Loading...
Resolution 1996-496 iJ OV " ',g9f RESOLUTION NO. 96-496 A RESOLUTION AUTIIORlZING EXECUTION OF A JOINT PROJECT AGREEMENT WITH THE STATE DEPARTMENT OF TRANSPORTATION PROVIDING FOR A FEASIBILITY STUDY OF A COMPUTERIZED TRAFFIC SIGNAL SYSTEM. WHEREAS, as a result of negotiations between the parties, the County and the Florida Department of Transportation desire to enter into an agreement providing for a feasibility study for Project #03000-1502, WPI #1 114174; a copy of which agreement is attached hereto as Exhibit "A" and entitled "State of Florida Department of Transportation Joint Project Agreement. .. NOW, THEREFORE, BE IT RESOL YED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA: I. The Board ofCounly Commissioners of Collier County, Florida has determined to enter into the attached Joint Project Agreement and hereby authorizes and directs the Chairman of rhe Board of County Commissioners to execute and deliver to the State of Florida Department of Transportation the Joint Project Agreement, providing for a feasibility study for Project #03000- 1502, WPI #11 14174. 2. A certified copy of this Resolution vvill be forwarded to the State of Florida Department of Transportation at Tallahassee, Florida. This Resolution adopted this ~ day of :?1~ . 1996, afier motion, second and majority vote. ATTEST: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY FLORIDA BY~~ ? N C. RR S, Chairman ~,*~~,,;.of~~'" .: . .,.."".. , Approved as to form and legal sufficiency: JJ,d, Ji(l/L\. Heidi Ashton Assistant County Attorney NOV - 5 1996 STATE PROJECT NO: W.P.I. NO: F.A.P, NO: COUNTY: 03000-1502 1114174 Ac:xu888{474) COLLIER JOINT PROJECT AGREEMENT BETWEEN TIlE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND COLLIER COUNTY FOR FEASmn..ITY STUDY OF COMPUTERIZED TRAFFIC SIGNAL SYSTEM This is an Agreement by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "DEPARTh1ENT" and COLLIER COUNTY, hereinafter referred to as the "COUNTY" WITNESSETH WHEREAS, the DEPARTMENT is prepared, ill accordance with its Five Year Work Program to fund the Collier County/City of Naples feasibility study of a computerized traffic signal system in fiscal year 1997/98 (State Projecl Number 03000-1502) under W.P.I. Number 1] 14174, hereinafter also referred to as the "PROJECT"; and WHEREAS, the DEPARTMENT is willing to advance the PROJECT to fiscal year 1996/97 and the COUNTY is willing to advance the funds for said PROJECT in accordance with Section 339.12, Florida Statutes; and WHEREAS, the COUNTY, by Resolution dated the ~day of ;z!"remW-, 1996, a certified copy of which is attached hereto and made a part hereof. has authorized the Chainnan of its Board of Commissioners to enter into this Agreement. NOW THEREFORE, in consideration of the mutual benefits to be derived from joint participation in this Agreement, the parties agree as follows: 1. The DEPARTMENT, after receiving funds from the COUNTY will obtain consultant services, in accordance with Section 287.055, Florida Statutes, for the Collier County/City of Naples feasibility study of a computerized traffic signal system. 2. The objectives of said feasibility study are: a) To determine the feasibility of installing a computerized signal system in Collier County and the feasibility of upgrading, enhancing or replacing the existing "TCr closed HOY - 5 l~ loop computerized signal system in the City of Naples. There are ninety (90) existing signals currently being maintained by Collier County and twenty eight (28) signals in the existing "TCT" closed loop system [out of a total of fifty (50) signals] that are currently maintained by the City of Naples. All of the existing, flashing beacon, emergency and future signals shall be included in the study. The Consultant should assume an additional twenty (20) future signals will be added to the study. b) To evaluate the existing systems, provide recommendations for upgrading. enhancing, or replacing the existing systems, implementing new state-of-the-art system concepts such as closed loop, hybrid, etc., and recommend the projected ten (10) year traffic signal and operating requirements to include future control room, staff and maintenance requirements. As part of this evaluation, the study shall detennine and outline the design requirements for the future design phase including the development of the Scope of Services for the design phase. 