Loading...
Resolution 2011-076 RESOLUTION 2011- 76 A RESOLUTION OF THE BOARD OF COUNTY COMMISIONERS OF COLLIER COUNTY, FLORIDA MEMORIALIZING THE BOARD'S APPROVAL OF THE SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION PERTAINING TO THE PLANNING, DESIGN, SITE DEVELOPMENT, AND/OR CONSTRUCTION EXPENSES FOR THE COLLIER AREA TRANSIT (CAT) INTERMODAL TRANSFER FACILITY TO BE LOCATED AT THE COLLIER COUNTY GOVERNMENT CENTER AND AUTHORIZING THE CHAIRMAN TO SIGN THAT AGREEMENT AT THE APRIL 26, 2011, MEETING. WHEREAS, at the April 26, 2011, meeting of the Board of County Commissioners the Board approved a Supplemental Joint Participation Agreement (the "JPA") with the Florida Department of Transportation pertaining to the planning, design, site development, and/or construction expenses for the Collier Area Transit (CAT) Intermodal Transfer Facility to be located at the Collier County Government Center (Financial Project No. 420353-1-94-01) and authorized the Board of County Commissioners, through its Chairman, to enter into the Supplemental JPA with the Florida Department of Transportation; and WHEREAS, the Florida Department of Transportation requires the Board provide a resolution memorializing and confirming the Board's aforementioned affirmative vote to approve the agreement and authorize the Chairman to execute the JP A; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that; On April 26, 201 I, the Board of County Commissioners approved by majority vote the JPA (Financial Project No. 420353-1-94-01) and authorized its chairman, Fred W. Coyle, to enter into that agreement with FOOT. A certified copy of this Resolution will be forwarded by the Collier County Clerk to FOOT along with the executed Agreement. This Resolution is hereby adopted after motion, second and majority vote this 26th day of April 2011. ATTEST: ~OClm ~~BROCK, CLERK .' <,; BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA '-1. "W.~ By ~ . FRED W. COYLE, CHAI N :. s;. ~ ~' . _ttest.t' .~..-- .)J.. Approved as.toform 2;wl~ l Scott R. Teach, Deputy County Attorney 2 Financial Project No.: Fund: 010 FLAIR CategOly. 088792 42035319401 Function: 639 Objacl Code: 750014 (1.,....,....n-plWM T a) Feda<at No.: N1A Or;. Code: 55012020129 ConI1act No.: APF60 DUNS No.: 076997790 VandOr No.: F596000558004 Call1og of Federal Domesllc Asllsllnce Numbe~ N1A Catalog of SlIte Financfal AssIstance Number: 55014 STATE Of FLORIDA. Dl!PARTMEHT OF TRANSPORTATION PUBLIC TRANSPORTATION SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT Number One ''''''''''' PIJelIC TRANSPORTATION 01111 p.t"'.. THIS AGREEMENT, made and entered Into this day of by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida, hereinafter referned to as the Department, and Collier County Board of County Commissioners 3301 East Tameml Trail, Naples, Florida 34112 hereinafter referred to as Agency. WITNESSETH: WHEREAS, the Department and the Agency heretofore on Ihe 29th day of June ,2009 entered into a Joint Participation Agreement; and WHEREAS, the Agency deslree to aCCXlmpllsh certain project items as ouUined In the Attachment 'A" appended hereto; and WHEREAS. Ihe Department desires to participate In aa eligible Items for this project as outlined In Attachment "A" for a total Department Share of $1,300,000.00 NOW, THEREFORE THIS INDENTURE WITNESSETH: that for end in consideration of the mutual benefits to flow from each to the other, !he parties hereto agree thatlhe above descnbed Joint Participation Agreement is to be amended and supplemented as follows: 1.00 Project Description: The project description is amended N1A , 2.00 Project Cost: Peragraph 3.00 of said Agreement is Increased by $603.200.00 bringing the revised total cost of the project to $ 2.600,000.00 Paragraph 4.00 of said Agreement Is Increased by $301.600.00 bringing the Department's revised total