Loading...
Agenda 02/14/2012 Item #16A112/14/2012 Item 16.A.11. EXECUTIVE SUMMARY Recommendation to recognize local grant match revenue totaling $21,206 and Federal Transit Administration (FTA) Section 5303 Program grant revenue in the amount of $239,831 which will establish the remaining FY 2011/12 Metropolitan Planning Organization (MPO) budget; and approve all necessary budget amendments. OBJECTIVE: To recognize grant revenue and match dollars to establish the remaining program budget for the FY 2011/12 MPO program year. CONSIDERATIONS: The MPO entered into a five -year Joint Participation Agreement (JPA) with the Florida Department of Transportation (FDOT) on May 27, 2008, for FTA Section 5303 funding, which is programmed for fixed route transit planning activities. Grant funds awarded to date through the initial agreement and subsequent annual awards total $468,588. Required match dollars of $52,066 brings the total award to $520,654. The match is funded through local governments Collier County, City of Naples and City of Marco Island, which equate to $32,541, $13,017, and $6,508 respectively. Everglades City has not be asked to provide a local match as Collier Area Transit does not provide service to Everglades City. This executive summary recognizes the remainder of grant revenue and required match dollars in order to continue execution of the grant contract during the FY 2011/12 MPO budget year and to properly establish the cumulative award amount of $520,654. Fiscal Year Grant 2007/08 $75,194 2008/09 $78,369 2009/10 $102,285 2010/11 $105,873 2011/12 $106,867 Award Total $468,588 Appropriated $228,757 Un- appropriated $239,831 Award Total $468,588 Grant Match Total Collier Nanlec Marco Match $5,222 $2,089 $1,044 $8,355 $5,442 $2,177 $1,089 $8,708 $7,103 $2,841 $1,421 $11,365 $7,353 $2,941 $1,470 $11,764 $7421 $2,969 1 $1,484 1 $11,874 $32,541 $13,017 $6,508 $52,066 $21,327 $6,355 $3,178 $30,860 $11,214 $6,662 $3,330 $21,206 $32,541 $13,017 $6,508 $52,066 Total Award 1 $83.549 1 $87,077 $113,650 $117,637 $118,741 $520,654 $259,617 $261,037 $520,654 The Metropolitan Planning Organization (MPO) brings forth its annual budget for appropriation to the BCC each May through executive summary due to the timing difference of the MPO budget cycle (July 1 - June 30), which does not coincide with the BCC annual budget cycle (October 1 - September 30). The Section 5303 program is appropriated each May on an estimated amount in coordination with FDOT. This has resulted in less funds appropriated over time for Section 5303 compared to the actual awarded Packet Page -1267- 2/14/2012 Item 16.A.11. amount. The MPO will not be able to spend all awarded dollars without a budget amendment to recognize revenue. To alleviate future variances of this nature, the MPO will wait to appropriate Section 5303 program revenues until the FDOT has provided the MPO with an actual award document, a best practice for grants management. The MPO has initiated this practice by way of this executive summary recommendation. Approval of this item will correctly recognize the balance of grant and match funding in the amount of $261,037 to the MPO Fund (128), Project 35085. The amount of grant proceeds that remains to be recognized is $239,831. Collier's proportionate percent of remaining match to budget – factoring the appropriated amount to date – equals $11,214. City of Naples and City of Marco Island match equals $6,662 and $3,330 respectively. Local governments are invoiced quarterly for match requirements based on actual grant expenditures for the period through the life of the grant. FISCAL IMPACT: A budget amendment is required to recognize grant revenue in the amount of $239,831 and local match requirements of $21,206 in FY 2012 to the MPO Fund (128), Project 35085. The County's local match portion ($11,214) is available from MPO Fund (128), Project 31128. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval —SRT. GROWTH MANAGEMENT IMPACT: This request is consistent with Collier County's Growth Management Plan. RECOMMENDATION: That the Board approves all necessary budget amendments to recognize grant revenue and match dollars in the amount of $261,037 in the MPO Fiscal Year 2011/12 for the FTA Section 5303 program. Prepared By: Lorraine M. Lantz, MPO Principal Planner, Collier MPO Attachments: 1. Executed Year 1 Agreement and Award 2. Executed Year 2 Award 3. Executed Year 3 Award 4. Executed Year 4 Award 5. To Be Executed Year 5 Award 6. Reconciliation of Funding Awarded versus SAP Packet Page -1268- COLLIER COUNTY Board of County Commissioners Item Number: 16.A.11. 2/14/2012 Item 16.A.11. Item Summary: Recommendation to recognize via budget amendment grant revenue and the required 10% local match in the amount of $261,037 from the Federal Transit Administration (FTA) Section 5303 Program, which will establish the remaining FY 2011/12 Metropolitan Planning Organization (MPO) budget. Meeting Date: 2/14/2012 Prepared By Name: LantzLorraine Title: Planner, Principal,MPO 1/24/2012 4:29:30 PM Submitted by Title: Planner, Principal,MPO Name: LantzLorraine 1/24/2012 4:29:32 PM Approved By Name: AckermanMaria Date: 1/24/2012 6:04:33 PM Name: FaulknerSue Title: Planner, Principal,MPO Date: 1/25/2012 12:37:22 PM Name: SotoCaroline Title: Management/Budget Analyst,Transportation Administr Date: 1/27/2012 12:01:18 PM Name: BetancurNatali Title: Executive Secretary,Transportation Engineering & C Date: 1/27/2012 4:40:45 PM Packet Page -1269- Name: AyerLucilla Date: 1/31/2012 1:37:37 PM Name: OberrathKaren Date: 1/31/2012 2:18:03 PM 2/14/2012 Item 16.A.11. Name: FederNorman Title: Administrator - Growth Management Div,Transportati Date: 2/1/2012 10:09:46 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 2/1/2012 2:36:53 PM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 2/1/2012 2:52:21 PM Name: FoordMarlene Title: Grant Development & Mgmt Coordinator, Grants Date: 2/1/2012 3:14:00 PM Name: StanleyTherese Title: Management/Budget Analyst, Senior,Office of Management & Budget Date: 2/3/2012 2:53:43 PM Name: KlatzkowJeff Title: County Attorney, Date: 2/6/2012 3:14:12 PM Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 2/7/2012 8:20:17 AM Packet Page -1270- 2/14/2012 Item 16.A.11. Florida Department of Transportation CHARLIE CRIST STEPHANIE C. KOPELOUSO.S GOVERNOR SECRETARY May 28, 2008 1 r% r Phil Tindall, Director Collier County Metropolitan Planning Organization 1� IMAM 208 2885 South Horseshoe Drive Naples, Florida 34104 SOUTHWEST AREA OFF;CE RE: New Multi-Year Joint Participation Agreement for Federal Transit Administration Section 5303 Financial Project Number 410113-1-14 / Contract Number AP031 Federal Grant No.: FL-80-X017 Dear Mr.Tindall: Enclosed please find the new fully-executed original Joint Participation Agreement (JPA) containing Department Fiscal Year 2007/08 Federal Transit Administration Section 5303 funding for the Collier County MPO. Please always reference the Financial Project and Contract Numbers identified above when calling or writing about this project. I am enclosing an informational document entitled, "JPA Requirements," to assist you in the proper administration of the Agreement. Adherence to these requirements will minimize any potential problem areas. - We look forward to working with you to carry out the terms of this Agreement. If you have any questions, please contact Ms. Julia B. Davis, AICP, the Department's project manager for transit matters in Lee County at (239) 461-4300, by electronic mail at Julia.Davisa,dot.state.fl.us , or by mail at the Southwest Area Office, 2295 Victoria Avenue, P.O. Box 1030, Fort Myers, Florida, 33902-1030, Sincerely, ch "y+ :Fff .7 T r Be ch m *istrodalt"Devel:o)ppment Administrator I Enclosures: 2 cc: Trinity Caudill-Scott, Florida Department of Transportation, District One, Southwest Area Office Richard P. Shine, Florida Department of Transportation District One, Southwest Area Office Julia B. Davis, AlCP, Florida Department of Transportation District One, Southwest Area Office District One, Modal Development Office 801 North Broadway Avenue * Post nffln-. RnY 1949 Bartow, FL 33831-1249 (863)5192 Packet Page -1271-) Ms 1-39 2/14/2012 Item 16.A.11. RESOLUTION #2008 -04 A RESOLUTION OF THE COLLIER METROPOLITAN PLANNING ORGANIZATION MPO (APPLICANT) HEREINAFTER, MPO, AUTHORIZING THE EXECUTION OF A JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TRANSIT PROJECTS. WHEREAS, the MPO has the authority to enter into a TPA with the Florida Department of Transportation to underta %e a. project as authorized by Chapter 341, Florida Statutes, and /or by FEDERAL TRANSIT ACT OF 1964, as amended. NOW, THEREFORE, BE IT RESOLVED BY THE COLLIER METROPOLITAN PLANNING ORGANIZATION THAT: The JPA for Financial Management number 410113 -1 -14 is approved. 2. The MPO chair is authorized to enter into the JPA with the Florida Department of Transportation. DULY PASSED AND ADOPTED THIS 9th DAY OF MAY 2008. COLLIER METROPOLITAN PLANNING ORGANIZATION Commissioner nna Fiala, Chairman ATTEST: Phillip indall,A ICP, M O Director Ap ved for form aid Legal Sufficiency: .e- Le Scott R. Teach, Managing Assistant County Attorney Collier County, Florida Packet Page -1272- SYATU.. OF: I : LORI OA VEP,Vzag-.rJr OR TRJ+ ISKAVATtoN PUBLIC TRANSPORTATION JOINT PARTICIPATION AGREEMENT Financial Projeci No.: 410113114 plf:m•SE:gnl^.nbphaSt:•SL•yu £ nC ^) � —� Contract No.: AR031 CFDA Number: 20.505 215 Function: 635 2/14/2012 Item 16.A.11. FLAIR Approp.: 088774 FLAIR Obj,: 790004 725 O;U.06 PUBLIC I RANSK)RTA71014 0'6/07 Pano 1 ¢r u, Federal No.: FL -BD -X017 Org. Code;: 55012020129 DUNS No.: •076997790 Vendor No.: F59600058057 CSFA Number. THIS AGREEMENT, made and entered into this 11-74k day of door by and betwoen the STATE OF FLORIDA DEPARTIVIENT OF TRANSPORTATION, an agency of the State of Florida, hereinafter referred to as the f.)epartment, and Collier Metropolitan Planning Organization 2.885 South Horseshoe Drive; Naples, Florida 341 D4 hereinafter referred to as Agency. The Department and Agency agree that all terms of this Agreement will be completed on or before 12/31/2012 and this Agreement will expire unless a time extension is provided in accordance: with Section 18.00. VVITNESSETH: WHEREAS, the Agency has the authority to enter into said Agreement and to undertake the project hereinafter described, and the Department has been granted the authority to function adequately in all areas of appropriate jurisdiction including the, implementation of an integrated and balanced transportation system and is authorized tinder 341.0511 1)(a) Florida Statutes, to enter into this Agreement. NOW, THEREFORE, in consideration of the mutual covenants, promises and representations herein, the parties agree as follows: 1.00 Purpose of Agreement: The purpose of this Agreement is to provide for the Agency to undertake and complete the Federal Transit Administration (FTA) Section 5303 funded tasks the Agency included in its Fiscal Year (FY) 2007/08 Unified Planning Wort; Program (UPV1 /P) as approved and as may be amended, and as may be succeeded by approved and arnended anru.ral or biennial UPVVPs for Fiscal Years 2008109, 2009110, 2010/11, and 2011/12, The Agency will do so with the FTA Section 5303 and State cash match funds the Department is providing herein and as further described in Exhibil(s) A, i3, C, and D attached hereto and b this reference made a a y o part hereof, hereinafter referred to as the project, anct fo provide UQpartmental financial assistance to the Agency and state the terms and conditions upon which such assistance: will be provided and the understandings as to the manner in which the project will be undertaken and cornple ;ted. Packet Page -1273- 2/14/2012 Item 16.A.11. 