Loading...
Agenda 03/25/2014 Item #16G6 3/25/2014 16.G.6. EXECUTIVE SUMMARY Recommendation to authorize the Chairman to execute the attached Resolution authorizing execution of Supplemental Agreement One to Joint Participation Agreement No. AR513 with the Florida Department of Transportation to provide additional funds in the amount of $135,134 for Runway 17-35 and associated Aircraft Apron Rehabilitation Construction at the Marco Island Executive Airport(Project 33301),and authorize the necessary budget amendments. OBJECTIVE: To accept additional funds from the Florida Department of Transportation(FDOT) in the amount of$135,134 for construction of Runway 17-35 and associated Apron rehabilitation at the Marco Island Executive Airport(MKY). CONSIDERATIONS: The BCC accepted a grant offer from the FAA in the amount of$5,649,916 to fund construction of Runway 17-35 and associated Aprons rehabilitation at MKY on September 24, 2013. Agenda Item 14A3. At that time the Airport Authority indicated it would request an additional five percent(5%)funding in the amount of$313,884 from FDOT. On October 22, 2013, Agenda Item 14A1, the BCC accepted a grant from FDOT in the amount of $178,750 to fund construction of Runway 17-35 and associated Apron rehabilitation at the Marco Island Executive Airport, with FDOT programming the balance of the Airport Authority's funding request($135,134)for future years. The additional FDOT funding in the amount of $135,134 is now available for this project. The total funding includes the following: Federal Share $5,649,916 State Share $ 313,884 County Match $ 313,884 Total Estimated Project Cost $6,277,684 Budget Amendments are required to recognize this additional FDOT funding ($135,134) in Project 33301, and reduce the County match by$135,134. FISCAL IMPACT: The estimated project cost of $6,277.684 has not changed. The FDOT grantor portion of funding has increased allowing the local portion to decrease as anticipated. Budget amendments are necessary to recognize additional FDOT grant revenue in the amount of $135,134 within Airport Grant Fund 498 project 33301. A like amount of funding ($135.134) will be removed from Airport Grant Fund 499 to reduce the local match loan transfer from the General Fund (001). GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires majority vote for approval.—CMG RECOMMENDATION: That the Collier County Board of County Commissioners authorize the Chairman to execute the attached Resolution authorizing execution of Supplemental Agreement One to Joint Participation Agreement No. AR513 with the Florida Department of Transportation to provide additional funds in the amount of $135,134 for construction of Runway 17-35 and associated Apron rehabilitation at the Marco Island Executive Airport,and approve necessary budget amendments. Packet Page -1560- 3/25/2014 16.G.6. Prepared by: Robert Tweedie, Airport Manager, Marco Island Airport, Collier County Airport Authority Attachments: 1)JPA Resolution; 3)JPA Agreement Packet Page-1561- 3/25/2014 16.G.6. COLLIER COUNTY Board of County Commissioners Item Number: 16.G.6 Item Summary: Recommendation to authorize the Chairman to execute the attached Resolution authorizing execution of Supplemental Agreement One to Joint Participation Agreement No.AR513 with the Florida Department of Transportation to provide additional funds in the amount of$135,134 for Runway 17-35 and associated Aircraft Apron Rehabilitation Construction at the Marco Island Executive Airport(Project 33301),and authorize the necessary budget amendments. Meeting Date: 3/25/2014 Prepared By Name: DebraBrueggeman Title: Operations Coordinator,Airport Authority Approved By Name: TweedieRobert Title:Manager-Airport,Airport Authority Date: 03/13/2014 03:41:02 PM Name: dianelynch Title: Supervisor-Operations,Road Maintenance Date: 3/13/2014 4:18:41 PM Name: AllisonKearns Title: Manager Financial & Operational Support, Transportation Administration Date: 3/13/2014 5:04:34 PM Name: geneshue Title: Director-Operations Support, Transportation Administration Date: 3/13/2014 5:24:39 PM Name: JoshuaThomas Title: Grants Support Specialist, Grants Management Office Date: 3/14/2014 1:30:13 PM Name: GreeneColleen Title:Assistant County Attorney, CAO General Services Date: 3/17/2014 10:30:01 AM Packet Page-1562- 3/25/2014 16.G.6. Name:NickCasalanguida Title: Administrator-Growth