cost of the project to S 1.300.000.00 TZ><l3O<I' PL/kIC TRANSPORTATION Dill' P.2t114 3.00 Amended Exhibits: Exhibn(s) 8 of said Agreement Is amended by Attachment. A.. 4.00 Contract Time: Paragrapl118.OO of said Agreement December 31st ,2012 5.00 E.Verlfy: The Agency shaH utilize the U.S. Department of Homeland Security's E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of: 1. ali persons employed by the Agency during the term of the Contract to perfonn employment duties within Florida: and 2. ali parsons, including subcontractors, assigned by the Agency to perfonn work pursuant to the contract with the Department. ".....,-, PUBliC 'f'RAHSIIORTATION 01111 PepJIlU Financial Project No. 42035319401 Contract No. APF60 Agreement Date Except as hereby modified, amended or changed, all other (erms of said Agreement dated June and any subsequent supplements shall remain In full force and effect. 29lh 2009 IN WITNESS WHEREOF, the pertJes hereto have caused these presents to be executed, the day and year first above written. AGENCY FDOT Coller County Board of County Commissioners AGeNCY HAIlE See altached Encumbrance Form for date of Funding Approval by ComplroRer F~ W. Co'f LE: S1GNATOIlV IPRINTED OR TYPED) LEGAl. REVIEW OEPAATIotEHT OF TRANSPORTATION $I OEPARTMENT OF TRANSPORTATIOH C !-.h11 .z. .\114 N TITLE Director of Transportation Development Tm.E < . ~r ok."~ . -~TtE"T'-. \, . . "c :c. . ~.I ~~~ ~ROCK. CLERK ~:..~M.'~ {j(. 11. '.' .. . .AtttIt .... 'f It....t~II'''~. --~:7f71):;: DepIItJ eo.y Att_J F '......... PU8UC TRAN$PCWTATlON Q1/11 Plve401' F"l1encial PlOjact No. 42035319401 Contract No. APF60 Agreement Dale ATTACHMENT "A" SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT This Attachment forms an integral part of that certain Supplemental Joint Participation Agreement between the Slate of Florida, Department of Transportation and Collier County Board of County Commissioners 3301 East Tamami Trail, Naples, Florida 34112 dated DESCRIPTION OF SUPPLEMENT (Include justification for cost change): We are adding $301,600.00 in Stete Interrnodal program funds to this Interrnodal project agreement. I. Project Cost As Approved As Amended Net $1,996,800.00 $2,600,000.00 $603,200.00 T otaJ Project Cost $1.996,800.00 $2,600,000.00 $603,200.00 II. Fund As Approved As Amended Net Department: $996.400.00 $1,300,000.00 $301,600.00 Agency: $998,400.00 $1,300,000.00 $301,600.00 $0.00 $0.00 $0.00 T olal Project Cost $1.996.800.00 $2,600.000.00 $603,200.00 Comments: Exhibit A of said Agreement is emended by Attachment A-1. Financial Project No: 420353-1-94-01 Contract: APF60 Agreement Date: EXHIBIT A ATTACHMENT A-I PROJECT DESCRIPTION AND RESPONSIBILITIES This exhibit forms an integral part of that certain Joint Participation Agreement between the State of Florida. Department of Transportation and the Collier County Board of Count v Commissioners. 3301 East Tamiami Trail. Naples. Florida 34112, dated June 29.2009. PROJECT LOCATION: Property located at the Government Center in Collier County, Florida. PROJECT DESCRIPTION: To provide for the Department's participation in the Agency's eligible costs related to the planning, design, site development. and/or construction expenses of a transit intermodal transfer center for the Collier Area Transit on property located at the Government Center. SPECIAL CONSIDERATIONS BY AGENCY: DELlVERABLES: · Quarterly reports are to be submitted every three months. · A detailed project budget that delineates all expenses with the project, clearly defines the expenses associated with the project as it relates to the service development grant. · Inventory sheet of all capital items incurred with service development grant funds, including VIN numbers for vehicle purchases. · Copy of any third party agreement that is paid for in whole or part with Service Development funds, please