72.5.05:.65 PUMIC TRMS PURTATION 05101 P�9u 2 or bf 2.00 Accomplishment of the Project 2.10 General Requirements: The Agency shall commence, and complete the project as described in Exhibit "A" attached hereto and by this reference made a part hereof this Agreement, with all practical dispatch, in a sound, ea>nornical, and efficient manner, and in accordance with the provisions herein, and all applicable laws. 2.20 Pursuant to Federal, State, and Local Law: In the event that any election, referendum, approval, permit, notice, or other proceeding or authorization is requisite under applicable law to enable the Agency to enter into this Agreement or to undertake the project hereunder, or to observe, assume or carry out any of the provisions of the Agreement, the Agency will initiate and consummate, as provided by law, all actions necessary with respect to any such matters so requisite. 2.30 Funds of the Agency: The Agency shall initiate and prosecule to completion all proceedings necessary including federat aid requirements to enable the Agency to provide the necessary funds for completion of the project. 2.40 Submission of Proceedings, Contracts and Other Documents: The Agency shall submit to the Department such data, reports, records, contracts and other documents relating to the project as the Department may require as listed in Exhibit "C" attached hereto and by this reference made a part hereof, 3.00 Project Cost: The total estimated cost of the: project is $ See Exhibit B is based upon the estimate summarized in Exhibit "B" attached hereto and by this reference made a part hereof rthsmaunt Agreement. The Agency agrees to bear all expenses in excess of the total estimated cost of the project and any deficits involved. 4.00 Department Participation: The Department agrees to maximum participation, including contingencies, in the project in the amount of $ Sec: Exhibit B �- as detailed in Exhibit "E ", or in an amount equal to the percentage(s) of total project cost shown in Eyhibit "B ", whichever is less. 4.10 Project Cost Eligibility : Project costs eligible for State participation will be allowed only from the effective (late of this agreement. It is understood that State participation in eligible project costs is subject to: (a) Legislative approval of the Department's appropriation request In the work program year that the project is scheduled to be committed; (b) Avaifabiiity of funds as stated in Section 17.00 of this Agreement; (c) Approval of all piar:s, specifications, contracts or other obligating documents and all other terms of this Agreement; (d) Department approval of the project scope and budget (Exhibits A & f?) at file time appropriation authority becomes available, 4.20 Front End Funding : Front end funding O is ®Q is not applicable. If applicable, the Department n• ay initially pay '100% of the total allowable incurred project costs up to an amount equal to its total share of participation as shown in paragraph 4.00. 5.00 Retainage : Retainage O is © is not applicable. If applicable, Department's total share of participation rticE ation as shown in paragraph 4.00 is to be held in reiainagc tto be disbursedrrat the Department's discretion, on or before the completion of the final project audit. Packet Page -1274- 6.00 Project Budget and Payment Provisions: 2/14/2012 Item 16.A.11. :25C3C•OS PUISL4:'rlLhhlSPbkT /d101 OEiO% Page J Of 14 6.10 The Project Budget: A project budget shall be prepared by the Agency and approved by the Department. The Agency shall maintain said budget, carry out the project and shall incur obligations against and make disbursements of project funds only in conformity with the latest approved budget for the project. No budget increase or decrease shall be effective unless it complies with fund participation requirements established in Section 4,00 of this Agreement and is approved by the Department Comptroller. 6.20 Payment Provisions: Unless otherwise allowed under Section 4.20, payment will begin in the year the Project or project phase: is scheduled in the work program as of the date of the agreement. Payment will be made for actual costs incurred as of the date the invoice is submitted with the final payment due upon receipt of a final invoice. 7.00 Accounting Records: 7.10 Establishment and Maintenance of Accounting Records: The Agency shall establish for the project, in conformity with requirements established by Department's program guidelines/procedures and "Principles for State and Local Governments ", separate accounts to be maintained within its existing accounting system or establish independent accounts. Such accounts arc referred to herein collectively as the "project account'. Documentation of the project account shall be made available to the Department upon request any time during the period of the Agreement and for three years after final payment is made. 7.20 Funds Received Or Made Available for The Project: The Agency shall appropriately record in the project account, and deposit in a bank or trust company which is a member of the Federal Deposit Insurance Corporation, all payments received by it from the Department pursuant to this Agreement and all other funds provided for, accruing to, or otherwise received on account of the project, which Department payments and other funds are herein collectively referred to as "project funds ". The Agency shall require depositories of project funds to secure continuously and fully all project funds in excess of the amounts insured under federal plans, or tinder State plans which have been approved for the deposit of project funds by the Department, by the deposit or setting aside of collateral of the types and in fire manner as prescribed by State Law for the security of public funds, or as approved by the Department. 7.30 Costs Incurred for the Project: The Agency shall charge to the project account all eligible costs of the project. Costs in excess of the latest approved budget or attributable to actions which have not received the required approval of the Department shall not be considered eligible costs. 7.40 Documentation of Project Costs: All costs charged to the project, including any approved services contributed by tyre Agency or others, shall be supported by property executed payrolls, time records, invoices, contracts, or vouchers evidencing in proper detail the nature and propriety of the charges. 7.50 Checks, Orders, and Vouchers: Any check or order drawn by the Agency with respect to any !tern which is or will be chargeable against the project account will be drawn only in accordance with a properly signed voucher then on file in the office of fhe Agency stating in proper detail the purpose for which such check or order is drawn, All checks, payrolls, invoices, contracts, vouchers, orders, or other accounting documents pertaining in whole or in part to the project shall be clearly identified, readily accessible, and, to the extent feasible, kept separate and apart from all other such documents. 7.60 Audit Reports: In addition to the requirements below, the Agency agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department, including but not limited to site visits and limited scope audits. The Agency further agrees to comply and cooperate with any inspections, reviews, invesligafions, or audits deemed necessary by the State Comptroller or Auditor General. The Agency shall retain sufficient records derrionstrating its compliance with the terms of this Agreement for a period of three years from the date Vie audit report is issued, and shall allow the Department access to such records and working papers upon request. The following requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of state financial assistance or limit the authority of any state: agency inspector general, the Auditor General, or any other state official. The Agency shall comply with all audit and audit reporting requirements as specified in Exhibit "D" attached hereto and by this reference made a part heroof this; Agreement. Packet Page -1275- 2/14/2012 Item 16.A.11. 1z.,•oso-06 PIRILI C. I RMJS PORT A1101Y Oslo? PnpC A 0! 1/ 7.61 Monitoring: In addition to reviews of audits conducted in accordance with OMB Circular A -133 and Section 215.97, Florida Statutes, (see "Audits" below), monitoring procedures may include, but not be limited to, an -site visits by Department staff, limited scope audits as defined by OMB Circular A -133, and /or other procedures. The Agency agrees to comply and cooperate fully with any monitoring procedures /processes deemed appropriate by the Department. In the event the Department determines that a limited scope audit of the Agency is appropriate, the Ardency agrees to comply with any additional instructions provided by the Department staff to the Agency regarding such audit. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by FDOT's Office of Inspector General (DIG) and Florida's Chief Financial Officer (CFO) or Auditor General. 