3. a) The COUNTY agrees thaI it will, upon execution of this Agreement, furnish the DEPARTMENT an advance deposit in tlle amount ofT\\'O HUNDRED SEVENTY-FIVE THOUSAND AND NO/loo DOLLARS ($275,000.00). Said deposit represents the total estimated PROJECT cost. If the accepted bid amount is in excess of the deposit amount, the COUNTY will provide an additional deposit within fourteen (14) calendar days or prior to posting the bid, whichever is earlier, so that the total deposit is equal to the bid amount. The DEPARTMENT may utilize this deposit for payment of the PROJECT. b) The advance payment(s) shall be made to the Florida Departmen: of Transportation and mailed to: Florida Department of Transportation Office of the Comptroller (M.S. 24) 605 Suwannee Street Tallahassee. FL 32399-0450 Attention: JPA Coordinator Failure of the COUNTI' to make said payment(s) within the time frame specified above shall be grounds for termination of this Agreement. c) Both parties further agree that in the event final billing pursuant to the terms of this Agreement is less than the advance deposit, a refund of an excess will be made by the DEPARTMENT to the COUNTY; and that in the event said final billing is greater than the advance deposit, the COUNTY will pay the additional amount within forty (40) days from the date of the invoice. 4. a) The DEPARTMENT agrees to reimburse the COUNTY in accordance with Section 339.12, Florida Statutes and totally subject to legislative approval and appropriation, in an amount not to exceed the advance(s) made by the COUNTY for consultant services directly related to the PROJECT. 2 NOV - 5 ~ b) 1l1e DEPARTMENT agrees to make repayment of the advance from the COUNTY In a lump sum payment at the end of the fi,cal year (1997/98) the PROJECT was originally programmed in the DEPARTMENT's adopted work program. 5. TIle DEPARTMENT and the COUNTY recognize that the exact cost of consultant scrvices for tile PROJECT arc not known at this time, the parties recognize that adjustments to the above- referenced costs may be required in the future and that at the option of the parties. amencJments may be entered into to revise the funds available to the COUNTY for reimbursement. Tile COUNTY agrees to advance reasonable additional funds, as requested by the DEPARTMENT. to provide the necessary funding with which to complete lhe PROJECT. Said requcst to be in writing and the additional costs to be substantiated by the DEPARTMENT. I I i j I , ; ! , ; j i I , ! 6. The DEPARTMENT agrees to provide project schedule progress reports to the COUNTY in the standard format used by the DEPARTMENT and at intervals established by the DEPARTMENT. 1l1e COUNTY will be entitled at all times to be advised, at its request, as to the status of work being done by the DEPARTMENT and of the details thereof. Either party to the Agreement may request and be granted a conference. 7. All tracings, plans, 3pecifications, maps and/or reports prepared or obtained under this Agreement shall be considered worV made for hire and shall become the property of the DEPARTMENT without restriction or limitation on their use. 8. a) TIle DEPARTMENT agrees to pay the COUNTY for the herein described services at a compensation as detailed in this Agreement. b) Payment shall be made only after receipt and approval of goods and services unless advance payments are autilorized by lite Slate Comptroller under Section 21 5.422( I 4). Florida Statutes. c) If lhis Contract involves units of deliverables, then such units must be received and accepted in writing by the Contract Manager prior to payments. d) Any penally for delay in payment shall be in accordance with Section 215,422(3)(b), Florida Statutes. e) Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof. f) 3i!ls for travel expense., specifically authorized in this Agreement silall be submitted and paid in accordance with Section 112.061, Florida Statutes. g) Contractors providing goods and services to the DEPARTMENT should be a ware of the following time frames. Upon receipt the DEPARTMENT has five (5) working days 10 inspect and approve the goods and services, unless the Agreement specifies otherwise. The DEPARTMENT ilas 20 days to deliver a request for paymenl (voucher) to the 3 NOV - 5 1996 Depanmcnt of Banking and Finance. TIle 20 days are mcasured from the latter of the datc the invoice is received or the goods or services are received, inspected and approved. h) If payment is not available within 40 days, a separate interest penalty in accordance with Section 215.422(3)(b), Florida Statutes, will be due and payable, in addition to the invoice amount, to the Contractor. Interest penalties of less than one (1) dollar