachment D, a Pre - project Performance Measurement Report that contains: (1) baseline data for each performance measure that is identified in the Performance Measurement Table in Attachment D, accurate as of the Pre -project Measurement Date that is stated in Attachment D; and OCNO (2) a detailed description of the data sources, assumptions, variability, and estimated levels of precision for each measure. 5.3 Interim Performance Measurement Reports. After project completion, the Recipient shall submit to the USDOT on or before each of the periodic reporting dates specified in the Performance Measurement Table in Attachment D, an Interim Performance Measurement Report containing data for each performance measure that is identified in that table, accurate as of the final date of the measurement period specified in that table. 5.4 Project Outcomes Report. The Recipient shall submit to the USDOT, on or before the Project Outcomes Report Date that is stated in Attachment D, a Project Outcomes Report that contains: (1) a narrative discussion detailing project successes and the influence of external factors on project expectations; (2) all baseline and interim performance measurement data that the Recipient reported in the Pre -project Performance Measurement Report and the Interim Performance Measurement Reports; and (3) an ex post examination of project effectiveness relative to the baseline data that the Recipient reported in the Pre -project Performance Measurement Report. ARTICLE 6. AGREEMENT MODIFICATIONS 6.1 Bilateral Modifications. The parties may amend, modify, or supplement this agreement by mutual agreement in writing signed by the USDOT and the Recipient. Either party may request to amend, modify, or supplement this agreement by written notice to the other party. 6.2 Limited Unilateral Modifications. (a) The Recipient may update the contacts who are listed in section 2.8 by written notice to all of the USDOT contacts who are listed in section 9.1. (b) The USDOT may update the contacts who are listed in section 9.1 by written notice to all of the Recipient contacts who are listed in section 2.8. 6.3 Other Modifications. The parties shall not amend, modify, or supplement this agreement except as permitted under section 6.1 or section 6.2. If an amendment, modification, or supplement is not permitted under section 6.1 and not permitted under section 6.2, it is void. ARTICLE 7. STATEMENT OF WORK, SCHEDULE, AND BUDGET CHANGES 7.1 Statement of Work Changes. If the project's activities differ from the statement of work that is described in section 2.1 and Attachment A, then the Recipient shall request a modification of this agreement to update section 2.1 and Attachment A. 1t:e10 7.2 Schedule Changes. If the project's substantial completion date changes to a date that is more than three months after the substantial completion date listed in section 2.2 or a schedule change would require the period of performance to continue after the period of performance end date listed in section 2.2, then the Recipient shall request a modification of this agreement to update section 2.2 and Attachment B. For other schedule changes, the Recipient shall request a modification of this agreement to update section 2.2 and Attachment B unless the USDOT has consented, in writing consistent with the Administering Operating Administration's requirements, to the change. 7.3 Budget Changes. (a) If any of the budget amounts that are listed in section 2.3 change from the amounts listed in that section, then the Recipient shall request a modification of this agreement to update section 2.3 and Attachment C. For other budget changes, the Recipient shall request a modification of this agreement to update Attachment C unless the USDOT has consented, in writing consistent with the Administering Operating Administration's requirements, to the change. (b) If the actual eligible project costs are less than the "Total Project Cost" that is listed in section 2.3, then the Recipient may propose to the USDOT, in writing consistent with the Administering Operating Administration's requirements, specific additional activities that are within the scope of this award, as defined in sections 1.2 and 2.1, and that the Recipient could complete with the difference between the "Total Project Cost" that is listed in section 2.3 and the actual eligible project costs. (c) If the actual eligible project costs are less than the "Total Project Cost" that is listed in section 2.3 and either the Recipient does not make a proposal under section 7.3(b) or the USDOT does not accept the Recipient's proposal under section 7.3(b), then: (1) in a request under section 7.3(a), the Recipient shall reduce the Federal Share by the difference between the "Total Project Cost" that is listed in section 2.3 and the actual eligible project costs; and (2) if that modification reduces this award and the USDOT had reimbursed costs exceeding the revised award, the Recipient shall refund to the USDOT the difference between the reimbursed costs and the revised award. In this agreement, "Federal Share" means the sum of the "TIGER Discretionary Grant Amount" and the "Other Federal Funds (if any)" amounts that are listed in section 2.3. (d) The Recipient acknowledges that amounts that are required to be refunded under section 7.3(c)(2) constitute a debt to the Federal Government that the USDOT may collect under 2 C.F.R. 200.345 and the Federal Claims Collection Standards (31 C.F.R. parts 900 999). 