Management Div, Business Management&Budget Office Date: 3/17/2014 10:59:29 AM Name: StanleyTherese Title: Management/Budget Analyst, Senior, Grants Management Office Date: 3/18/2014 4:28:40 PM Name: FinnEd Title: Management/Budget Analyst, Senior, Transportation Engineering&Construction Management Date: 3/18/2014 5:03:28 PM Name: KlatzkowJeff Title: County Attorney, Date: 3/19/2014 9:07:18 AM Name: ochs_1 Title: County Manager, County Managers Office Date: 3/19/2014 11:13:10 AM Packet Page -1563- 3/25/2014 16.G.6. RESOLUTION NO.2014- RESOLUTION OF THE COLLIER COUNTY AIRPORT AUTHORITY APPROVING AND AUTHORIZING THE EXECUTION OF THE ATTACHED SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT NUMBER ONE TO AR513 WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION WHEREAS,the Collier County Airport Authority has the authority to enter into the attached agreement with the Florida Department of Transportation to undertake projects as authorized by Chapter 332, Florida Statutes, and Section 14-60 of the Florida Administrative Code, and Ordinance 2004-03. NOW, THEREFORE, BE IT RESOLVED BY THE Collier County Airport Authority, Collier County, Florida, that: 1. The Supplemental Joint Participation Agreement (JPA) Number One to JPA Agreement Number AR513 to Rehabilitate Runway 17-35 and associated Aircraft Aprons at the Marco Island Executive Airport, Financial Management Number 430983-1-94-01, attached hereto, is hereby approved. 2. The Chairman of the Collier County Airport Authority, Tom Henning, is authorized to enter into, modify or terminate Supplemental JPA Number One to JPA AR513 with the Florida Department of Transportation unless and until said authorization may be specifically rescinded. 3. This Resolution shall take effect immediately upon adoption. ADOPTED this 25th day of March 2014 after motion, second and majority vote in favor of adoption. ATTEST: COLLIER COUNTY AIRPORT AUTHORITY, COLLIER COUNTY, FLORIDA DWIGHT E. BROCK. Clerk By: ,Deputy Clerk By: TOM HENNING CHAIRMAN Approved as to form and legality: "Colleen M. Greene Assistant County Attorney Packet Page -1564- • 3/25/2014 16.G.6. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION PUBLIC TRANSPORTATION oen SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT pawl o Number One Financial Project No.: Fund: 010 FLAIR Category: 088719 430983-1-94-01 Function: 215 Object Code: 750004 (Item-segment phase"$eq"°f ) Federal No.: N/A Contract No.; AR513 Org. Code: 55012020129 DUNS No.: 80-939-7102 Vendor No.: F598000558130 Catalog of Federal Domestic Assistance Number. N/A Catalog of State Financial Assistance Number:55.004 THIS AGREEMENT,made and entered into this day of _ between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION,an agency of the State of Florida, hereinafter referred to as the Department, and Collier County Airport Authority 2005 Mainsail Drive. Suite 1,Navies. Florida 34114 hereinafter referred to as Agency. WITNESSETH: WHEREAS,the Department and the Agency heretofore on the 7th day of November 2013 entered into a Joint Participation Agreement;and WHEREAS, the Agency desires to accomplish certain project items as outlined in the Attachment"A"appended hereto; and WHEREAS,the Department desires to participate in all eligible items for this project as outlined in Attachment"A" for a total Department Share of$313,884.00 NOW,THEREFORE THIS INDENTURE WITNESSETH: that for and in consideration of the mutual benefits to flow from each to the other,the parties hereto agree that the above described Joint Participation Agreement is to be amended and supplemented as follows: 1.00 Project Description: The project description is amended No change. Packet Page -1565- 3/25/2014 16.G.6. 725.030-07 PUBLIC TRANSPORTATION 06111 Piga 2 of Packet Page-1566- 3/25/2014 16.G.6. 726-030.07 PUBLIC TRANSPORTATION 00111 Page 3 of 2.00 Project Cost: Paragraph 3.00 of said Agreement is®increased/0 decreased by$0.00 bringing the revised total cost of the project to$6,277,684.00 Paragraph 4.00 of said Agreement is®increased/0 decreased by$135.134.00 bringing the Department's revised total cost of the project to$313.8$4.00 3.00 Amended Exhibits: Exhibit(s)A. B, and D of said Agreement is amended by Attachment"A". 4.00 Contract Time: Paragraph 18.00 of said Agreement July 1,2019 6.00 E-Verify: Vendors/Contractors: 1. shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract;and 2. shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. Packet Page-1567- -- 3/25/2014 16.G.6. 