refer to section 12.10 of the original JP A. This includes, but is not limited to, purchased transportation services. All third party contracts must be reviewed by FOOT prior to issuance. · Site visits and route field review may be required by the state project manager to monitor the progress of the project. EXHIBIT A ATTACHMENT A-I CONTINUED PROJECT DESCRIPTION AND RESPONSIBILITIES SPECIAL CONSIDERATIONS BY DEPARTMENT: DISADVANTAGED BUSINESS ENTERPRISE (DBE) POLICY Section 12.31 of the JP A is amended as follows: 12.31 DBE Policy: The Agency and its contractors agree to ensure that Disadvantaged Business Enterprises as defined in 49 CFR Part 26. as amended. have the maximum opportunity to participate in the performance of contracts and this Agreement. In this regard, all recipients, and contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26, as amended, to ensure that the Disadvantaged Business Enterprises have the maximum opportunity to compete for and perform contracts. Grantees. recipients and their contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of Department assisted contracts. The recipient shall not discriminate on the basis of race. color. national oril!in. or sex in the award and performance of any DOT -assisted contract or in the administration of its DBE prol!ram or the reauirements of 49 CFR Part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT -assisted contracts. The recipient's DBE prOl!ram. as reauired by 49 CFR part 26 and as approved by DOT. is incorporated by reference in this al!reement. Implementation of this prOl!ram is a le~al oblil!ation and failure to carrvout its terms shall be treated as a violation of this al!reement. Upon notification to the recipient of its failure to carry out its approved prol!ram. the Department mav impose sanctions as provided for under part 26 and may. in appropriate cases. refer the matter for enforcement under 18 U.S.c. 1001 and/or the Prol!ram Fraud Civil Remedies Act of 1986 (31 U.S.c. 3801 el sell.) E- VERIFY: Section 25.00 of the JPA is added as follows: 25.00 E-Verifv: The Al!encv shall utilize the U.S. Department of Homeland Securitv's E- Verify system. in accordance with the terms governinl! use of the system. to confirm the emplovment elil!ibilitv of; I. all persons emploved by the Al!encY during the term of the Contract to perform emplovment duties within Florida: and , all persons. including subcontractors. assigned bv the Agency to perform work pursuant to the contract with the Department. I Davis, Julia From: Sent: To: Subject: The job FI989HLR Friday, October 22, 2010 3:54 PM Davis. Julia FUNDS APPROVAUREVIEWED FOR CONTRACT APF60 STATE DF FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL Contract .APF68 Contract Type: AH Method of Procurement: G Vendor Name: COLLIER COUNTY B Vendor ID: VF596088558094 Beginning date of this A,-t: 86/29/09 Ending date of this AgBt: 12/31/12 Contract Total/Budgetary Ceiling: ct . $I,389,eee.89 ........................................................................ Description: Planning; project devp and environ.ental; design; constructi on, of intermodal transit hub - Collier Government Center ........................................................................ ORG-COOE "EO "OBJECT "AMOUNT "FIN PROJECT "FCT "CFDA (FISCAL YEAR) "BUDGET ENTITY "CATEGORY/CAT YEAR AMENDMENT ID "SEQ. "USER ASSIGNED ID "ENC LINE(6S)/STATUS ....**.................................................................. Action: SUPPLEMENTAL Funds have been: APPROVED 55 812828129 oPT 2811 5892 "75l1ll98 " "55189189 "89 " 301608.89 "42035319481 "088809/11 503 "eee3/04 "639 " ------------------------------------------------------------------------ TOTAL AMOUNT: "$ 381,608.89 " FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER DATE: 18/22/2018 1 A~fr.oo F'f /0 III C.O \ \ \ tN 11'\1vrvY1 od a1