7.4 USDOT Acceptance of Changes. The USDOT may accept or reject modifications requested under this article 7, and in doing so may elect to consider only the interests of the TIGER Discretionary Grant program and the USDOT. The Recipient acknowledges that requesting a modification under this article 7 does not amend, modify, or supplement 0CM) this agreement unless the USDOT accepts that modification request and the parties modify this agreement under section 6.1. ARTICLE 8. TERMINATION AND EXPIRATION 8.1 USDOT Termination. (a) The USDOT may terminate this agreement and all of its obligations under this agreement if any of the following occurs: (1) The Recipient fails to obtain or provide any non -TIGER Discretionary Grant contribution or alternatives approved by the USDOT as provided in this agreement and consistent with sections 2.2, 2.3, and 2.4; (2) The Recipient fails to begin the design/build project before June 23, 2021; (3) The Recipient fails to begin expenditure of award funds by August 4, 2021; (4) The Recipient fails to achieve the Construction Substantial Completion and Open to Traffic Date by November 21, 2023; (5) The Recipient fails to meet the conditions and obligations specified under this agreement, including a material failure to comply with the schedule in section 2.2 even if it is beyond the reasonable control of the Recipient; or, (6) The USDOT determines that termination of this agreement is in the public interest. (b) In terminating this agreement under this section the USDOT may elect to consider only the interests of the TIGER Discretionary Grant program and the USDOT. 8.2 Closeout Termination. This agreement terminates on Project Closeout. 8.3 Fund Liquidation, Adjustment, and Cancellation. (a) The Recipient shall liquidate all obligations under this award not later than 90 days after the period of performance end date that is listed in section 2.2. The Recipient acknowledges that this period of availability for liquidation ends before the statutory expenditure deadline identified in section 8.3(c). (b) Liquidation and adjustment of funds under this agreement follow the requirements of 2 C.F.R. 200.343—.345. (c) Outstanding FY 2017 TIGER Discretionary Grant balances are canceled by statute after September 30, 2025, and are then unavailable for any purpose, including adjustments and expenditures. 8.4 Reporting Survival. The reporting requirements set forth in articles 4 and 5 of this agreement survive the termination of this agreement and the expiration of award funds. 9 ARTICLE 9. USDOT CONTACTS 9.1 USDOT Contacts. Except as authorized by the USDOT under section 3.2, the Recipient shall send all notices, reports, and information required by this agreement to all of the following contacts: Stephanie D. Curtis Agreement Officer (AO) Federal Highway Administration Office of Acquisition and Grants Management HCFA-32, Mail Stop E62-204 1200 New Jersey Avenue, S.E. Washington, DC 20590 (202) 366-6014 stephanie.curtis0dot.gov and Travis Wheeler Agreement Specialist (AS) Federal Highway Administration Office of Acquisition and Grants Management HCFA-32, Mail Stop E62-204 1200 New Jersey Avenue, S.E. Washington, DC 20590 (202) 366-8887 travis.wheeler@)dot. ovv and Mahmmud Yousef Transportation Engineer FHWA Florida Division Office 400 W. Washington Street, Room 4200 Orlando, FL 32801 (407) 867-6433 mahmmLid. yousef a dot.gov and FHWA TIGER Program Manager Federal Highway Administration Office of Freight Management and Operations 1200 New Jersey Avenue, SE Room E84-429 Washington, DC 20590 (202) 366-1200 Ocw FH W A -TIGER. ReportsQdot.gov and OST TIGER Discretionary Grants Coordinator United States Department of Transportation Office of the Secretary 1200 New .lersey Avenue, SE Washington, DC 20590 (202) 366-8914 TIGERGrants a d, ot.gov_ ARTICLE 10. ADDITIONAL TERMS AND CONDITIONS 10.1 Catalog of Federal Domestic Assistance Information. This award is under the program titled "National Infrastructure Investments," with number 20.933 in the Catalog of Federal Domestic Assistance. 10.2 Research and Development Designation. This award is not for research and development. 