7.62 /audits: Part i Federally Funded: If Use Agency is a state, local government, or non - profit organizations as defined in OMB Circular A -133 and a recipient of federal funds, the following annual audit criteria will apply: .1. in the event that the recipient expends $500,000 or more in Federal awards in its fiscal year, the recipient must have a single or program - specific audit conducted in accordance with the provisions of OMB Circular A -333, as revised. Exhibit "D" to this agreement indicates Federal resources awarded through the Department by this agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A -133, as revised. An audit of the recipient conducted by tiie Auditor General in accordance with the provisions OMB Circular A -133, as revised, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part 1, Paragraph 1., the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart G of OMB Circular A -133. 3. If the recipient expends less than the amount in Part I, Paragraph 1„ an audit conducted in accordance with the Provisions of OMB Circular A -133, is not required, If the recipient elects to conduct such an audit, the cost of the audit MU-0 be paid from resources obtained from other than Federal entities. 4. Federal awards are to be identified using the Catalog of Federal Domestic Assistance (CFDA) title.. and number, award number and year, and name of the awarding federal agency. Part II State Funded, if the Agency is a nonstate entity as defined by Section 215.97(2)(m), Florida Statutes, and a recipient of state funds, the following annual audit criteria will apply: 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $500, 000 in any fiscal year, the recipient must have a State single or project - specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services and the CFO; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for - profit organizations), Rules of the Auditor General, Exhibit "D" to this agreement indicates state financial assistance awarded through the Department by this agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources o€ state financial assistance, including state, financial assistance received from the Department, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass - through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part 11, Paragraph 1., the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2)(e), Florida Statutes, and Chapter 10.550 (local governmental entities) or 10.650 (nonprofit and for - profit organizations), Rules of the Auditor General. 3. If the recipient expends less than the amount in Part 11, Paragraph 1., such audit is riot required. If the recipient elects to conduct such an audit, the cost of the audit must be paid from the recipient's resources obtained from nonstate entities. G. Stale awards are to be identified using the Catalog of Stale Financial Assistance (CSFA) title and number, award nurnber and year, and name of the state agency awarding it. Packet Page -1276- 2/14/2012 Item 16.A.11. i25•D30-06 PUNA:IRANSr IRTAT!ON 0607 Page s o' •�� Part ill Other Audit Requirements 1. The Agency shall follow -up and take corrective action on audit findings. Preparation of a surnrrnary schedule of prior year audit findings, including corrective action and current status of the audit findings is required. Current year audit findings require corrective action and status of findings. 2. Records related to unresolved audit findings, appeals, or litigation snail be retained until the action is completed or the dispute is resolved. Access to project records and audit work papers shall be given to the Department, the Department Comptroller, and the Auditor General. This section does riot limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations or state financial assistance or limit the authority of any other state official. Part IV Report Submission Cnpics of reporting packagea for audits conducted in accordance will) OMB Circular A -133, as revised, and required by Section 7.622 Part I of this agreement shall be submitted, when required by Section .320 (d), OMB Circular A -133, by or on behalf of the recipient directly to each of the following: A. The Deparh»ent at each of the following addresses: Florida Department of Transportation, District One Fle:adquar[ors Modal Development Office /Public Transit, MS 1•-39 801 North Broadway Avenue; Bartow, FL 33830 B. The number of copies required by Sections .320 (d)(1) and (2), OMB Circular A -133, submitted to the following address: Federal Audit Clearinghouse Bureau of the Census 1201 Bast 10th Street .Jeffersonville, IN 47132 C Other i "ederal agencies and pass - through entities in accordance with Sections .320 (c) and (f), OMB Circular A -133. 2. in the event that a copy of the reporting package for an audit required by Seclion 7.62 hart I of this Agreement and conductf•d in accordance with OMB Circular A..'M, is riot required to be submitted to the Department for reasons pursuant to section .320 (e)(2), OMB Circular A -133, the recipient shall submit the required written notification pursuant to Section .3 20 (e)(2) and a copy of the recipient's audited schedule of expenditures of Federal awards directly 10 each of the: following: Florida Department of Transportation, District One Headquarters Modal Development Office /Public Transit, MS 1.39 801 North Broadway Avenue; Barlov,,, FL 33830 In addition, pursuant to Section .320 (f), OMB Circular A -133, as revised, the recipient shall submit a copy of the reporting package described in Section .320 (c), OMB Circular A -133, and any mariagernent letters issued by the auditor, to the Department at each of the, following addresses: Florida Deparment Of Transportationn, District One Headquarters Modal Development Office /Pubiic -transit, INS 1 -39 801 North Broadway Avenue; Bartow, FL 33830 Packet Page -1277- 2/14/2012 Item 16.A.11. 7211.030.06 PUriIJC YrV1.*P0RT",T1o1q 06107 Page! Ga?L 3. Copies of financial reporting packages required by Section 7.62 Part 11 of this Agreement shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department at each of the following addresses: Florida Department of Transportation, District On(,, Headquarters Modal Development Office/Public Transit, MS 1 -39 801 North Broadway Avenue: Bartow, Ft. 33830 B. The Auditor General's Office at the following address: Auditor General's Office Room 401, Pepper Building 111 West Madison Street Tallahassee, Florida 32399 -1450 4. Copies of reports or the management letter required by Section 7.62 Part iII of this Agreement shall be submitted by or on behalf of the recipient directly to: A. The Department at each of the following addresses: Florida Department of Transportation, District One Headquarters Modal Development Office /PublicTransit, MS 1 -39 801 North Broadway Avenue; Bartow, FL 33830 5• Any reports, management letter, or other information required to be submitted to the Department pursuant to this Agreement shall be submitted firnely in accordance will) OMB Circular A -133, Section 215.97, Florida Statutes, and Chapter 10.550 (local governmental entities) or 10.650 (nonprofit and for - profit organizations), Rules of the Auditor General, as applicable. 0• Recipients, when submitting financial reporting packages to the Department for audits done in accordance with OMB Circular A -133 or Chapters 10.550 (local ,governmental entities) or 10.650 (nonprofit and for - profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the Agency in correspondence accompanying the reporting package. 7.63 Record Retention: The Agency shall retain sufficient records demonstrating its compliance with tt•re terms of this Agreement for a period of at least five years from the date the audit report is issued, and shall allow the Department, or its designee, the CFO or Auditor General access to such records upon request. The Agency shall ensure that file independent audit working papers are made available to the Department, or its designee, the CFO, or Auditor General upon request for a period of at least five years from the date the audit report is issued, unless extended in writing by the Department. 7.64 Other Requirements: If an audit discloses any significant audit findings related to any award, including material noncompliance will) individual project compliance requirements or reportable conditions in internal controls of the Agency, the Agency shall submit as part of the audit package to the Department a plan for corrective action to eliminate such audit findings or a statement describing the reasons that corrective action is not necessary. The Agency shall take timely and appropriate corrective action to any audit findings, recommendations, and corrective action plans. 7.65 Insurance: Execution of this Joint Pariicipation Agreement constitutes a certification that the Agency has and will maintain the ability to repair or replace any project equipment or facilities in the event of loss or damage due to any accident or casualty for the useful life of such equipment or facilities. In the event of the loss of such equipment or facilities, the Agency shall either replace the equipment or facilities or reimburse the Department to the extent of its interest in the lost equipment or facility. In the event this Agreement is for purchase of land or for the construction of infrastructure such as airport runways the Department may waive or modify this section. Packet Page -1278- 2/14/2012 Item 16.A.11. 725.070.06 Pur1Li". TRAWiPORTMION 06, 7 Page 7 W 1•1 8.00 Requisitions and Payments: 8.10 Action by the Agency: In order to obtain any Department funds, the Agency shall file with the Department of Transportation, District One Public Transportation Office 801 North Broadway Ave., Bartow , Fl-, 33830 _ _ its requisition on a form or forms prescribed by the Department, and any other data pertaining to the prcy�e-ct account (as defined in Paragraph 7.10 hereof) to justify and support the payment requisitions. 8.11 Invoices for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof. 8.12 Invoices for any travel expenses shall be submitted in accordance with Chapter 112.061, F.S. The Department may establish rates tourer than the maximum provided in Chapter 112.061, F.S. 8.13 For real property acquired, submit; (a) the date the Agency acquired the real property, (b) a statement by the Agency certifying that the Agency has acquired said real property, and actual consideration paid for real properly. (c) a statement by the Agency certifying that the appraisal and acquisition of the real property together with any attendant relocation of occupants was accon-rplished in compliance with all federal laws, rules and procedures required by any federal oversight agency and with all state laws, rules and procedures that may apply to the Agency acquiring the real property. 