725.007 PUBUC TRANSPORTATION 015/11 Popp 4 old Financial Project No. 430983-1-94-01 Contract No. AR513 Agreement Date Except as hereby modified,amended or changed,all other terms of said Agreement dated 1117/2013 and any subsequent supplements shall remain In full force and effect. IN WITNESS WHEREOF,the parties hereto have caused these presents to be executed,the day and year first above written. AGENCY FDOT Collier County Airport Authority See attached Encumbrance Form for date of Funding AGENCY NAME Approval by Comptroller SIGNATORY(PRINTED OR TYPED) LEGAL REVIEW DEPARTMENT OF TRANSPORTATION SIGNATURE CHRIS SMITH DEPARTMENT OF TRANSPORTATION Director of Transportation Development TITLE TITLE ATTEST: DWIGHT E. BROCK, Clerk By: _ Approved as to form and legality Assistant County Attorney _ . Packet Page-1568- - - 3/25/2014 16.G.6. 726-031347 PUBLIC TRANSPORTATION 06111 Page 5 of 6 Financial Project No. 430983-1-94-01 Contract No. AR513 Agreement Date ATTACHMENT"A" SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT This Attachment forms an integral part of that certain Supplemental Joint Participation State of Florida, Department of Transportation and Collier County Airport Authority P Agreement between the • 2005 Mainsail Drive. Suite 1.Nadles,Florida 34114 dated DESCRIPTION OF SUPPLEMENT(Include justification for cost change): Adjust state/local shares to advance grant reimbursement to Fiscal Year 2014. I. Project Cost: As Approved As Amended I Net Change $6,277,684.00 $6,277,684.00 $0.00 Total Project Cost $6,277,684.00 $6,277,684.00 $0.00 11. Fund Participation: As Approved As Amended Net Change Department: $178,750.00 $313,884.00 Agency: $135,134.00 Other. $449,018.00 $313,884.00 ($135,134.00) $5,649,916.00 $0.00 $0.00 Total Project Cost $6,277,684.00 $627,768.00 $0.00 Comments: Packet Page -1569- 3/25/2014 16.G.6. 726-09607 PUBLIC TRANSPORTAT{0N oen1 Pageeore III. MULTI-YEAR OR DEFERRED REIMBURSEMENT PROJECT FUNDING If a project is a multi-year or prequalified project subject to paragraphs 4.10 and 17.20 of this agreement,funds are programmed in the Department's Work program in the following fiscal year(s): FY 2014 $313,884.00 FY FY FY FY FY FY FY FY FY FY FY FY FY FY FY FY FY FY FY Project years may be advanced or deferred subject to Legislative appropriation or availability of funds. Packet Page -1570- 3/25/2014 16.G.6. Collier County Collier County Airport Authority Marco Island Executive Airport Financial Project Number.430983-1-94-01 Contract Number:AR5 13 Supplemental Agreement One EXHIBIT"A" 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 Airport Authority, 2005 Mainsail Drive, Suite 1, Naples, Florida 34114 dated and referenced by the above Financial Project Number. PROJECT LOCATION: Marco Island Executive Airport PROJECT DESCRIPTION: Rehabilitate Runway 17--35 SPECIAL CONSIDERATIONS BY AGENCY: The audit report(s) required in paragraph 7.60 of the Agreement shall include a schedule of project assistance that will reflect the Department's contract number, Financial Project Number and the Federal Identification number, where applicable and the amount of state funding action (receipt and disbursement of funds) and any federal or local funding action and the funding action from any other source with respect to the project. The plans and specifications review required in paragraph 15.00 of the Agreement shall include an Engineer Certification and compliance with Department requirements as outlined in Exhibit • SPECIAL CONSIDERATIONS BY DEPARTMENT: Effective July 1, 2010, Section 215.971 of the Florida Statutes, requires agreements with the State to contain a scope of work that clearly establishes quantifiable and measurable deliverables. Each deliverable must specify the required level of service to be performed and the Department's criteria for evaluating successful completion. The items must be submitted and approved through the Florida Aviation Database http://www.florida-aviation-database.cotn/filed under the appropriate Financial Management (FM) number to meet the deliverable requirements. The deliverables must be received and accepted by the Department prior to the payment of services. The Department of Financial Services Internet link below provides guidance on clear and comprehensive scopes and deliverables development. The scope of work and deliverables are specifically addressed in chapter 3: http://www.m vfloridacfo.colas/nadir/does/;ontractandGrantManagementl.ISerGuide.pdf Exhibit A,Page 1 of 4 Packet Page -1571- 3/25/2014 16.G.6. Collier County Collier County Airport Authority Marco island Executive Airport Financial Project Number:430983-1-94-01 Contract Number:AR513 Supplemental Agreement One Narrative This project is to rehabilitate Runway 17/35 and a portion of the existing apron along with other associated improvements. Associated improvements include: Filling and grading of runway safety areas; drainage improvements on and adjacent to apron and taxiway; replacement of runway edge lighting including addition of REILs at both ends of runway; new emergency power generator for airfield electrical vault including vault modifications; relocation and replacement of rotating beacon; relocated segmented circle; fill and grade east side of runway object free area; clear, grub and fill five acre site west of terminal area. Justification Runway 17-35 surfaces have deteriorated due to age and weathering. The recent FDOT Aviation Statewide Airfield Pavement Management Program inspection report indicated an overall weighted PCI value of 31 (very poor) for the runway. Rehabilitation is vital to ensure safety and longevity of the runway. SCOPE OF SERVICES Design Phase 1. The Agency must submit a signed copy of an agreement between the Agency and its third-party consultant, incorporating the scope of services and schedule of values which have been approved by the Department. The scope of services must include or incorporate by reference a schedule of values that will be used to approve payments to the third-party consultant. The scope of services and schedule of values must be approved in writing by the Department before the Agency enters into an agreement with its third-party consultant. The schedule of values shall be a complete and detailed itemization describing each subcategory of work and related pay items and their associated total value, quantity, unit of measurement and unit price/cost. The consultant should invoice the Agency on a regular basis using the approved schedule of values and one of the following methods: a. Percentage Completed. For this method the consultant's invoice should list a detailed description of each task in the approved scope of services and schedule of values, the dollar value amount for the item, the percentage competed for the item,and the dollar value for the percentage completed. b. Completed Tasks. For this method the consultant's invoice should list a detailed description of each task in the approved scope of services and schedule of values, the dollar value amount for each item, indicate which task have been completed, and the dollar value for each task completed. Exhibit A,Page 2 of 4 Packet Page-1572- 3/25/2014 16.G.6. Collier County Collier County Airport Authority Marco Island Executive Airport Financial Project Number:430983-1-94-01 Contract Number:ARS 13 Supplemental Agreement One 2. The Agency shall sign each invoice submitted to the Department and certify thereon that the Agency has verified that the percentages of and/or task completions are correct and that the amounts indicated on the invoice are correct. 3. Any change(s) to the approved scope of services or schedule of values will require a change order approved by the Department, and signed by the Agency and the third- party consultant. Invoices incorporating unapproved changes cannot be submitted by the Agency or paid by the Department. Invoices submitted to the Department with any unapproved charges will be rejected by the Department. Construction Phase 4. The Agency must submit a signed copy of an agreement between the Agency and its contractor, incorporating the scope of services and schedule of values which have been approved by the Department. The scope of services must include or incorporate by reference a schedule of values that will be used to approve payments to the contractor. The scope of services and schedule of values must be approved in writing by the Department before the Agency enters into an agreement with its contractor. The schedule of values shall be a complete and detailed itemization describing each subcategory of work and related pay items and their associated total value, quantity, unit of measurement and unit price/cost. The contractor should invoice the Agency on a regular basis using the approved schedule of values and one of the following methods: a. Percentage Completed. For this method the contractor's invoice should list a detailed description of each task in the approved scope of services and schedule of values, the dollar value amount for the item, the percentage competed for the item, and the dollar value for the percentage completed. b. Completed Tasks. For this method the contractor's invoice should list a detailed description of each task in the approved scope of services and schedule of values, the dollar value amount for each item, indicate which task have been completed, and the dollar value for each task completed. 5. The contractor should submit their pay request to the Agency's project inspector for approval using the standard "Application and Certificate for Payment" form. The Agency's project inspector will review and approve the contractor's pay request certifying the percentage of completion and/or quantities are correct. Exhibit A, Page 3 of 4 Packet Page -1573- 3/25/2014 16.G.6. Collier County Collier County Airport Authority Marco Island Executive Airport Financial Project Number 430983-1-94-01 Contract Number:AR513 Supplemental Agreement One 6. The Agency shall sign each invoice submitted to the Department and certify thereon that the Agency has verified that the percentages of and/or task completions are correct and that the amounts indicated on the invoice are correct. 7. Any change(s) to the approved scope of services or schedule of values will require a change order approved by the Department, and signed by the Agency and the contractor. Invoices incorporating unapproved changes cannot be submitted by the Agency or paid by the Department. Invoices submitted to the Department with any unapproved charges will be rejected by the Department. Exhibit A,Page 4 of 4 Packet Page-1574- • 3/25/2014 16.G.6. Collier County Collier County Airport Authority Marco Island Executive Airport Financial Project Number:430983-1-94-01 Contract Number:ARS 13 Supplemental Agreement One EXHIBIT"B" PROJECT BUDGET This exhibit forms an integral part of that certain Joint Participation Agreement between the State of Florida, Department of Transportation and the Collier County Airport Authority 2005 Mainsail Drive, Suite 1,Naples, Florida 34114 dated and referenced by the above Financial Project Number. Expiration Date: July 1,2019 Project funds are programmed in the Department's Work Program in the following fiscal year(s): FY 13/14 Federal Funding(FAA) 90% $5,649,916.00 State Funding(DPTO) 5% $ 313,884.00 Local Funding(LF) 5% $ 313,884.00 • Total $6,277,684.00 Project years may be advanced or deferred subject to Legislative appropriation or availability of funds. State funds programmed on this project must be expended and an invoice for their reimbursement to the agency submitted to the Department by the following date(s): FY 13/14 funds by May 1,2019 Such funds, which are not expended and invoiced by the dates indicated, shall be forfeited by the agency. Invoices shall be submitted at a minimum of every 24 months or the project funds are subject to deletion. Exhibit B,Page 1 of 1 • Packet Page-1575- 3/25/2014 16.G.6. Collier County Collier County Airport Authority Marco Island Executive Airport Financial Project Number:430983-1-94-01 Contract Number:AR513 Supplemental Agreement One EXHIBIT"D" PROJECT COMPLIANCES This exhibit forms an integral part of that certain Joint Participation Agreement between the State of Florida, Department of Transportation and the Collier County Airport Authority 2005 Mainsail Drive, Suite 1,Naples, Florida 34114 dated and referenced by the above Financial Project Number. State Agency: Florida Department of Transportation CSFA Number&Title: 55.004,Aviation Development Grants Amount: $313,884.00 COMPLIANCES ACTIVITIES ALLOWED Airport Planning Airport Planning Grants are to study options for airport development and operations. The Department funds airport master plans, airport layout plans (ALP), noise and environmental studies, economical impact, services development, and airport promotion. Examples of projects are: • Master Plans and Airport Layout Plans(ALP); • Master Drainage Plans; • Environmental Assessments(EA); • Development of Regional Impact(DRI); • Operations and Emergency Response Plans (ERP); • Federal Aviation Regulations(FAR)Part 150 noise studies: • Environmental Impact Studies(EIS); • Wildlife Hazard Studies; • Feasibility and Site Selection Studies; • Business plans; • Airport management studies and training; • Air services studies and related promotional materials. Airport Improvement These grants are to provide capital facilities and equipment for airports. Examples of projects are: Exhibit D,Page 1 of 5 Packet Page-1576- 3/25/2014 16.G.6. Collier County Collier County Airport Authority Marco Island Executive Airport Financial Project Number:430983-1-94-01 Contract Number.AR5 13 Supplemental Agreement One Air-side capital improvement projects • Runways • Taxiways • Aprons • T-hangers • Fuel farms • Maintenance Hangers • Lighting • Air Traffic Control Towers • Instrument Approach Aids • Automatic Weather Observation Stations Land-side capital improvement projects • • Terminal Buildings • Parking lots and structures • Road and other access projects Presentation projects • Overlays • Crack sealing • Marking • • Painting buildings • Roofing buildings • Other approved projects Safety equipment • Airfield Rescue and Fire Fighting Vehicle(ARFF) • Lighted Xs Safety projects • Tree clearing • Land contouring on overrun areas • Removing,lowering, moving, and marking, lighting hazards Information technology equipment(used to inventory and plan airport facility needs) Drainage improvements Exhibit D,Page 2 of 5 Packet Page-1577- 3/25/2014 16.G.6. • Collier County Collier County Airport Authority Marco Island Executive Airport Financial Project Number:430983-1-94-01 Contract Number:A12513 Supplemental Agreement One Land Acquisition This grant program protects Florida's citizens from airport noise and protects airport clear zones and runway approach areas from encroachment. Administrative Costs, appraisals, legal fees, surveys, closing costs and preliminary engineering fees are eligible costs. In the event the negotiation for a fair market value is unsuccessful, the court will be petitioned for "an Order of Taking" under the eminent domain laws of Florida. Examples of projects are: • Land acquisition(for land in an approved Master Plan or ALP) • Mitigation land(on or off airport) • Aviation easements • Right of way • Approach clear zones Airport Economic Development This grant program is to encourage airport revenue. Examples of projects are: • Any airport improvement and land purchase that will enhance economic impact • Building for lease • Industrial park infrastructure and buildings • General aviation terminals that will be 100 percent leased out • Industrial park marketing programs Aviation Land Acquisition Loan Program The Department provides interest free loans for 75 percent of the cost of airport land purchases for both commercial service and general aviation airports. This is a general description of project types. A detail list of project types approved for these grant programs can be found in the Aviation Grant Program manual which can be accessed through the internet at www.dot.state.fl.us/Aviation/Public.htln. ALLOWABLE COSTS Entities are prohibited from using grant funds for lobbying the legislature. (Section 216.347, Florida Statutes). Also, restrictions of expenditures are summarized in the Reference Guide for State Expenditures of the Department of Financial Services. Other specific requirements for allowable costs are unique to each state project and are found in the laws, rules, and the provisions of contracts or grant agreements pertaining to the project. For projects listed in the Compliance Supplement,these specific requirements are in Part Four. Audit Objectives Exhibit D,Page 3 of 5 Packet Page-1578- 3/25/2014 16.G.6. Collier County Collier County Airport Authority Marco Island Executive Airport Financial Project Number.430983.1-94-431 Contract Number:AR5 13 Supplemental Agreement One Determine whether expenditures of state financial assistance were for allowable costs. Suggested Audit Procedures 1. Identify the types of costs that are either specifically allowed or prohibited by the laws, rules,and provisions of contracts or grant agreements pertaining to the project. 2. Select a sample of transactions and perform procedures to verify that the transactions were for an allowable cost and not for lobbying the legislature or other prohibited uses. Cash Management State agencies which are expressly authorized by law to make advances for project startup or contracted services in total or periodically, shall limit such advances to other governmental entities and nonprofit entities. The amount to be advanced may not exceed the expected cash needs of the recipient within the initial 3 months. Thereafter disbursements are to be made only on a reimbursement basis. The Chief Financial Officer,after consultation with the appropriations committee, may advance funds beyond a 3-month requirement if it is determined to be consistent with the intent of the approved operating budget. Any agreement that provides for advances may contain a clause that permits the recipient to temporarily invest the proceeds, provided that any interest income either be returned to the agency or applied against the agency's obligation to the pay the contract amount. (Section 216.181, Florida Statutes) Specific cash management requirements unique to a state project may be found in the laws, rules, and the provisions of contracts or grant agreements pertaining to the project. For projects listed in the Compliance Supplement, these specific requirements are in Part Four. Audit Objectives 1. Determine that cash management procedures are it accordance with Section 216.181, Florida Statutes, and other laws, rules, and the provisions of contracts or grant agreements pertaining to the state project. 2. Determine that interest income, when allowable, is correctly recorded and returned to the state agency or applied against the contract or grant agreement. Suggested Audit Procedures 1. Review reimbursement requests and trace to supporting documentation. Ensure that costs for which reimbursement was requested were paid prior to the date of the reimbursement request. 2. Determine whether any interest income was owed to the state agency and either remitted to the agency or applied against amounts owed by the state agency. Exhibit D,Page 4 of 5 Packet Page -1579- 3/25/2014 16.G.6. Collier County Collier County Airport Authority Marco Island Executive Airport Financial Project Number:430983-1-94.0I Contract Number:AR513 Supplemental Agreement One MATCHING Commercial Service Airports When no federal funding is available, the Department provides up to 50 percent of the project costs. When federal funding is available, the Department can provide up to 50 percent of the non-federal share. General Aviation Airports When no federal funding is available, the Department provides up to 80 percent of project costs. When federal funding is available, the Department can provide up to 80 percent of the non- federal share. Economic Development The Department provides up to 50 percent of airport economic development funds to build on- airport revenue-producing capital improvements. This program is for local match only. Airport Loans The Department provides a 75 percent loan program to fund the Aviation Land Acquisition Loan Program. • Exhibit D,Page 5 of 5 Packet Page-1580- 3/25/2014 16.G.6. CHECK LIST Please check for these items on Joint Participation Agreements, Supplemental Joint Participation Agreements or Joint Participation Agreement Terminations to ensure validity of the Agreement. (1) Original Signature must appear on three (3) copies of the Agreements. (2) Please be sure authorized parties type titles and names on all copies for clarity. (3) Please provide two resolutions from the Agency authorizing signing of the Agreement. Resolutions must specifically identify, by name or title, person(s) authorized to sign Agreements. Resolutions must bear original signature with seal. A sample Resolution is attached for your consideration and use. (4) Please do not fill in any dates on the Agreements. (5) Please return three (3) signed copies of the Agreement for further processing to the District Modal Development Office at the address below: Florida Department of Transportation District One Modal Development Office P. O. Box 1249 Bartow, FL 33830 A copy will be furnished to your Agency after the Agreement is executed by the Department. (6) Do not obligate funds against this project until final execution of the Agreement by the State has been completed and you have the necessary written approval from the Department. (7) Do not double-side the Agreement during printing. Packet Page -1581-