10.3 Exhibits. This agreement includes the following exhibits as integral parts located at: https:Hops fliwa dot og v/ reiglit/intrastructure/tiger/fy l7 tiger9 exhbt/f'y 17 tik)er9 exhbt. pLdf Exhibit A Legislative Authority Exhibit B General Terms and Conditions Exhibit C Applicable Federal Laws and Regulations Exhibit D Grant Assurances Exhibit E Responsibility and Authority of the Recipient Exhibit F Reimbursement of Project Costs Exhibit G Grant Requirements and Contract Clauses Exhibit H Quarterly Progress Reports: Format and Content 10.4 Construction. If a provision in the exhibits or the attachments conflicts with a provision in Articles 1 — 12, then the provision in Articles 1 — 12 prevails. If a provision in the attachments conflicts with a provision in the exhibits, then the provision in the attachments prevails. ARTICLE 11. SPECIAL GRANT REQUIREMENTS 11.1 Subawards and Contracts. (a) The Recipient shall obtain prior written approval from the Agreement Officer (the "AO") for the subaward, transfer, or contracting out of any work under this agreement. e (b) Approval of a subaward or contract under this agreement is contingent upon a fair and reasonable price determination and AO approval of each proposed subrecipient and contractor. (c) The USDOT hereby approves the following subawards and contracts under this agreement: No subawards or contracts have been approved. 11.2 Key Personnel. The Recipient shall provide written notice to the AO no later than 30 days after any change in key personnel identified in this section. The following individuals are key personnel: Name Title/Position Lorraine Lantz Principal Planner Bee Thao Sr. Project Manager 11.3 Reimbursement Requests. (a) The Recipient may request reimbursement of costs incurred in the performance of this agreement if those costs do not exceed the funds available under section 1.6 and are allowable under the applicable cost provisions of 2 C.F.R. Part 200, Subpart E. The Recipient shall not request reimbursement more frequently than monthly. (b) The Recipient shall use the DELPHI eInvoicing System to submit requests for reimbursement to the payment office. When requesting reimbursement of costs incurred or credit for cost share incurred, the Recipient shall electronically submit supporting cost detail with the SF 271 (Outlay Report and Request for Reimbursement for Construction Programs) to clearly document all costs incurred. (c) The Recipient's supporting cost detail shall include a detailed breakout of all costs incurred, including direct labor, indirect costs, other direct costs, travel, etc., and the Recipient shall identify the Federal share and the Recipient's share of costs. If the Recipient does not provide sufficient detail in a request for reimbursement, the AO may withhold processing that request until the Recipient provides sufficient detail. (d) The USDOT shall not reimburse costs unless the Agreement Officer's Representative (the "AOR") reviews and approves the costs to ensure that progress on this agreement is sufficient to substantiate payment. (e) The USDOT may waive the requirement in section 11.3(b) that the Recipient use the DELPHI cInvoicing System. The Recipient may obtain waiver request forms on the DELPHI eInvoicing website (http•//www.dot.gov/cfo/delphi-eInvoicing-system.htm] or by contacting the AO. A Recipient who seeks a waiver shall explain why they are OCAQ unable to use or access the Internet to register and enter payment requests and send a waiver request to Director of the Office of Financial Management US Department of Transportation, Office of Financial Management B-30, Room W93-431 1200 New Jersey Avenue SE Washington DC 20590-0001 or DOTElectronicl nvoicing_a,dot.aov If the USDOT grants the Recipient a waiver, the Recipient shall submit SF 271 s directly to: DOT/FAA P.O. Box 268865 Oklahoma City, OK 73125-8865 Attn: Travis Wheeler (f) The requirements set forth in these terms and conditions supersede previous financial invoicing requirements for Recipients. 11.4 Final Section. There are no other special grant requirements for this project. ARTICLE 12. EXECUTION 12.1 Counterparts. This agreement may be executed in counterparts, which constitute one document. The parties shall execute this agreement in triplicate and intend each countersigned original to have identical legal effect. 12.2 Effective Date. This agreement is effective when fully executed by authorized representatives of the Recipient and the USDOT. The Recipient shall execute this agreement and then submit three original signed copies of the agreement to the USDOT for execution. This instrument constitutes a FY 2017 TIGER Discretionary Grant when it is signed and dated by the authorized official of the USDOT. EXECUTION BY THE USDOT Executed this day of 12020. Sarah Berman Agreement Officer EXECUTION BY: COLLIER COUNTY BOARD Or COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA By signature below, the Recipient acknowledges that it accepts and agrees to be bound by this agreement. Executed this day of A LA, I , 2020. Commissioner Burt Saunders, District 3 Collier County Board of County Commissioners — Chair Attest: Approved as to form and legality: Crystal K. Kinzel, Clerk of Courts and Comptroller Scott R. each, Deputy County Attorney By: Teuty Attest as to Chairman'§ signature Only. ni ATTACHMENT A STATEMENT OF WORK The project will construct complete streets improvements in the rural community of Immokalee, in Collier County, Florida, including approximately 20 miles of new sidewalks, a bike boulevard network, a shared -use path, street lighting, bus shelters, a new transit center, landscaping, drainage improvements, and intersection and traffic calming retreats. Major Project Activities Survey and Design Roadway Reconstruction — complete streets concepts will be used to reconstruct streets and intersections with traffic calming treatments that include drainage improvements, sidewalk/shared- use path installation, and bike boulevard network construction. Transit Center and Bus Shelters — includes the first phase (Phase 1) to construct a new transit center and the installation of bus shelters. Phase I will provide an operational transfer facility for buses and an adjacent parking lot. Bus shelters will also be installed at proposed bus stop locations. Landscaping Street Lighting Installation Pavement Markings and Signage Pedestrian Signal Installation Construction Engineering and Inspection (CED CA1 0 ATTACHMENT B ESTIMATED PROJECT SCHEDULE Actual Start of Preliminary Engineering: Actual End of Preliminary Engineering: Actual Completion of NEPA: Planned Start of Right of Way Acquisition: Planned End of Right of Way Acquisition: Planned RFP Approval: Planned Design/Build Contract Award Date: April 23, 2021 November 8, 2021 September 25, 2019 N/A N/A May 1, 2020 April 23, 2021 Anril 91 7021 Major Project Activity Planned Start Date Planned End Date Survey and Design Aril 23, 2021 July 29, 2022 Road Reconstruction March 21, 2022 May 29, 2023 Transit Center and Bus Shelters March 21, 2022 October 23 2023 Landscaping March 21, 2022 May 29, 2023 Street Lighting Installation March 21, 2022 May 29, 2023 Pavement Markings and Si na e March 21, 2022 May 29, 2023 Pedestrian Signal Installation March 21 2022 May 29, 2023 Construction Engineering and Inspection CEI March 21, 2022 November 23, 2023 Planned Construction Substantial Completion and Open to Traffic Date: Planned Period of Performance End Date: Planned Project Closeout Date: August 21, 2023 February 21, 2024 May 21, 2025 ATTACHMENT C ESTIMATED PROJECT BUDGET Match Activity FY17 TIGER Other Federal to Other Local Funds State Funds Other Funds Project Cost Funds Funds Federal Funds Survey and Design $1,393,173 $1,393,173 Road $7,343,748 $7,343,748 Reconstruction Transit Center and $1,233,015 $1,233,015 Bus Shelters Landscaping $688,463 $688,463 Street Lighting $1,384,933 $1,384,933 Installation Pavement Markings and $48,958 $48,958 Si na e Pedestrian Signal $244,793 $244,793 Installation Construction Engineering and $1,890,000 $1,890,000 Inspection CEi Contingency $2,188,781 $2,188,781 Total $13,132,691 $3,283,173 $16,415,864 r ko ATTACHMENT D PERFORMANCE MEASUREMENT TABLE Study Area: 20 miles of sidewalk in the Immokalee area, a new transit transfer facility on the County property located at 419 N. 1 st St., Immokalee and bus shelters, drainage and intersection improvements throughout the Immokalee area. The general boundary of the area is from SR29 (Main Street) to Madison Ave. Pre -project Measurement Date: March 23, 2021 Pre -project Report Date: June 23, 2021 Project Outcomes Report Date: August 21, 2027 Table 1: Performance Measurement Table Measure Description and Category of Measure Measurement Period Reporting Period Quality of Life Baseline Measurement: Route -level data Baseline Measurement: consistent with annual, Annual average, accurate as of the Pre -project Pre -project Report Date system wide reports Measurement Date Transit provided to NTD. Directional boarding and Interim Performance Interim Performance Passenger Counts alighting counts by route Measures: Measures: for all transit stops in the Accurate as of For a period of 3 years, study area for a typical August 21, 2024 beginning October 21, weekday (while school is August 21, ,2025 2024 annually in session), Saturday and August 21, 2026 Sunday. Baseline Measurement: Baseline Measurement: Safety Annual average, accurate Pre -project Report Date Crash rates will be as of the Pre -project Auto Crash measured and reported as Rates by Measurement Date Interim Performance Type/Severity crashes per VMT and Interim Performance Measures: identified by the Measures: For a period of 3 years, severity following y Accurate as of beginning October 21, categories: fatal, injury, August 21, 2024 2024 annual) Measure Description and cat%qg sure Nea, 1;:A Measurement Period Reporting Period and property -damage- August 21, 2025 only (PDO) crashes. August 21, 2026