8.20 The Department's Obligations: Subject to other provisions hereof, the Department will honor such requisitions in amounts and at times deemed by the Department to be proper to ensure the carrying out of the project and payment of the eligible costs. However, notwithstanding any other provision of this Agreement, the Department may elect by notice in writing riot to make a payment on the project if: 8.21 Misrepresentation: The Agency shall have made misrepresentation of a material nature in ifs application, or any supplement thereto or arnencirnent thereof, or in or with respect to any document or data furnished therewith or pursuant hereto; 8.22 Litigation: There is then pending litigation with respect to the performance by the Agency of any of its duties or obligations which may jeopardize or adversely affect the project, the Agreement, or payments to the project; 8.23 Approval by Department: The Agency shall have taken any action pertaining to the project which, under this agreement, requires the approval of the Department or has made related expenditures or incurred re;Iated obligations without having been advised by the Department that same: are approved; 8.24 Conflict of Interests: The or re has been any violation of the conflict of interest provisions contained herein; 8.25 Default: The Agency has been determined by the Department to be in default under any of the Provisions of the Agreement. 8.26 Federal Participation (If Applicable): Any federal agency providing federal financial assistance to the project suspends or terminates federal financial assistance to the project. In the event of suspension or termination of federal financial assistance, the Agency will reimburse the Department for all disallowed costs, including any and all tederai financial assistance as detailed in Exhibit "B." 8.30 Disallowed Costs: In determining the amount of the payment, the Department will exclude all projects costs incurred by the Agency prior to the effective date of this Agreement, costs which are not provided for in the latest approved budget for the project, and costs attributable to goods or- services received under a contract or other arrangements which have not been approved in writing by the Department. Packet Page -1279- 2/14/2012 Item 16.A.11. +25.030.06 PUOUC i RAW,, RTATtOM 05101 Page 9 of to 8.40 Payment Offset: If, after project compietion, any claim is made by the Department resul(ing from an audit or for work or services performed pursuant to this agreement, the Department may offset such amount from payments due for work or services done under any public transportation joint participation agreement which it has with the Agency owing such amount if, upon demand, payment of the amount is not made within sixty (60) days to the Department. Offsetting amounts shall not be considered a breach of contract by the Department. 9.00 Termination or Suspension of project: 9.10 Termination or Suspension Generally: If the Agency abandons or, before completion, finally discontinues the project: or if, by reason of any of the events or conditions set forth in Sections 8.21 to 8.26 inclusive, or for any other reason, the commencement, prosecution, or timely completion of the project by the Agency is rendered improbable, infeasible, impossible, or illegal, the Department will, by written notice to the Agency, suspend any or all of its obligations under this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected, or the Department may terminate any or all of its obligations under this Agreement. 9.11 Action Subsequent to Notice of Termination or Suspension. Upon receipt of any final termination or suspension notice under this paragraph, the Agency shall proceed promptly to carry out the actions required therein which may include any or' all of the following: (1) necessary action to terminate or suspend, as the case may be, project activities and contracts and such other action as may be required or desirable to keep to the minimum the costs upon the basis of which the financing is to be computed: (2) furnish a statement of the project activities and contracts, and other undertakings the cost of which are otherwise includable as project costs; and (3) remit to the Department such portion of the financing and any advance payment previously received as is determined by the Department to be due under the provisions of the Agreement. The termination or suspension shall be carried out in conformity with the latest schedule, plan, and budget as approved by the Department or upon the basis of terms and conditions imposed by the Department upon the failure of the Agency to furnish the schedule, plan, and budget within a reasonable time. The approval of a remittance by the Agency or the closing out of federal financial participation in the project shall not constitute a waiver of any claim which the Department may otherwise have arising out of this Agreement. 9.12 The Department roserves the right to unita(eraliy cancel this Agreement for refusal by the contractor or Agency to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapler 119, F.S. and made or received in conjunction with this Agreement. 10.00 Remission of Project Account Upon Completion of Project: Upon completion of the project, and after payment, provision for payment: or reimbursement of all project costs payable from the project account is made, the Agency shalt remit to the Department its share of any unexpended balance in the project account. 11.00 Audit and Inspection: The Agency shall permit, and shall require its contractors to permit, (he Department's authorized representatives to inspect all work, materials, payrolls, records; and to audit fhc books, records and accounts pertaining to the financing and development of the project. 12.00 Contracts of the Agency: 12.10 Third Party Agreements: Except as otherwise authorized in writing by the Department, the Agency shall not execute any contract or obligate itself in any manner requiring the disbursement of Department joint participation funds, including consultant, construction or purchase of commodities contracts or amendments thereto, with any third party with respect to the project without the written approval of the Department. Failure to obtain such approval shalt be sufficient cause for nonpayment by the Department as provided in Section 8.23. The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. Packet Page -1280- 2/14/2012 Item 16.A.11. 725-030 oa PUM IG 1UAKGPOrYUt11UA' 00!07 Page 90! to 12.20 Compliance with Consultants' Competitive Negotiation Act: It is understood and agreed by the parties hereto that participation by the Department in a project with an Agency, where said project involves a consultant contract for engineering, architecture or surveying services, is contingent on the Agency complying in full with provisions of Chapter 287, F.S., Consultants' Competitive Negotiation Act. At the discretion of the Department, the Agency will involve the Department in the Consultant Selection Process for all contracts. In all cases, the Agency's Attorney shall certify to [lie Department that selection has been accomplished in compliance with the Consultants' Competitive Negotiation Act. 12.30 Disadvantaged Business Enterprise (DBE) Policy and Obligation: 12,31 DBE Policy: It is the policy of the Department that disadvantaged business enterprises as defined in 49 CFR Fart 26, as amended, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Department funds under this Agreement. The DBE requirements of 49 CFR Part 26, as amended, apply to this Agreement. 12.32 DBE Obligation. 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 GFR Part 2.6, 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. 12.40 The Agency agrees to report any reasonable cause notice of noncompliance based on 49 CFR Part 26 filed under this section to the Department within 30 days of receipt by the Agency. 13.00 Restrictions, Prohibitions, Controls, and Labor Provisions: 13.10 Equal Employment Opportunity: In connection with the carrying out of any project, the Agency shall not discriminate against any employee or applicant for empioymcrat because of race, age, creed, color, sex or national origin. The Agency will take affirmative action to ensure: that applicants are employed, and that employees are treated during employment, without regard to their race, age, creed, color, sex, or national origin. Such action shall include, but not be limited to, the following: Employment upgrading, demotion, or transfer; recruitment or recruitment advertising; layof f or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Agency shalt insert the foregoing provision modified arty to show the particular contractual relationship in all its contracts in connection with the development or operation of the project, except contracts for standard commercial supplies or raw materials, and shall require all such contractors to insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. Vvhen the project involves installation, construction, demolition, removal, site improvement, or shiiilar work, the Agency shat1 post, in conspicuous places available to employees and applicants for empioyment for project work, notices to be provided by the Department setting forth the provisions of the nondiscrimination clause. 13.20 Title VI - Civil Rights Act of 1964: Execution of this Joint Participation Agreement constitutes a certification that the Agency will comply with at] the requirements imposed by Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d, et. seq.), the Regulations of the Federal Department of Transportation issued thereunder, and the assurance by the Agency pursuant thereto. 13.30 Title Vill - Civil Rights Act of 1968: Execution of this Joint Participation Agreement constitutes a certification that the Agency will comply with all the requirements imposed by Title Vllt of the Civil Rights Act of 1968, 42 USC 3601,et seq„ which among other, things, prohibits discrimination in housing on (lie basis of race, color, national origin, creed, sex, and age. 13.40 Americans with Disabilities Act of 1990 (ADP,): Execution of this Joint Participation Agreement constitutes a certification that the Agency will comply with all the requirements imposed by the ADA (42 U.S.C. 12102, et. seq.), the regulations of the federal government issued thereunder, and the assurance by the Agency pursuant thereto. Packet Page -1281- 2/14/2012 Item 16.A.11. 