will not be enforced unless the Contractor requests payment. Invoices which have to be returned to a Contractor because of Contractor 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. i) A Vendor Ombudsman has been cstablished within the Department of Banking and Finance. The duties of this individual include acting as an advocate for contractors/vendors who may be experiencing problems in obtaining timely paymenl(s) from a state agency. The Vendor Ombudsman may be contacted at (904) 488-2924 or hy calling the State Comptroller's Hotline, 1-800-848-3792. j) The DEPARTMENT agrees to keep complete records and amounts in order to record complete and correct entries as to all costs, expenditures and other items incidental to this PROJECT. Said records will be made available, upon request to the DEPARTMENT, during the tenn of this Agreement and for three (3) years after final payment is made. k) TIle 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 DEPAR1MENT 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. 9. The DEPAR1MENT shall not be obligated or liable hereunder to any party other than the COUNTY. 10. In no event shall the making by the DEPARTMENT of any payment to the COUNTY 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 COUNTY, 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. 4 NOY - 5 199B II. Unless otherwise specifically stated herein, this Agreement shall be governed by and construed in accordance with the laws of the State of Florida. 12. All notices under this Agreement shall be directed to the following: FDOT COLUER COUNTY Traffic Operations Engi:1eer Director- Transportation Services P.O. Box 1249 3301 East Tamiami Trail B'lrtow, FL 33831-12<9 Naples, FL ~J96r 3'///,).. 13. If any part of this Agreement shall be determined to be invalid or unenforceable by a coun of competent jurisdiction or by any other legally constituted body having the jurisdiction to make such determination, the remainder of this Agreement shall remain in full force and effect provided that the part of this Agreement thus invalidated or declared unenforceable is not material to lhe intended operation of this Agreement. 14. To the extent allowed by Section 768.28, Florida Statutes, the COUNTY hereby agrees to indemnify, defend, save and hold hannless the DEPARTMENT and all of its officers, agents or employees from all suits, actions claims, demands, liabilities of any nature whatsoever arising out of, because of, or due to breach of this Agreement by the COUNTY, its officers, agents, employees or subcontractors or due to any negligent act or occurrence of omission or commission of the COUNTY, its officers, agents, employees or subcontractors. Neither COUNTY nor any of its officers, agents, employees or subcontractors will be liable under this section for the sole negligence of the DEPARTMENT or any of its officers, agents or employees. 15. This Agreement shall continue in effect and be binding on the parties until the PROJECT is completed, fInal costs are known and legislatively appropriated reimbursements, if approved. are made by the DEPARTMENT. 16. This document incorporates and includes all prior negolJalJons, correspondence. conversations, agreements, or understandings applicable to the matters contained herein, and the panies 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 lhe tenns or conditions contained herein shall be effective unless contained in a written document executed with the same fonnality and of equal dignity herewith. 5 NOY - 5 1996 IN WITNESS WHEREOF the COUNTY has caused this Joint Project Agreement to be executed in its behalf this day of , 1996, by the Chainnan of the Board of Commissioners, authorized to enter into and execute same by Resolution Number 1b - tftJ(, of the Board on the ~ day of /,/or'Pmh<<- ,1996, and the DEPARTMENT has executed this Joint Project Agreement through its District Secretary for District One, Florida Department of Transportation, this _ day of , 1996. COWER COUNTY, FLORIDA STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION By: DISTRICT SECRETARY .;.:-ljuA il'; . ,\\ ..,.'~ '" ",0,1. VI'"' ' i.A TTEST: . " " ., 'DWIGHT E-,,~_.8ROGj(;:, CLERK ~.:" '\~"". ,.: ~..." ~ ~'B/~;~~'~~;'4~.~ AP.C'- (Seal) "'..,. 'COUNTY CLERK ~/. :'. "':'., '.:;";,;.,' !f '~"'11"nl,.,.-. '.. , ..... '" ~ ',;. . ATTEST: By: EXECUTTVESECRETARY (Seal) Approved as to form and legal sufficiency: Approved as to fonn and legality: By: OUNTY ATTORNEY By: DISTRICT LEGAL COUNSEL 6 H ,IUS ERSILG 1 SORL I WHCILEGAL liP A-COL. TSS -.-