72.5•c30.rw M" Pi1NA(', TRANSPORTATION ON07 Page 70 of 14 13.50 Prohibited Interests: The Agency shall not enter into a contract or arrangement in connection with the project or any property included or planned to be included in the project, with any officer, director or employee of the Agency, or any business entity of which the officer, director or employee or the officer's, director's or employee's spouse or child is an officer, partner, director, or proprietor or in which such officer, director or employee or the officer's, director's or employee's spouse or child, or any combination of them, has a material interest. "(Viaterial Interest" means direct or indirect ownership of more than 5 percent of the total assets or capital stock of any business entity. The Agency shall not enter into any contract or arrangement in connection with the project or any property included or planned to be included in the project, with any person or entity who was represented before the Agency by any person who at any time during the immediately preceding two years was an officer, director or employee of the Agency. The provisions of this subsection shall not be applicable to any agreement between the Agency and its fiscal depositories, any agreement for utility services the rates for which are fixed or controlled by the government, or any agreement between the Agency and an agency of state government. 13.60 Interest of Members of, or Delegates to, Congress: No member or delegate to the Congress of the United States shall be adrnifted to any share or part of the Agreement or any benefit arising therefrom. 14.00 Miscellaneous Provisions: 14.10 Environmental Pollution: Execution of this Joint Participation Agreement constitutes a certification by the Agency that the project will be carried out in conformance with all applicable environmental regulations including the securing of any applicable permits. The Agency will be solely responsible for any liability in the event of non - compliance with applicable environmmental regulations, including the securing of any applicable permits, and will reimburse the Department for any loss incurred in connection therewith. 14.20 Department Not Obligated to Third Patties: The Department shall not be obligated or liable hereunder to any party other than the Agency. 14.30 When Rights and Remedies Not Waived: In no event shall the Making by the Department of any payment to the Agency 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 Agency, and the making of such payment by the Department while any such breach or default shall exist shalt in no way impair or prejudice any right or r0medy available to the Department with respect to such breach or default. 14.40 How Agreement is Affected by Provisions Being Held lnvalid: If any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected. In such an instance; the remainder would then continue to conform to the terns and requirements of applicable law. 14,50 Bonus or Commission: By execution of the Agreement the Agency represents that it has not paid and, also, agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. 14.60 State or Territorial Law: Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provision thereof, perform any other act or do any other thing in contravention of any applicable State law: Provided, that if any of the provisions of the Agreement violate any applicable State law, the Agency will at once notify the Department in writing in order that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the project. Packet Page -1282- 2/14/2012 Item 16.A.11. nc,oao -0s MMIC TRANVORTATION Der ? ?tKJL' 1 i 0! 5M1 14.70 Use and Maintenance of Project Facilities and Equipment: The Agency agrees that the project facilities and equipment will be used by the Agency to provide or support public transportation for the period of the useful life of such facilities and equipment as determined in accordance with general accounting principles and approved by the Department. The Agency further' agrees to maintain the project facilities and equipment in good working order for the useful life of said facilities or equipment. 14.71 Property Records: The Agency agrees to maintain property records, conduct physical inventories and develop control systems as required by 49 CFR Part 18, when applicable. 14.80 Disposal of Project Facilities or Equipment: If the•. Agency disposes of any project facility or equipment during its useful life for any purpose except its replacement with like facility or equipment for public, transportation use, the Agency will comply with the terms of 49 CFR Part 18 relating to property management standards. The Agency agrees to remit to the Department a proportional amount of the proceeds from the disposal of the facility or equipment. Said proportional amount shall be determined on the basis of the ratio of the Department financing of the facility or equipment as provided in this Agreement. 14.90 Contractual Indemnity: To the extent provided by law, the Agency shall indemnify, defend, and hold harmless the Department and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any act, error, omission, or negligent act by the Agency, its agents, or employees, during the performance of the Agreement, except that neither the Agency, its agents, or its employees will be liable under this paragraph for any claim, loss, darnage, cost, charge, or expense arising out of any act, error, omission, or negligent act by the Department or any of its officers, agents, or employees during the performance of the Agreement. When the Department receives a notice of claim for damages that may have been caused by the Agency in the performance of services required under this Agreement, the Department will immediately forward the ciairn to the Agency. The Agency and the Department will evaluate the claim and report their findings to each other within fourteen (14) working clays and will jointly discuss options in defending the claim. After reviewing the claim, the Department will determine whether to require the participation of the Agency in the defense of the claim or to require that the Agency defend the Department in such claim as described in this section. The Department's failure to prompfly notify the Agericy of a claim shall 1101 art as a waiver of any right herein to require the participation iri or defense of the claim by Agency. The Department and the Agency will each pay its own expenses for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all expenses at trial. 15.00 Plans and Specifications: In the event that this Agreement involves the purchasing of capital equipment or the constructing and equipping of facilities, the Agency shall submit to the Department for approval all appropriate plans and specifications covering 1hc: project. The Department will review all plans and specifications and will issue to the Agency written approval with any approved portions of the project and comments or recommendations concerning any remainder of the project deemed appropriate. After resolution of these comments and recommendations to the Department's satisfaction, the Department will issue to the Agency written, approval with said remainder of the project. Failure to obtain this written approval shalf be sufficient cause for nonpayment by the Department as provided in 8.73. 16.00 Project Completion, Agency Certification: The Agency will certify in writing on or atia chid to the final invoice, that the project was completed in accordance with applicable plans and specifications, is in place on the Agency facility, that adequate title is in the Agency and that the project is accepted by the Agency as suitable for the intended purpose. 17.00 Appropriation of Funds; 17.10 The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature, Packet Page -1283- 2/14/2012 Item 16.A.11. 725.039.06 Pi BLIC. TIMNSPORTATION 0601 Penc 12 of i4�"': 17.20 Multi -Year Commitment: In the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the provisions of Chapter 339.135(6)(a), F.S., are hereby incorporated: "(a) The 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 Department 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 1 year, but any contract so made shall be execulory only for the value of the, services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of 25,000 dollars and which have a term for a period of more than 1 year." 1 8.00 Expiration of Agreement: The /agency agrees to complete the project on or before 12/31/2012 . If the Agency does not complete the project within this time period, this Agreement will expire unless an extension of the time period is requested by the Agency and granted in writing by the District Secretary or His /Her Designee Expiration of this Agreement will be considered termination of the project and the procedure established in Section 9.00 of this Agreement shall be initiated. 18.10 Final Invoice: The Agency must submit the final invoice on this project to the Department within 120 days after the expiration of this Agreement. Invoices submitted after the 120 day time period will not be paid, 19.00 Agreerent Format: NI words used herein in the singular form shall extend to and include the plural. All words used in the plural form shall extend to and include the singular. All words used in any gender shall extend to and include all genders. 20.00 Execution of Agreement: This Agreement may be simultaneously executed in a rninirnum of two counterparts, each of which so executed shall be deemed to be an original, and such counterparts together shall constitute one in the same instrument. 21.00 Restrictions on Lobbying: 21.10 Federal: The Agency agrees (hat no federal appropriated funds have been paid or will be paid by or on behalf of the Agency, to any person for influencing or attempting to influence any officer or employee of any federal age noy, a Member of Congress, an officer or employee of Congress, or an employee of a r✓rember of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any federal contract, grant, loan or cooperative agreement. If any funds other than federal appropriated funds have been paid by the Agency to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an ernployee of a member of Congress in connection with this Joint Participation Agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The Agency shall require that the language of tills section be inctudccl irr the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. agency. 21.20 State: No funds received pursuant to this contract may be expended for lobbying the Legislature or a state Packet Page -1284- 2/14/2012 Item 16.A.11. 72,5•030.06 PUBLIC TRANSPORTATION OU07 Pape 13 01 76 22.00 Vendors Rights: Vendors (in this document identified as Agency) providing goods and services to the Department should be aware of the following time frames. Upon receipt, the Department has five (5) working days to Inspect and approve the goods and services unless the bid specifications, purchase order or contract specifies otherwise. The Department has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the dale the invoice is received or the goods or services are received, inspected and approved. If a payment is not available within 40 days after receipt of the invoice and receipt, inspection and approval of goods and services, a separate interest penalty in accordance with Section 215.422(3)(b), F.S. will be due and payable, in addition to the invoice amount to the Agency. The interest penalty provision applies after a 35 day time period to health care providers, as defined by rule. Interest penalties of less than one (1) dollar will not be enforced unless the Agency rc; quests payment. invoices which have to be returned to an Agency because of vendor preparation errors will result in a delay in the payment. The invoice payrrient requirements do not start until a properly completed invoice is provided to the Department. A Vendor Ombudsman has been established within the Department of Financial Services. 'rhe duties of this individual include acting as an advocate for Agencies who may be experiencing problems in obtaining timely payment(s) from the Department. The Vendor Ombudsman may be contacted at (850) 410 -9724 or by calling the Department of Financial Services Hotline, '1- 800 - 848 - 3797_. 23.00 Public Entity Crime: 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 properly to a public entity, may riot be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business vvi(h any public entity in excess of the threshold amount provided in s. 287.017, F.S. for CATEGORY TWO for a period of 36 monfhs from the date of being placed on the convicted vendor list. 24.00 Discrimination: 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 riot 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. Packet Page -1285- 2/14/2012 Item 16.A.11. 725-030.06 K11111C TRAWSPORTATION 05'foy P.10c, ih OS "/' Financial Project No, 410113114 Contract No. AP031 Agreement Date ii\j wrl-N—i-ss WHEREOF, the parties hereto have caused these Presents be executed, the day and year firs', abovr,-, written. AGENCY Collier Metropolitan Planning Organization AGENCY NAME SIGNATORY (PRINTED OR TYPE).._ Y PE, D SIGNATURE Approved as t();9rrn,& legal sufficiency Deputy (.,olintv Attorney FDOT Sea attar;hed Encumbrance Form for date Of Funding Approval by Comptroller r-linuaa—L, LEGAL �-FVI LrGAL REVI�VV DLFrARTML1, -Pill IP ITATION DF-F1ARTMF.W-r OF TRANSPORTATION Deputy Director of Transportation Production 'rrfLE Packet Page -1286- 2/14/2012 Item 16.A.11. ColIicr Metropolitan Planning Organization Financial Management Project Number: 410113-1-14 - Contract Number: AP031 Federal Transit Administrrttion (FTA) Section -5303 funds EXHIBIT "A" PROTECT DESCRIPTION AND RESPONSIBILITIES This exhibit forms an integral Dart of that certain Joint Participation Agreement between the State of Florida, Department of Transportation and _Collier Metro )Olitan Planning 2885 -South 1- lrn:seshoe Drive: ?�;a.nles. Floritla 34104 dated Organization _ - Z Q5 ._ PROJECT I- OCATIONN: Collier County, Florida PROTECT DESCRIPTION: Tile Agency will undertake and complete the Federal Transit Administration (FTA) Section 5 303 funded tasks tine Agency included in its Fiscal Year (FY) 2007/08 Unified Planning Work Program (UPWP) as approved and as may be amended, and as nnay be succeeded by approved and amended annual or biennial UPWPs for Fiscal Years 2008/09, 2009/10, 201.0/1 1, and 201 1 /l2 UPWPs. The Agency will do so with tine FTA Section 5303 and State cast] snatch funds the Department 1s providing herein. SPECIAI, CONSIDERATIONS BY AGENCY: The audit report(s) required in paragraph 7.60 of the A.greemcnt shall include a schedule of project assistance that will reflect the Department's fiscal year of award, contract number, Financial Project Number, Catalog of State Financial Assistance title and number, and the Catalog of Federal Domestic Assistance title and 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. SPECIAL CONSIDERATIONS BY DEPARTMENT: Vdlnen necessary, the Agency may provide written requests for minor changes or amendments to the services provided by this agreement. The Department will provide written responses to all such requests. A minor Change or amendment is defined as a note- material change to the agreement, As a rule, it will be limited to operational Items not having an impact on the scope or budget of tine agreement. If applicable, the eligible project period identified in the Project Description shown above, may be extended by letter fl-onn the Department upon a written request 6-0111 the Agency. Exhibit A, page 1 of 1 Packet Page -1287- 2/14/2012 Item 16.A.11. Collier MciropoIitan Planning Organization Financial Management Project Number: 410113 -1 -14- ~ Contract Number: AP031 Federal 'Transit Adnlinistrati.on (FTA) Section 1303 funds EXHIBIT "B" PROJECT BUDGET (For Transit Multi -Year Projects) This exhibit forms an integral part of that certain Joint Participation Agreement between the State of Florida, .Department of'Transportation and Collier- Metropolitan Planning Ormaniiation 28.5 South l- lorseshoe Drive 1\aples Florida 341()4 dated `.t'he Department has programmed the funding amounts shown below in the most currently adopted Worl< Program. The funding for subsequent years is based upon federal and /or state appropriation levels and distribution forinula(ae). This funding will be made available, annually, in the following manner: After the Agency has rnet all pro grarn requirements, tile Depal tlnent will encumber funds for that fiscal year and will advise the Agency in writing of the amount of funding available and the beginning date when eligible project cost nlay be illcurred. This notification must be signed by the Agency and returned to the Department. FY 2007 /08 (Federal Grant Number FL -80 -X017, and Financial Project Number 410113. 1 - 14-17) Federal Pass - Through Funding (DIJ) (80%} Si66,839.00 State Funding (DDR.)* (0/1) $ 4,201.00 State Funding (DS)* ( %) $ 4,154.00 Local Funding (LF) (10 %) $ 8.3-55.00 'Total (100 %) $83,549.00 It is the intent of the Department to participate jn the project to the level of funding encumbered not to exceed 50% of the eligible and allowable non - federal share or which ever is less. 1✓xhibit i3, page 1. of 1 (*) the combination.of DDR and 1)S in Slate Funding equals ten percent, (10 %,). Packet Page -1288- 2/14/2012 Item 16.A.11. Collier Metropolitan Planning Organization Financial Management Project Number: 410113-1-14 - Contract Number: AP031 Federal Transit Administration (FTA) Section 5303 funds EAHIB17 "C„ ( FTA Section 5303 Multi- Year) This exhibit forms an integral part of that certain Joint Participation Agreement between the State of Florida, Department of Transportation and the Collier Metropolitan Planning Organization, referenced by the above Financial Project Number. This program is authorized under 49 U.S.C., Section 5303, "Metropolitan Planium.;," and governed by and USDOT /FTA Circular C 8100.113, Progrcun Guidance and .4pplicaaion 117SIMetlo72s fol- Ueli-opoliaan Planning Program Grants, dated October 25, 1996, as amended. This Agreement is in conformance with Chapter 339 Florida Statutes. Requests for Reimbursement (Invoice Submittals) in accordance with Section 215.422 Florida Statutes and the requirement of Pal-agraph 22.00 of this Agreement: Required Submittal Time The Agency must Submit all invoice to the Departnl.ent within one hundred and twenty (120) clays from the ending date of the eligible billing period covered by the invoice. Should the Agency ].lot submit a col-rcctly prepared and documented invoice within the proper time frame, the Department may deny payment of the Department's share of the invoice. 2. Required Submittal Format The Agency shall submit invoices on forms provided by the Department and prepared in accordance with instructions given by the Department. Bacic -up documentation will include the appropriate items necessary to verify costs incurred and the eligibility of said costs. Approval of Submittal Goods or services received under this agreement shall be approved /disapproved by the Departni.cnt no later than five (5) working days after receipt, by the District Modal Development Office , of a properly prepared and submitted invoice. Should the invoice be incomPIcte or incorrect, the Department shall inform the Agency withill five (5) working days of receipt and return the invoice for corrections. Exhibit C; page 1 of 3 Packet Page -1289- 2/14/2012 Item 16.A.11. Collier Metropolitan Planning Organization Financial Management Project Number: 410113-1-1.4 - Contract Number: AP031 Federal "Transit Administration (FTA) Section 5303 funds Sections snarlred with an "X" are applicable to this Agreement: Third Party Contracts The Department must approve third party contracts pursuant to Paragraph 12.00 except that, when checked below, written approval is hereby granted for: X 1. Execution of contracts for materials and /or vehicles from a valid state or inter- governmental contract. X _ 2. Other contracts less than $25.0()0 excluding consultant services or construction contracts. The Department shall require all consultant and construction contracts and amendments thereto to receive concurrence prior to award. X 3. Recurring, renewable, or on -going operational contracts that have less than a twenty -five percent (25%) change in total dollar amounts from one year to the next. X 4. Purchase of service contracts where the Agency will. provide transportation service for a fee. Required Submittals Submittal / Certification Responsibility X Procureni.ent .Requests A;;,cncy X Specifications Agency X Invoices Agency X _ Audit Reports Agency Annually During Life of Projcct Project Progress Reports Agency Quarterly Duing (In Department approved format) Life of Project Exhibit C, page 2 of 3 Packet Page -1290- 2/14/2012 Item 16.A.11. Collier Metropolitan Planning Organization Financial Managenienl: Project Number: 410113-1-14 - Contract Number: AP031 Federal Transit Administration (FTA) Section 5303 funds Federal Section 5303 Program: The Metropolitan Planning Organization (MPO) shall adhere to the various Federal requirements documented in Federal Transit Achninistration (FTA- formerly UM.TA) Revised Circular 8100.1B, Program Giiidance and -41.2plication Instructions for h CtropolitWl P1trnning Program Grants, including Title VI of the Civil Rights Act of 1964, Disadvantaged Business Entctprise requirements, and the Ainericans with Disabilities Act of 1990, and all other federally required certifications and assurances made in its application to the Department for Section 5 303 funds. The MPO shall adhere to all applicable planning requirements established and set forth by the U.S. Department of Transportation, including development and ti.mc submission of its Transportation Improvement Program (TIP) and annual /biennial element and Unified Planning Worlc Program (UPWP). The MPO shall comply with any special conditions imposed by the Federal. Transit Administration (FTA) as a condition of grant approval. Costs incun -ed prior to execution of this agreement cannot be charged to the grant. Costs incurred by the MPO to prepare and fie an application are not eligible project costs. Exhibit C, page 3 of 3 Packet Page -1291- 2/14/2012 Item 16.A.11. low Collier Metropolitan Planning Organization Financial Project Number: 410113 -1 -14 Contract Number; AP031 Federal 'Transit Administration (FTA) Section 5303 funds 7)5.930 -« ONU:i:. TitnNSr'ytTnTi.7l; uaros EXflltllt D FgiaaD FEDERAL and /or STATE- resources awarded to the recipient pursuant to this agreement should be listed below. If the resources awarded to the recipient represent more than one Federal or State program, provide the same information for each program and the total resources awarded. Compliance Requirements applicable to each Federal or State program should also be listed below. if the resources awarded to the recipient represent more than one program, list applicable comphance requirements (or each program in the same manner as shown here: • (r. g., What srrvices or purposes the resources musl be used for; • (e.g., Eligibility requirements for recipients of the resources) 1P fete ..) NOTE: Instead of listing the specific compliance requirements as shown above, the State awarding agency may elect to use language that regtiires the recipient to comply with the requirements of applicable provisions of specific laws. rules, regulations, etc. The State awarding agency, if practical, may want to attach a copy of the specific law, rule, or regulation referred to. FEDERAL RESOURCES er(eral Aq_e)L . Cartalo o Federal f)omestic nssislanc�NUmber P 'title Amount FTA 20,505 ,66,839.00 ;ornpliance Reourements 49 U.S.C., Section 5303, "Met7'opolitan Planning, and IJSDO "T /FTA Circular C 8100.1 B, Program Guidance and Application Instriections for A4 <"troIrolitmr Planning Progranf Grants, date(] October 25, 1996, as amended o i A i E RESOURCES Stale Aac:ncv Catalon of State Financial Assistance (Number B Title) Amount Florida Department S 4,201,00 DDR of Transportation S C154,00 IDS c�mpnance tegulrem nvs _ 8,355.00 Total 1. 2 Chapter 341.051 (1) (a), Florida Statutes; All terms of Departmt:nt Contract . Matchinq Resources for Federal Proerams Federal J gamy Calaloc of Federal I omestk, Assistance Number S T'itL. i__ -.__� _� i Amount NIA N/A N/A Gom nrice Pe uiiements N/A 2- 2 NOTE: Section .400(d) of OMB Circular A -133, as revised, and Section 215.97(5)(a), Florida Statutes, require that the information about Federal Programs and State Projects included in this exhibit be. provided to the recipient. Packet Page -1292- 2/14/2012 Item 16.A.11. Florida Department of Transportation CHARLIE GRIST 801 NORTH BROADWAY AVENUE STEPHANIE C. KOPELOUSOS GOVERNOR BARTOW, FLORIDA 33830 SECRETARY May 26, 2009 Phil Tindall, Director Collier County Metropolitan Planning Organization 2885 South Horseshoe Drive Naples, Florida 34104 RE: FISCAL YEAR 2008/2009 PUBLIC TRANSIT 5303 — PLANNING FUNDING CONTRACT No: AP031 FM No: 410113- 1 -14 -18 .� ANNUAL ENCUMBRANCE PROCESS Dear Mr. Tindall: Your agency has complied with all of the program requirements necessary to qualify for receipt of your annual allocation of Public Transit 5303 funding. As you may recall, a multi -year Joint Participation Agreement (JPA) for the Planning funds was executed on May 27, 2008. I am enclosing a copy of the fully- signed Multi -Year Joint Participation Agreement Notification of Funding form and a copy of the Department's approved encumbrance for this project for your files. If you require additional information or need assistance, please feel free to contact Ms. Julia Davis, Transit Projects Coordinator at (239)461 -4300 or via email at Julia. DavisCa)-dot.state fl us . Sincerely, Terry Beacham Modal Development Administrator TWB /bct Encl: 2 cc: Richard Shine, Transit Programs Administrator, FDOT Julia Davis, Transit Projects Coordinator, FDOT www.dot.state.fl.us Packet Page -1293- 2/14/2012 Item 16.A.11. FY 2008 -09 MULTI -YEAR JOINT PARTICIPATION AGREEMENT NOTIFICATION OF ADDITIONAL FUNDING In accordance with the terms of the Joint Participation Agreement between Collier County Metropolitan Planning Organization (Agency) 2885 South Horseshoe Drive, Naples Florida 34104 (Address) and the Department, Public Transit 5' :)03 — Planning Funding (Program or Project Type) identified by project number AP031 / 410113- 1 -14 -17 (Contract # and/or Project #) the Department has encumbered $78.369.00 using project # 410113- 1 -14 -18 (S Amount) (Prof.# w /new sequence) for use beginning upon the Department's receipt of this agreement signed by the Agency. DEPARTMENT REPRESENTATIVE AGENCY REPRESENTATIVE Terry W. Beacham Frank Halas Name Typed or Printed Name Typed or P Signature OW Signature S z f Mayl8.2009 Date Date Packet Page -1294- 2/14/2012 Item 16.A.11. Davis, Julia From: The job F1989HLR Sent: Monday, November 03, 2008 2:16 PM To: Davis, Julia Subject: FUNDS APPROVAL /REVIEWED FOR CONTRACT AP031 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL Contract #AP031 Contract Type: AH Method of Procurement: G Vendor Name: COLLIER COUNTY M Vendor ID: VF596000558057 Beginning date of this Agmt: 05/27/08 Ending date of this Agmt: 12/31/12 Contract Total /Budgetary Ceiling: ct = $153,563.00 . r Xh'� *[X' ;XW # X## #izaF X X �# ## #a �� * #!!'# i* � *xf *% ��_y 41 f. +11iT i.F'. �F +� 1" X' a 1 �:X X *i�s• # i. �'�y Description: 41011311417; K+ X. Kfi r#•..♦•. sf' �# ##*#' 4# K4- �' �# M***. i'#' r�##+ r #+c�k # # %'4 + + #�...%s #+k *�.+.. #4. #. i. +: *%'*?� ►t #i'r. +�. ,� ORG -CODE *EO 'OB3ECT *AtiOUNT •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 012020129 {PT #790004 78369.00 # 41011311418 4215 '20.205 2009 *55100100 1088774/09 Seel *00 * 02 40002/04 ------------------------------------------------------------------------ TOTAL AMOUNT: S 78,369.00 - ------------------------------------------------------------------ ------ FUNDS APPROVED /REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER DATE: 11/03/2008 Packet Page -1295- -- 2/14/2012 Item 16.A.11. SEP 012009 Florida Department of Transportation CI[aat,IE CRIST 801 North Broadway Avenue S1 LNIANIE C. KOPELOTSOS (.cwr:R\ok Bartow, Florida 33830 SECRE` AR) COLLIER COUNTY Metropolitan Planning Organizatior. 2885 SOUTH HORSESHOE DRIVE August 28, 2009 728- 138332 # 196 NAPLES, Ft 3410u Mr. Phil Tindall, Director Collier County Metropolitan Planning Organization 2885 South Horseshoe Drive Naples, Florida 34104 RE: Fiscal Year 2009/10 FTA SECTION 5303 FUNDING Contract Number: AP031 / Financial Management Number: 410113- 1 -14 -19 Executed Notification of Funding .W_ Dear Mr.Tindall: Your agency has complied with all of the program requirements necessary to qualify for receipt of your annual allocation of Section 5303 funding. As you may recall, a multi -year Joint Participation Agreement (JPA) for the Section 5303 Program was executed on May 27, 2008. I am enclosing a copy of the fully - signed Multi -Year Joint Participation Agreement Notification of Funding form and a copy of the Department's approved encumbrance for this project for your files. If you require additional information or need assistance, please feel free to contact Julia B. Davis, AICP of the Modal Development Office at (239)461 -4300 or at Julia. Davis(a7dot.state.fl.us. Sincerely, Terry Beacham District Modal Development Administrator TWB /JBD /sbs Encl: 2 cc: Lorraine Lantz, MPO Principal Planner, Collier County MPO Therese Stanley, Operations Support Manager, Collier County Transportation Division Richard Shine, Transit Programs Administrator, FDOT Julia B. Davis, AICP, Transit Project Manager, FDOT www. dot. state. fl. u s Packet Page -1296- 2/14/2012 Item 16.A.11. FY 2009 -10 :'MULTI -YEAR JOINT PARTICIPATION AGREEMENT NOTIFICATION OF _ADDITIONAL FUNDING -In accordance with the terms of the Joint Participation Agreement bernvee.n Collier Count- •'vletronolitan. Plamiin<r (- >manizatioti (Aacmo i 2885 South Horseshoe Drive. Naoles. Florida 34104. (Addres,l and the Deparuntnt. Public `transit ;+?_Planning, Funding, (Program or Project Tv pc) identified b,, project number AP0,31 1 41011':1-1-1—'-17 { Cont. av F andoor PTO)Cit —1) the Department has encumbered S102.1.85.00 using project rii 410i l -1- 1- 14 - -19 Amount) (Pro).* w neu eRuencei for use beaizuline upon the Department's receipt of this a`3reement sunned by the Auencv. DEPARTMENT REPRESENTATIVE Terry W. Beacham ' amt Typed or Pr irucd / Signature Late AGENCY REPI2ESENT/ATIN'E Narre'pvped or Print° Packet Page -1297- Signature Date r L�_ C Davis, 2/14/2012 Item 16.A. 11. Julia From: Thc job F|B88HLR Sent: YYegneyd 2y.Ju1'j15.20 0 g-1 4 P1.1 ~w�^ /m: Davis, Ju||c Subject: FUNDS APpROYAUREV|BNEDFORCDNTRACTAPO3l STATE OF FLORIDA HpARTHENT OF TR4N5P0n7AT10v FUND- APPROVAL [on�recc V4P83I [on-cracc Type: All nprhod o� procurement: C Vendor Name: COLLIER COUNTY H �en�ur ID: VF595800�58057 6'aGinninF daze of this AUmt 05/27/88 Ending date of this Ar,mc: I2/31/12 [nnz'act Total/Budgetary [eilin�: c� = SZB,84GU0 ^'~~~.~~..-~__~~._~~.~~~_~._,,..~~..~^'_^~,-'-..~_'-.'..~~~^..'.. Dyscriprion: w- 4l,011I]]I4I7; -_,~_~~^~,^-_~~_'^_..~~.~~~,,^.''...~~...^..-~~'~""'.....~.^..~~~..^ GR,G'[O�E 'ED -O8]E�T ~4�OUHT 'FI� PRO]E[T 'FCT '[FDA FISCAL YEAR) ^BUDGE EiNTIT; ~[ Ti: GORY/[A T YEAR A��N��ENT ID 'SEQ. 'USER ASSIGNED ID ^EH[ LINE(6S)/STATUS 4cl1on: SUPPLEMENTAL Fvnns have he�n: ApPKCN[D 55- 0I2820129 ~PT '790004 ^ l�2Z8�.DB `4IDII]I14I9 'II5 ~28. 5(35 2Dl01 ~55280205 "888774/18 Sa02 ' '' `00 -''''—'-'''-''''-'--''--''''''-''''-''''-''''''''' ~ SO4 ~0083/84 '-'''''''''---'''-''''-''-''-'—'''''—'''-'' TOTAL Ai'-IOUNT� '-''-'' '''' FUNDS APPROVE D/REYIEWED FOR ROBIN (,',. NAZT0VE, - --'-'-'''-'' ''-'-'- ' [px^ [DsPlKOLLER DATE: 87/I5/2009 '^! �N�U� /' Packet Page '1298' 2/14/2012 Item 16.A.11. Florida Department of Transportation CHARLIE CRIST 801 North Broadway Avenue STEPHANIE C. KOPELOUSOS GOVERNOR Bartow, FL 33830 SECRETARY Phil Tindall, Director Collier County Metropolitan Planning Organization 2885 South Horseshoe Drive Naples, Florida 34104 October 4, 2010 Cai-I-IER COUNTY Metropolitan Planning Organization 2885 SOUTH HOF?SESHOE DRIVE 128 - 138332 # 196 NAPLES. F1 1410,4 RE: FISCAL YEAR 2010/2011 FTA 5303 FUNDING Collier County Metropolitan Planning Organization CONTRACT No: AP031 FM No: 410113- 1 -14 -20 BY: EXECUTED Revised NOTIFICATION OF FUNDING " "' Dear Mr. Tindall: Your agency has complied with all of the program requirements necessary to qualify for receipt of the annual allocation of FTA 5303 funding. As you may recall, the Department executed a multi -year Joint Participation Agreement (JPA) with the Collier MPO for the program on May 27, 2008. I am enclosing an original of the fully- signed Multi -Year Joint Participation Agreement Notification of Funding form and a copy of the Department's approved encumbrance for this project for your files. Should you have any questions, please feel free to contact Ms. Julia B. Davis, AICP, Transit Projects Coordinator, at (239) 656 -7800 or via e-mail at Julia. Davis(M-dot.state.fl.us. Sincerely, Terry W. Beacham Modal Development Administrator TWB :JBD:sbs Attachments 2 cc: Richard Shine, Transit Programs Administrator, FDOT Julia B. Davis, AICP, Transit Projects Coordinator, FDOT www.dot.stateAus Packet Page -1299- 2/14/2012 Item 16.A.11. FY 2010/2011 MULTI -YEAR JOINT PARTICIPATION AGREEMENT NOTIFICATION OF FUNDING In accordance with the terms of the Joint Participation Agreement between Collier County Metropolitan Planning�Organization (Agency) 2885 South Horseshoe Drive Naples Florida 34104 (Address) and the Department, Public Transit 5303 — Planning Funding ; (Program or Prgiect Type) identified by project number AP031 / 410113- 1 -14 -17 (Contract # and /or Proiect #) the Department has encumbered $105,873.00 using project # 410113- 1 -14 -20 ($ Amount) (Proj.# w /ncw sequence) for use beginning upon the Department's receipt of this agreement signed by the Agency. DEPARTMENT REPRESENTATIVE Terry W Beacham Name Typed or Printed Signature p -4-11- 1v Dale ]"encumbrance= $75,194.00 2"d encumbrance = $30,679.00 Total = $105,873.00 Packet Page -1300- AGENCY REPRESENTATIVE Councilman William Trotter Name Typed or Print mature September 23, 2010 Date Davis, 2/14/2012 Item 16.A. 11. Julia From: The job F1989WNIR Sent: Thucsdoy.Augus 19,201O3�1L P|� To: Davis, ju|la Subject: FUNDS ApPROV/JREV|E\wEDF{)R C01,1TRAC7 AP031 STATE OF 1--LORIDA D[P4R7HEHT OF TKAHSPDRTATION FUNDS APPROVAL Co/oract :AP0'3I Contract Type: x* ;e-dad of Procurement: G v�no�r mame: COLLIER [DxUTY � venCJor In: VF;96000558057 neginninr, Uaze 04, this A(11111: 05/27/8G Ending dnTe of zhis Agn1: I2/33I/l2 [ontract To taI/Rud�e�ary [eiIin�� r� � �Bl'O4�.O� Descript, ion� =- 410113I3417; ,+.~^~*.~,.^~~~+~~°~...—°~*+*~~_~°~..~~^~^~^.~~`~`*r°^^~,~~~~_~~`.,. 0i�G'CODE ~E:D ~OB]E[T ~��OUUT ^Flu PKD]E[T "F[T ~[FDA (FISCAL YEAR) ~BUDGET ENTITY 'CATEGORY/CAT YEAP A1,1END9ENT ID :SEQ. ~USER AISJGNED ID '[m[ LINE(6S)/SlATUS ,,,,*^~~^~.`°~-,~.~*+~^°~.**j:*~~".~4~~~~~,"".~.r~+^~.w'*^~^°~,^p,~**,°+^ Acrion: SUPPLEwE NIT AL 7unds have been: AAPPR0VED 55 K2820I29 "PT ^7900n4 + �SI9�.0D 2011 p55I80188 *00 * S 85 '''---''-' ''-'''- ' ' -'----'''--'-'--''' TOTAL /IMIDUHT: ~5, 75,I94.(30 ''''—'---' -''''-'''- '' -- —''''''' FUNDS APPROVED/REVIEWED FOR ROBIN H. N4ITOV DATE: 88/I9/28IO ~420II3II4"ZD -_2l5 "20. 50'-) ~()8C774/1I *0M84/04 '----'''---'-'-'' '-''''- ' ^ -- ' '- ''-'-----'''''- ' - ' - E, [PA, [OHPTRDLLE8 Fy / Packet Page -1301- 2/14/2012 Item 16.A.11. Davis, Jdlia Allow From: The jolt S n i 'A.i ecl n e sclay S e P 10 111!) C: -.5 20 1 i 1 3.-:-17 Silojoal: FUNDS APPROVALREVIEVY-E-1) FCC{ CU1,1TRACI AP031 r S%TL OF FLORIDA DLPART:, ENT OF TPANSPORTATi'01: rHf-jD1--,, APPROVAL. C(1111.raCt TypC: AH •lutholl of F,?'r)Ct1r,Q1l1Llit COLLIER COUNTY 1.1 V7596"JOU759057 inn lji� cats- 0 .1lis Agniu: !id-., Al2.111": 12/31/12 Coiling. C1 _1.001 ........................................................................ , 12 . I - I... I .... ................... M6 -CODE EO '011) E C` * AMDUNT 'fill! PROJECT CT 'CFI);; V--l') 'BUD'E7 E HTl TY (AT, E-GOVVIC4T YLAII 'ENC Llfl,'--(65); ISIATUS .................... ............. SUPPUMENTAL F ruildr, hav bu-C-11: AP'NiOVED (,i2 020,,-n� 'PT 1 MOO-,: I - . :. 1; , 2(). r L) 5 _o11 so.". ----- ------------------------- --------------------------- ------ ---- TOTAL AV-110111M : . Ti, 30,679,00 ' - ... .................................. ............................ ;-l;:bS FOR ROSIN' M. NAITOVz , C7,-'-,, COMPTROLLI:R ... Packet Page -1302- 2/14/2012 Item 16.A.11. Florida Departinent off. Transportation RICK SCOTT 901 Nor{, Broadwn Avenm XNANTI I PlViSAD. P.L. GOVERNOR fiart(m, Fiarido -,3810 SFCRLTARY October 20, 2011 Phil Tindall, Director Collier County Metropolitan Planning Organization 2885 South Horseshoe Drive Naples, Florida 34104 RE: FISCAL YEAR 201112012 FTA 5303 FUNDING Collier County Metropolitan Planning Organization CONTRACT No: AP031 FM No: 410113-1-14-21 NOTIFICATION OF FUNDING Dear Mr- Tindall: Your agency has complied with all of the program requirements necessary to qualify for receipt of the annual allocation of FTA 5303 funding. As you may recall, the Department executed a Multi-Year Joint Participation Agreement (JPA) with the Collier MPO for the program on May 27, 2008. The FY 2011/2012 allocation for the Collier County Metropolitan Planning Organization is $106,867.00 in state and federal funds. I have attached a Multi-Year JPA Notification of Funding form. I have also attached a copy of the Department's approved encumbrance form for this project. These forms contain the formula allocation your agency is receiving for this fiscal year. The Multi-Year JPA Notification of Funding form has a space for a required signature from an agency representative. The form is then to be returned to this office for further processing. Should you have any questions, please feel free to contact Ms. Julia B. Davis, AICP, Transit Projects Coordinator, at (239) 656-7800 or via e-mail at Julia. Davis(a-)dot.state.fl. us. Sincerely, Terry W. Beacham Modal Development Administrator TWB-.JBD:sbs Attachments 2 cc: Richard Shine, Transit Programs Administrator, FDOT Julia B. Davis, AlCP, Transit ProJec;ts Coordinator, FDOT WmI.C10I.StatelLus Packet Page -1303- 2/14/2012 Item 16.A.11. FY 2011/2012 MULTI -YEAR JOINT PARTICIPATION AGREEMENT NOTIFICATION OF FUNDING -In accordance with the terms of the Joint Participation Agreement between Collier County Metropolitan Planning Organization (Agency) 2885 South Horseshoe Drive Naples Florida 34104 (Address) and the Department. Public Transit 5303 — Planning Funding (Prograrn or Project Typc) identified by project number AP031 / 410113-1-14-17 (Contract # and/or Project #) the Department has encumbered $ 106.867.00 using prQJect # 410113- 1 -14 -21 (S Amount) (Proj.# w• /new sequence) for use beginning upon the Department's receipt of this agreement signed by the Agency. DEPARTMENT REPRESENTATIVE Terry W. Beacham Name Typed or Printed Signature Date AGENCY REPRESENTATIVE Name Typed or Printed Signature Date Packet Page -1304- 2/14/2012 Item 16.A.11. Spivey, Sherry Subject: FW: FUNDS APPROVAUREVIEWED FOR CONTRACT AP031 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL Contract #AP031 Contract Type: AH Method of Procurement: G Vendor Name: COLLIER COUNTY M Vendor ID: VF596000558057 Beginning date of this Agmt: 05/27/08 Ending date of this Agmt: 12/31/12 Contract Total /Budgetary Ceiling: ct = $468,588.00 Description: 41011311417; ORG -CODE *EO *OBJECT *AMOUNT *FIN PROJECT *FCT *CFDA (FISCAL YEAR) *BUDGET ENTITY *CATEGORY /CAT YEAR AMENDMENT ID *SEQ. *USER ASSIGNED ID *ENC LINE(6S) /STATUS Action: SUPPLEMENTAL Funds have been: APPROVED 55 012020129 *PT *790004 * 106867.00 *41011311421 *215 *20.505 2012 *55100100 *088774/12 5005 *00 *S 12 A *0006/04 ------------------------------------------------------------------------ TOTAL AMOUNT: *$ 106,867.00 * ------------------------------------------------------------------------ FUNDS APPROVED /REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER DATE: 10/19/2011 Packet Page -1305- n n n 0 v o, 0 d 7 a rD \ N N O V N m w r U1 Cn N O lD N rn W 00 Ln N N 0 r m W M M A O z n O z M M C) O z N M v Z M C) O G) z N T v z M n O 0) z N M v .a 2/14/2012 Item 16.A.11. D O D r M '(h : V: _, 0 F- O D S X g O O O A d =' N 1�j L � z N D n�i =r N Ln \ n = p S = Ln o M � O Z p C v O o T D VT V} 'Nf V: V: 00 V 01 w 00 Q1 Ln 00 01 W N f�D d H rt n,t F+ N 61 tA0 �N Vii N W �C71 rh+ rC X01 W CrQ 70 O °o N W Cn N 00 M b+ -0 Cl V 01 O F+ A F+ 00 W N fD O N O V00 0 rt F+ N V7 p 00 DD w O �NT1 O O O N F+ w 0M1 U1 2/14/2012 Item 16.A.11. D O D r M '(h : V: _, 0 F- O D S X g O O O A d =' N 1�j L � z N D n�i =r N Ln \ n = p S = Ln o M � O Z p v o O F, T 0 0 v O o T D VT V} 'Nf V: V: 00 V 01 w 00 F+ N In Ln 00 01 � tA0 Vii W FN+ A Ln o o °o 00 °o °o °o W Ln 0 N N V00 F+ N V7 p 00 DD N F+ w 0M1 U1 V 00 00 V N t0 000 N O M Ln N D O Coco O O o O O in N +� in V+ V). L, 4A. Vr N 01 W N F+ `00 N 01 Q1 -0 In O In Ln O In 01 O V'i O o fJ1 °w 00 d M vn o yn � o 00 Q1 N N OO O O O W L11 W O 0 01 N p 01 r 91 a+ D p: 01 ao rn r oo rn N �- O C N cn N V O A O O` N V1 O 1-- N W � to O O O O' In O In O O O O O O O O U1 O N F+ 00 N N V N A `001 N 9 N -4 :ph A 00 V W O O U1 O Ln O O O D '(h : V: m A y C � M a C v i? : Vf D '(h : V: 'o Vf i/�: V} N {A CL � M M D X N N O V 0 00 rn D N N O OD O W rn m a w N O t0 f+ 0 �r M M D A N O f+ 0 r t+ et M M D N N O F+ N N N !E Vf i/► '(h : V: V1 Vf i/�: V} VT iA i? : Vf VT V} 'Nf V: V: � N N N F+ w 0M1 U1 N N N w M Ln N D O N: 01 W N OD N 01 O N 01 W N `00 N 01 Q1 -0 In O In Ln O In 01 O V'i O In fJ1 O l!t d M '01 O N A 00 Q1 N N N 01: O F- A 00. 01 N p 01 00 91 D p: 01 ao rn r oo rn N �- O C N cn N O O O O O` N V1 N O O' In O In O O O O O U1 O In Packet Page -1306- a i Wiz: