Loading...
Backup Documents 09/11-12/2012 Item #16A13ORIGINAL DOCUMENTS CHECKLIST & ROl TO ACCOMPANY ALL ORIGINAL DOCUMENTS THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR Print on pink paper. Attach to original document. Original documents should be hand delivered to the Board Office. The co documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines #1 through 44 as appropriate for additional signatures, dates, and /or information needed. If the docu exception of the Chairman's signature, draw a line through routing lines #I through #4, complete the checklist, and forward 'TO 16A13 1 GNATURE deted routing slip and original it is already complete with the Ian Mitchell (line #5). Route to Addressee(s) (List in routing order) Office Initi is Date 1.Scott Teach, Deputy County Attorney County Attorney Applicable) Agenda Date Item was 2. Agenda Item Number 16.A.13 Approved by the BCC 3. Type of Document 4. Ian Mitchell, BCC Supervisor Board of County Commissioners 2 Attached ►1 5. Minutes and Records Clerk of Court's Office i 6. Marlene Messam Transportation Engineering, Growth Mgmt. Division Chairman and Clerk to the Board and possibly State Officials.) PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending BCC approval. Normally the primary contact is the per on who created /prepared the executive summary. Primary contact information is needed in the event one of the addressees above, including Ian Mitchell, need to contact staff for additional or missing information. All original documents needing the BCC Chairman's signature are to be delivered to the BCC office only after the BCC has acted to approve the item.) Name of Primary Staff Marlene Messam, Sr. Project Manager Phone Number 252 -5773 Contact appropriate. (Initial) Applicable) Agenda Date Item was September 11, 2012 Agenda Item Number 16.A.13 Approved by the BCC signed by the Chairman, with the exception of most letters, must be reviewed and signed Type of Document JPA Agreement and Reso uti Number of Original 2 Attached resolutions, etc. signed by the County Attorney's Office and signature pages from Documents Attached INSTRUCTIONS & CHECKLIST 1: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised x.24.05 Initial the Yes column or mark "N /A" in the Not Applicable column, whichever is Yes N/A (Not appropriate. (Initial) Applicable) 1. Original document has been signed/initialed for legal sufficiency. (All documents to be M.M. signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. This includes signature pages from ordinances, resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials.) 2. All handwritten strike - through and revisions have been initialed by the County Attorney's M.M. Office and all other parties except the BCC Chairman and the Clerk to the Board 3. The Chairman's signature line date has been entered as the date of BCC approval of the document or the final negotiated contract date whichever is applicable. 4. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's M.M. signature and initials are required. 5. In most cases (some contracts are an exception), the original document and this routing slip N.A. should be provided to Ian Mitchell in the BCC office within 24 hours of BCC approval. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 6. The document was approved by the BCC on 9/11/2012 (enter date) and all changes made during the meeting have been incorporated in the attached document. The 1W County Attorne 's Office has reviewed the changes, if applicable. 11 1: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised x.24.05 1aA13 MEMORANDUM Date: September 21, 2012 To: Marlene Messam, Sr. Project Manager Trans/ECM From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Resolution 2012 -146 and JPA Agreement Attached please find one copy of the Resolution and four originals of the agreement (Agenda Item #16A13), as referenced above and approved by the Board of County Commissioners on Tuesday, September 11, 2012. Please forward for additional signatures and return a fully executed original back to the Minutes & Records Department to be kept in the Board's Official Records. If you should have any questions, please call me at 252 -8411. Thank you. Attachment (1) 16A13 RESOLUTION 2012- 14 6 A RESOLUTION OF THE BOARD OF COUNTY COMMISIONERS OF COLLIER COUNTY, FLORIDA, MEMORIALIZING THE BOARD'S APPROVAL OF A JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION ( "FDOT") AUTHORIZING THE COUNTY TO INCORPORATE FDOT'S PLANNED PROJECT TO RESURFACE THE SEGMENT OF SR 951 (COLLIER BOULEVARD) FROM FIDDLER'S CREEK PARKWAY TO SOUTH OF SR 90 (US 41) AND AGREEING TO REIMBURSE THE COUNTY FOR ASSUMING THE CONSTRUCTION ENGINEERING INSPECTION (CEI) SERVICES AS PART OF FDOT'S REIMBURSEMENT TO THE COUNTY AS PART OF THE COST OF THE RESURFACING PROJECT AND AUTHORIZING THE CHAIRMAN TO SIGN THE JPA. WHEREAS, the State of Florida Department of Transportation (FDOT) is willing to enter into a Joint Participation Agreement ("JPA ") with Collier County, wherein FDOT authorizes the County to incorporate FDOT's planned project to resurface the SR 951 (Collier Boulevard) from Fiddler's Creek Parkway to south of SR 90 (US 41) (the "Resurfacing Project ") into the County's road improvement project for SR/CR -951; and WHEREAS, as part of the JPA, FDOT further agrees to reimburse the County for assuming the Construction Engineering and Inspection (CEI) services of the Resurfacing Project up to a maximum amount of $994,640.00, which sum is programmed into FDOT's Adopted WorkI Program under FM# 425209- 1 -68 -01 as of July 2013; and WHEREAS, the Collier County Board of County Commissioners finds that it is in the Public interest to enter into the JPA and coordinate these State and County projects in a cost efficient manner in the best interests of the citizens of Collier County. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that: 1. The Board of County Commissioners approves the Joint Participation Agreement and authorizes its Chairman to execute the Agreement on its behalf. 2. The Collier County Clerk of Court is hereby directed to forward a certified copy of this Resolution, along with an executed copy of the Joint Participation Agreement, to the Florida Department of Transportation. 16A13 This Resolution is hereby adopted after majority vote on this 11th day of September, 2012. ATTEST: DWIGHT E. BROCK, CLERK nw Approvgd auffis t©' dorm and.legai sciency: ott R. Teach, Deputy County Attorney BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA B `�- Y FRED W. COYLE, CHA N Item # 1, —6KL5 Agenda t IZ V-1 Date Date Z Z R Deputy Jerk TO ACCOMPANY ALL ORIGINAL DOCUMENTS SEA THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR Print as pink papa. Attach to ongmd doawseat OnpW doomum should be lead delivered a dw Bowd office The ea doawnwu we to be forwarded to the Hood Off m only Off the Bond has taken► Ulm ca the AM) ROUTING SLIP Congikee wtoft fim i 1 drovO M as appopiale for ndManal sigatrwes. dalm and/or afom fm aceded. If the does �..t ^....: -- U-- 411 .fi■■■■ k rs .y,arJ.t. AV d■erHit aid fonr 'TO GNA� letod routws sbp ae" it is akeady coaipI - wkh fire Iss MiNho eliae 031 ea Oi e� i.aaeaan i Maw a ■wc w Route to Addressee(s) Let in nmft «der ■ ^ -s - Office - -' In Date l: arlelve 2. � "'�' Agenda Item Number 3. Approved the BCC � 4. resolutions, etc. signed by the County Attorney's Office and signature pages from Type of Document A, 5_ 'oners Attached 6. Minutes and Records Clerk of Court's Office Documents 13 PRIMARY CONTACT INFORMATION U Pr wary ooatact is me homer efio ari6Wa1 docom" peudiss BOC appwni Noratiy doe plumy ma contact is die pemsga who ae aaedlpwpamad teraiitowtirs sua y. rrhmy contact Ilona" is seeded is the cwM one of two addream above, hie, I Ica MiedWL aced to coom self for add mAd or obdo6 infom mow AN orWed doaraeats sI diw 8 tie HOC Clwiwss's sgpta 1 sm tD be ddiraed m doe 8CC *Mm ody filer fire BCC has aged b apptuwe too Boa Name of Primary Staff &SSW Phone Number 5 ? w s lil ?3 Cott_ arlelve _ � "'�' Agenda Item Number I � A Approved the BCC � resolutions, etc. signed by the County Attorney's Office and signature pages from Type of Document A, I Number of Original Attached Attached ,:)-o i IJ4 tj e f P&OA Documents f19RPi° men t iNRTRii[TinNINA CHECKLIST PLEASE scan under in the BMR Real Property Folder. Thank you Initial the Yes column or mark "WA" in the Not Applicable cokunn. whichever is Yea N/A (Mot 1. Original documet has been signedhmkhded for leg* sufficiency. (All documents to be etc of most must be reviewed and signed signed by the Chairman, with the eepUat lexters. by the Office of the County Attorney. This includes signature pages from ordinances, resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and clot to the Board and possibly stare Officials. 2. All handwritten strike4hmugh and reviswo have been initialed by the County Attorney's Office and all other Eglin a the BCC Chairman and the Cl" to the Board 3. The Chairman's sipmm Woe date has been entered as the date of BCC approval of the docrmnent or the fuel M20gEd contract date whichever is applicable. dAll 4. "Sign here" tabs are placed on the appropriate pages hrdica ung where the Chairman's VA and initials e required. s' ar / 5. in most cases (same contracts are an exception), the original document and this routing slip should be provided to tart mbcheD in the BCC office within 24 hours of 13CC approval. A , /1 Some documents are time sensitive and m"i a fomwding to Tallahassee within a certain / �' /� time frame or the BCC's actions are nullified. Be aware of M deadifim! 6. The document was approve* by the BCC on t (enter date) and all changer made during the meeting lave been incorporated W the attacbed docameat. The county A 's ONiee has reviewed toe cbsufflo6 if applicoblL PLEASE scan under in the BMR Real Property Folder. Thank you 16A13 Florida Department of Transportation RICK SCOTT 10041 Daniels Parkway ANANTIi PRASAD. P.E. GOVERNOR Port Myers, Florida 33913 SECRETARY" October 9, 2012 RECEIVED Ms. Marlene Messam, Sr. Project Manager OCT 11 2012 Collier County Transportation 2885 Horseshoe Drive South T.E. & QM- Naples, Florida 34104 RE: Executed Joint Participation Agreement (JPA) Financial Project No.: 425209 168 01 Description: SR 951 (Collier Blvd) from Fiddler's Creek Parkway to South of SR 90 (US 41) Dear Ms. Messam: Enclosed for your files is one (1) copy of the executed agreement for the above referenced project. Should you have any questions, please feel free to contact me at (239) 461 -4300. Sincerely, tren A. Miracola District LFA/JPA Coordinator KAM /tp Cc: Jay Ahmad, Collier County Transportation Engineering Director Joe Lauk, FDOT Design Project Manager, MS 1 -29 Rick J. Arico, P.E., FDOT Project Manager, letter only www.dot.state.fl. us Florida Department of Transportation RICK SCOTT 10041 Daniels Parkwav GOVERNOR Fort Mvers. FL 33913 October 10, 2012 Ms. Marlene Messam, Sr. Project Manager Collier County Transportation 2885 Horseshoe Drive South Naples, Florida 34104 16A13 ANANTII PRASAD, P.E. SECRETARN RE: NOTICE TO PROCEED — CONSTRUCTION ENGINEERING AND INSPECTION SERVICES FM #: 425209 1 68 01 City: Collier County Contract No.: AQS35 Description: SR 951 (Collier Blvd) from Fiddler's Creek Parkway to South of SR 90 (US 41) Dear Ms. Messam: In accordance with the Joint Project Agreement (JPA), dated October 10,2012 between the Department and Collier County for SR 951 (Collier Blvd) from Fiddler's Creek Parkway to South of SR 90 (US 41), you are hereby authorized to proceed with the engineering services phase on this project. Services are to begin on or after October 8, 2012 and be completed on or before June 1, 2015. Department requests County to coordinate efforts with Rick Arico in the Southwest Area Office at (239) 461 -4305. Also, please ensure that the County provides the Department with bid tabs and copy of executed consultant design services agreement. And, bid tabs and copy of executed construction/CEI services agreements. Upon completion of the project, the Department will have forty -five (45) working days after receipt of the invoice to review, inspect and approve the project for payment. If I can be of further assistance, please give me a call at (239) 461 -4300 or e -mail at (karen. miraco 1 a @dot. state. fl. us). Karen A. Miracola District LFA/JPA Coordinator Cc: Richard Arico, P. E., Project Manager Eunice Usher, Ft Myers Operations Center Engineer, MS 1 -88 www.dot.state.fl.us FM# 425209 1 68 01 Pale I of 15 Updated version: June: 2012 Financial Management No.: Fund: D5 Function: 215 FLAIR Approp: 088797 425209 -1- 68- 01 FLAIR Obi.: 131551 Agency: Collier County Contract Amount: $994,640.00 Org. Code: 55014010106 Contract No: 4SBS Vendor No.: F59- 6000 - 558 -163 JOINT PARTICIPATION AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND COLLIER COUNTY This Agreement, made and entered into this day of Ct.! ) ee _, 2012, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (hereinafter referred to as the DEPARTMENT) and the COI,LIER COUNTY, political subdivision of the State of Florida, existing under the Laws of Florida, (hereinafter referred to as the LOCAL GOVERNMENT), WITNESSETH: WHEREAS, the Parties have been granted specific Legislative Authority to enter into this Agreement pursuant to Section 339. i 2, Florida Statutes; and WHEREAS, the LOCAL GOVERNMENT by Resolution No. old -I(` , dated the day of , o�la, a copy of which is attached hereto and made a part hereof, has authorized its officers to execute this Agreement on its behalf. WHEREAS, the DEPARTMENT is prepared, in accordance with its Five Year Work Program, to undertake the Project described as the Construction Engineering and Inspection (CEI) Services of SR 951 (Collier Boulevard) From Fiddler's Creek Parkway to South of SR 90 (US 41), in Fiscal Year 2012 /2013, said Project being known as FM #425209 -1- 68- 01, hereinafter referred to as the "Project "; and WHEREAS, the Project is on the State Highway System, is not revenue producing and is contained in the adopted Five Year Work Program; and WHEREAS, the implementation of the Project is in the interests of both the DEPARTMENT and the LOCAL GOVERNMENT and it would be most practical, expeditious, and economical for the LOCAL GOVERNMENT" to perform the services to complete the Project. FM# 425209 168 01 Page 2 of 15 2 16 A13 Updated version; June 012 W}-IEREAS, the intent of this Agreement is to establish the terms and conditions of the funding and the production of this Project; and NOW, THEREFORE, in consideration of the mutual benefits to be derived from the joint participation of this Agreement, the parties agree as follows: 1. TERM A. The term of this Agreement shall begin upon the date of signature of the last party to sign. The LOCAL GOVERNMENT agrees to complete the Project by June 1 2015, in accordance with the schedule described and contained in Exhibit "C" attached hereto. If the LOCAL GOVERNMENT does not complete the Project within the time period allotted, this Agreement will expire on the last day of the scheduled completion, as provided in this paragraph unless an extension of the time period is requested by the LOCAL GOVERNMENT and granted in writing by the DEPARTMENT prior to the expiration of the Agreement. Expiration of this Agreement will be considered termination of the Project. After the Project is complete, the term of this Agreement shall continue in effect and be binding on the parties in perpetuity for maintenance responsibilities of the LOCAL GOVERNMENT. 2. SERVICES AND PERFORMANCES A. The LOCAL GOVERNMENT shall furnish the services to construct the Project. The Project consist of: Construction En ing eerinp and Inspection (CEI) services of SR 951 (Collier Boulevard) From Fiddler's Creek Parkway to South of SR 90 (US 41), and otherwise, the LOCAL GOVERNMENT shall perform all other necessary work to complete the Project, as specified in Exhibit "A ", Scope of Services attached hereto and by this reference made a part hereof. Nothing herein shall be construed as requiring the LOCAL GOVERNMENT to perform any activity which is outside of the scope of services of the Project. B. The LOCAL GOVERNMENT shall provide the following quantifiable, measurable and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion as specified in Exhibit "A" C. E- VERIFY FMB 4252.09 1 68 01 Page 3 of 15 16A13 Updated version: June 2012 Vendors /Contractors 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. Vendors /Contractors 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. E. This Agreement shall act to supersede the normal requirements of the LOCAL GOVERNMENT to secure separate DEPARTMENT permits for drive -way connection, right of way utilization, storm -water discharge and utilities, and this Agreement is deemed to constitute such permits. F. The L,OCAI... GOVERNMENT shall hire a CEI using the LOCAL. GOVERNMENT'S normal RFP (CCNA) procedures for CEI selection. G. Upon request, the LOCAL GOVERNMENT agrees to provide progress reports to the DEPARTMENT in the standard format used by the LOCAL GOVERNMENT and at intervals established by the DEPARTMENT. The DEPARTMENT will be entitled at all times to be advised, at its request, as to the status of work being done by the LOCAL GOVERNMENT and of details thereof. Either party to the Agreement may request and shall, within a reasonable time thereafter, be granted a conference with the other party. Coordination shall be maintained by the LOCAL, GOVERNMENT with representatives of the DEPARTMENT. I -1. Upon completion of the work authorized by this Agreement, the LOCAI. GOVERNMENT shall notify the DEPARTMENT in writing of the completion; and for all design work that originally required certification by a Professional Engineer, this notification shall contain an Engineers Certification of Compliance, signed and sealed by a Professional Engineer, Exhibit "D ". The certification shall state that work has been completed in compliance with the Project construction plans and specifications. If any deviations are found from the approved plans, the certification shall include a list of all deviations along with an explanation that justifies the reason to accept each deviation. 3. COMPENSATION AND REIMBURSEMENT 16A13 FM# 425209 168 01 Updated version: June 2012 Page 4 of 15 A. Project Cost: The total estimated cost of the Project is $994,640.00 (NINE HUNDRED NINETY -FOUR THOUSAND SIX 11UNDRED FORTY DOLLARS). This amount is based on the Schedule of Funding, Exhibit "B" attached hereto. B. DEPARTMENT Participation: The DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT in an amount not to exceed $994,640.00 (NINE HUNDRED NINETY- FOUR THOUSAND SIX HUNDRED FORTY DOLLARS) for actual costs incurred, excluding LOCAL GOVERNMENT overhead. The funding for this Project is contingent upon annual appropriation by the Florida Legislature. The LOCAL GOVERNMENT agrees to bear all expenses in excess of the DEPARTMENT's participation. Travel costs will not be reimbursed. i) The LOCAL GOVERNMENT shall submit invoices plus supporting documentation required by the DEPARTMENT for approval and processing. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Department's Comptroller under Section 334.044(29), F.S., or by the Department of Financial Services under Section 215.422(14), F.S. ii) Invoices must be based on quantifiable, measurable and verifiable units of deliverables as specified in Paragraph 2.A. and in Exhibit "A ", Scope of Services. Supporting documentation must establish that the deliverables were received and accepted in writing by the LOCAL GOVERNMENT and must also establish that the required minimum level of service to be performed as specified in Paragraph 2.13. was met, and that the criteria for evaluating successful completion as specified in Paragraph 2.M. was met. iii) Reimbursement for fees or other compensation for services or expenses incurred shall be submitted by the LOCAL. GOVERNMENT in detail sufficient for a proper pre -audit and post -audit thereof, based on the quantifiable, measurable and verifiable deliverables as established in Paragraph 2. A. and Exhibit "A ", Scope of Services and said request for reimbursement /invoice must be completed and accepted in writing by the Department's Project Manager or designee prior to reimbursement. iv) Bills for travel expenses specifically authorized in this Agreement shall be submitted on the Department's Travel Form No. 300 - 000 -01 and will be paid in accordance with Section 1 12.061, F.S. V) All costs charged to the Project by the LOCAL GOVERNMENT shall be supported by detailed invoices, proof of payments, contracts or vouchers evidencing in proper detail the nature 16A13 FMII 425209 1 68 Of Updated version: June 2012 Page 5 of 15 and propriety of the charges. COUNTY shall submit invoices quarterly to the DEPARTMENT for reimbursement. D. The DEPARTMENT shall have the right to retain out of any payment due the LOCAL GOVERNMENT under this Agreement, an amount sufficient to satisfy any amount due and owing to the DEPARTMENT by the LOCAL GOVERNMENT on any other Agreement between the LOCAL GOVERNMENT and the DEPARTMENT. E. The LOCAL GOVERNMENT which is providing goods and services to the DEPARTMENT should be aware of the following tune frames. Upon receipt of an invoice, the DEPARTMENT has twenty (20) working days to inspect and approve the goods and services. The DEPARTMENT has twenty (20) days to deliver a request for payment (voucher) to the Department of Financial Services. The twenty (20) days are measured from the latter of the date the invoice is received or the goods or services are received, inspected and approved. If a payment is not available within forty (40) days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice amount. Interest penalties of less than one dollar ($1.00) will not be enforced unless the LOCAL, GOVERNMENT requests payment. Invoices which have to be returned to the LOCAL. GOVERNMENT because of LOCAL GOVERNMENT preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the DEPARTMENT. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for Contractors /vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413 -5516 or by calling the Division of Consumer Services at 1- 877 - 693 -5236. F. Records of costs incurred under terms of this Agreement shall be maintained and made available upon request to the DEPARTMENT at all times during the period of this Agreement, and for five (5) years after final payment is made. Copies of these documents and records shall be furnished to the DEPARTMENT upon request. Records of costs incurred include the LOCAL GOVERNMENT'S general accounting records and the Project records, together with supporting documents and records, of the contractor and all subcontractors performing work on the Project, and all other records of the contractor and subcontractors considered necessary by the FM# 425209 168 01 Page 6 of 15 16A13 Updated version: June 2012 DEPARTMENT for a proper audit of costs. Any discrepancies revealed by any such audit shall be resolved by a corrected final billing from the LOCAL GOVERNMENT to the DEPARTMENT. G. in the event this Agreement is in excess of $25,000.00 (TWEN FY-11W." THOUSAND DOLLARS AND NO /100) and a term for a period of more than one year, the provisions of Section 339.135(6) (a), Florida Statutes, are hereby incorporated as follows: "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 one year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the DEPARTMENT which are for an amount in excess of $25,000.00 and which have a term for a period of more than one (1) year." I-1. The DEPARTMENT'S performance and obligation to pay under this contract is contingent upon an annual appropriation by the Florida Legislature. The parties agree that in the event funds are not appropriated to the DEPARTMENT for the Project, this Agreement may be terminated, which shall be effective upon the DEPAR,rmENT giving notice to the LOCAL GOVERNMENT to that effect. 1. COMPLIANCE WITH FLORIDA SINGLE AUDIT ACT: The administration of resources awarded by the Department to the LOCAL. GOVERNMENT may be subject to audits and /or monitoring by the Department, as described in this section. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A -133 and Section 215.97, Florida Statutes, as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on -site visits by Department staff, limited scope audits as defined by OMB Circular A -133, as revised, and /or other procedures. By entering into this Agreement, the LOCAL GOVERNMENT agrees to comply and cooperate fully with any monitoring procedures /processes deemed appropriate by the DEPARTMENT. In the event the DEPARTMENT FW 425209 1 68 01 Page 7 of 15 Updated version: June 216 A 13. determines that a limited scope audit of the recipient is appropriate, the LOCAL GOVERNMENT agrees to comply with any additional instructions provided by the DEPARTMENT staff to the LOCAL GOVERNMENT regarding such audit. The LOCAL GOVERNMENT further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the DEPARTMENT'S Office of Inspector General (OIG) and Florida's Chief Financial Officer (CFO) or Auditor General. AUDITS PART I: FEDERALLY FUNDED Recipients of federal funds (i.e. state, local government, or non - profit organizations as defined in OMB Circular A -133, as revised) are to have audits done annually using the following criteria: 1. In the event that the LOCAL GOVERNMENT expends $500,000 or more in Federal awards in its fiscal year, the LOCAL GOVERNMENT must have a single or program - specific audit conducted in accordance with the provisions of OMB Circular A- 133, as revised. If applicable, Exhibit "E" to this Agreement indicates Federal resources awarded through the DEPARTMENT by this Agreement. In determining the Federal awards expended in its fiscal year, the LOCAL.., GOVERNMENT shall consider all sources of Federal awards, including Federal resources received from the DEPARTMENT. The deterinination 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 LOCAL GOVERNMENT conducted by the 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 LOCAL GOVERNMENT shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A -133, as revised. 3. If the LOCAL GOVERNMENT expends less than $500,000 in Fedcral awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A -133, as revised, is not required. However, if the LOCAL GOVERNMENT elects to have an audit conducted in accordance with the provisions of OMB Circular A -133, as revised, the cost of the audit must be paid from non - Federal resources (i.e., the cost of such an audit must be paid from LOCAL GOVERNMENT 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 Recipients of state funds (i.e. a nonstate entity as defined by Section 215.97(2)(m), Florida Statutes) are to have audits done annually using the following criteria: FM# 425209 1 68 01 Page 8 of 15 16A13 Updated version: June 2012 1. In the event that the LOCAL GOVERNMENT expends a total amount of state financial assistance equal to or in excess of $500,000 in any Fiscal year, the LOCAL GOVERNMENT 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. If applicable, Exhibit "E" 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 LOCAL GOVERNMENT shall consider all sources of 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 il, paragraph 1, the LOCAL GOVERNMENT 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 Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for - profit organizations), Rules of the Auditor General. 3. If the LOCAL GOVERNMENT expends less than $500,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. However, if the LOCAL GOVERNMENT elects to have an audit conducted in accordance with the provisions of Section 215.97, I"'lorida Statutes, the cost of the audit must be paid from the nonstate entity's resources (i.e., the cost of such an audit must be paid from the LOCAL GOVERNMENT resources obtained from other than State entities). 4. State awards are to be identified using the Catalog of State Financial Assistance (CSFA) title and number, award number and year, and name of the state agency awarding it. PART iII: OTHER AUDIT REQUIREMENTS The LOCAL GOVERNMENT shall follow up and take corrective action on audit findings. Preparation of a summary schedule of prior year audit findings, including corrective action and current status of the audit findings is requited. Current year audit findings require corrective action and status of findings. Records related to unresolved audit findings, appeals, or litigation shall 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 DEPAR'T'MENT, the Department of Financial Services, and the Auditor General. This section does 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 other state official. PART IV: REPORT SUBMISSION FMt1425209 1 68 01 Page 9 of 15 16Ai; Updated version. June 2012 1. Copies of reporting packages for audits conducted in accordance with OMB Circular A -133, as revised, and required by PART I of this Agreement shall be submitted, when required by Section .320 (d), OMB Circular A -133, as revised, by or on behalf of the recipient directly to the following: A. The DEPARTMENT at the following address: Florida Department of Transportation Attn: Karen A. Miracola, District JPA /LFA Coordinator 10041 Daniels Parkway Fort Myers, Florida 33913 B. The Federal Audit Clearinghouse designated in OMB Circular A -133, as revised (the number of copies required by Sections .320 (d) (l) and (2), OMB Circular A- 133, as revised, should he submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10`h Street Jeffersonville, IN 47132 C. Other Federal agencies and pass - through entities in accordance with Sections 320 (e) and (t), OMB Circular A -133, as revised. 2. In the event that a copy of the reporting package for an audit required by PART I of this Agreement and conducted in accordance with OMB Circular A -133, as revised, is not required to be submitted to the DEPARTMENT for reasons pursuant to Section .320 (e)(2), OMB Circular A -133, as revised, the recipient shall submit the required written notification pursuant to Section .320 (e)(2) and a copy of the recipient's audited schedule of expenditures of Federal awards directly to the following: Florida Department of Transportation Attn: Karen A. Miracola, District JPA /LFA Coordinator 1004I Daniels Parkway Fort Myers, Florida 33913 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, as revised, and any management letters issued by the auditor, to the DEPARTMENT at the following address: Florida Department of Transportation Attn: Karen A. Miracola, District JPA /LFA Coordinator 10041 Daniels Parkway Fort Myers, Florida 33913 13- Yr FM# 425209 1 68 01 Page 10 of 15 Updated version: June 2012 3. Copies of financial reporting packages required by PART 11 of this Agreement shall be submitted by or on behalf of the LOCAL GOVERNMENT directly to each of the following: A, The DEPARTMENT at the following address: Florida Department of Transportation Attn: Karen A. Miracola, District JPA /LFA Coordinator 10041 Daniels Parkway Fort Myers, Florida 33913 B. The Auditor General's Office at the following address: Auditor General's Office Room 401, Pepper Building 1 I I West Madison Street Tallahassee, Florida 32399 -1450 4. Copies of reports or the management letter required by PART III of this Agreement shall be submitted by or on behalf of the LOCAL GOVERNMENT directly to: A. The DEPARTMENT at the following address: Florida Department of Transportation Attn: Karen A, Miracola, District .IPA /LFA Coordinator 10041 Daniels Parkway Fort Myers, Florida 33913 5. Any reports, management letters, or other information required to be submitted to the DEPARTMENT pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A -133, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for - profit organizations), Rules of the Auditor General, as applicable. 6. 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 recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The LOCAL GOVERNMENT shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of at least five (5) years from the date the audit report is issued, and shall allow the DEPARTMENT, or its designee, CFO, or Auditor General access to such records upon request. The LOCAL GOVERNMENT shall ensure that audit working papers are made available to the DEPARTMENT, or its designee, CFO, rvltl 425209 1 68 01 Page I I of 15 Updated version: June 2012 16A13 or Auditor General upon request for a period of at least five (5) years from the date the audit report is issued, unless extended in writing by the DEPARTMENT. 4. COMPLIANCE WITH LAWS A. The LOCAL GOVERNMENT shall allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the LOCAL GOVERNMENT in conjunction with this Agreement. Failure by the LOCAL, GOVERNMENT to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the DEPARTMENT. B. The LOCAL GOVERNMENT shall comply with all federal, state and local laws and ordinances applicable to the work or payment for work thereof. The LOCAL GOVERNMENT shall not discriminate on the grounds of race, color, religion, sex or national origin in the performance of work cinder this Contract. C. No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch, or a state agency. D. The LOCAL GOVERNMENT and the DEPARTMENT agree that the LOCAL GOVERNMENT, its employees, and subcontractors are not agents of the DEPARTMENT as a result of this Contract. E. 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 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 in excess of the threshold amount provided in Section 287.417, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. TERMINATION AND DEFAULT A. This Agreement may be cancelled by the DEPARTMENT in whole or in part at any time the interest of the DEPARTMENI' requires such termination. The DEPARTMENT also reserves the right to seek termination or cancellation of this Agreement in the event the LOCAL, GOVERNMENT shall be placed in either voluntary or involuntary bankruptcy. The 16A13 FM# 425209 1 68 01 updated version: June 2012 Page 12 of 15 DEPARTMENT further reserves the right to terminate or cancel this Agreement in the event an assignment is made for the benefit of creditors. This contract may be cancelled by the LOCAL GOVERNMENT upon sixty (60) days written notice to the DEPARTMENT. B. If the DEPARTMENT deterinines that the performance of the LOCAL GOVERNMENT is not satisfactory, the DEPARTMENT shall have the option of (a) immediately terminating the Agreement, or (b) notifying the LOCAL, GOVERNMENT of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Agreement will be terminated at the end of such time, or (c) taking whatever action is deemed appropriate by the DEPARTMENT, C. If the DEPARTMENT requires termination of the Agreement for reasons other than unsatisfactory performance of the LOCAL GOVERNMENT, the DEPARTMENT shall notify the LOCAL GOVERNMENT of such termination, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. D. if the Agreement is terminated before performance is completed, the LOCAL GOVERNMENT shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the contract price as the amount of work satisfactorily completed is a percentage of the total work called for by this Agreement. All work in progress will become the property of the DEPARTMENT and will be turned over promptly by the LOCAL GOVERNMENT, 6. MISCELLANEOUS A. All 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. B. The DEPARTMENT shall not be obligated or liable hereunder to any party other than the LOCAL GOVERNMENT. C. In no event shall the making by the DEPARTMENT of any payment to the LOCAL GOVERNMENT 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 LOCAL GOVERNMENT, and the making of such payment by the DEPARTMENT while any such breach or default shall exist shall in no way impair or prejudice any right or remedy available to (lie DEPARTMENT with respect to such breach or default. I FM# 425204 1 68 01 Page 13 of 15 Updated version; June 2012 D. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein, and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representation or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. E. All tracings, plans specifications, maps, models, reports, or other work product prepared or obtained under this Agreement shall be considered works made for hire for the DEPARTMENT" and the LOCAL, GOVERNMENT and shall at all times be and remain the property of the DEPARTMENT and the LOCAL GOVERNMENT without restriction or limitation on their Ilse. F. This Agreement shall be governed by and interpreted in accordance with the laws of the State of Florida. Any provision herein determined by a court of competent jurisdiction, or any other legally constituted body having jurisdiction, to be invalid or unenforceable shall be severable and the remainder of this Agreement shall remain in full force and effect, provided that the invalidated or unenforceable provision is not material to the intended operation of this Agreement. G. This Agreement shall be effective upon execution by both parties and shall continue in effect and be binding on the parties until the Project is completed, any subsequent litigation is complete and terminated, final costs are known, and legislatively appropriated reimbursements, if approved, are made by the DEPARTMENT. The DEPARTMENT may, at any stage, amend or terminate the Project in whole or in part if the DEPARTMENT determines that such action is in the best interest of the public. H. PUBLIC ENTITY CRIME INFORMA'T'ION AND ANTI- DISCRIMINATION STA"T"EMENT: 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 property to a public entity, may not be awarded or perforn work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business 16A13 I�A13 FM# 425209 1 68 01 Updated version: June 2012 Page 14 of 15 with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of thirty -six (36) months from the date of being placed on the convicted vendor list. 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 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 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. I. All notices required pursuant to the terms hereof shalt be sent by First Class United States Mail. Unless prior written notification of an alternate address for notices is sent, all notices shall be sent to the following addresses: Florida Department of Transportation Collier County Rick J. Arico, P.E. Marlene Messam, P.E. Proiect Manager Senior Project Manager 10041 Daniels Parkway 2885 Horseshoe Drive South Font Myers, Florida 33913 Naples, Florida 34104 FM# 425209 1 68 01 Page 15 of 15 Updated version: June 2012 IN WITNESS WHEREOF, the LOCAL GOVERNMENT has executed this Agreement this day of S bAvv .a-� 2412, and the DEPARTMENT has executed this Agreement this -_. day of �bbv , 2012, CHAIRMAN OR DESIGNEE R0ARDJQFjC0UNTY COMMISSIO RS By: Name: Ff e- 6 W, Coy 14 Title: C" Gil r y-n [ rl As approved by the Board on: epL- Attest: X11 !':test as to Cimin w t. Legal Review. —. STATE OF FLORIDA DEPAA'MENT OrFJ7 XSPORTATION By: Name: 7B "Title: b I -6 Ili Ci Sec Co- Attest: Y-) Executive Secretary Legal Review: i Financial Provisions Approval by The Office of the Comptroller on: -- -7/a�1I a. Authorization Received from the Office of The Comptroller as to Availability of Funds: lDl 112 16A1 16A13 EXHIBIT "A" SCOPE OF SERVICES Financial Management Number: 425209- 1 -68 -01 SR 951 (Collier Boulevard) From Fiddler's Creek Parkway to South of SR 90 (US 41) This scope of services describes and defines the Construction Engineering and Inspection (CEI) services which are required by Collier County for contract administration, inspection, and materials sampling and testing for the construction of the associated improvements in conformity with the Contract Plans and Project Specifications. Services provided by the Consultant shall comply with Florida Department of Transportation (FDOT) manuals, procedures, and memorandums in effect as of the date of execution of the Agreement unless otherwise directed in writing by the FDOT. Such FDOT manuals, procedures, and memorandums are found at the State Construction Office's website. FDOT requires CEI Services be provided by a State of Florida pre - qualified Engineering Firm other than the design firm. The intent of the construction project is to resurface the 4 -lane divided roadway, with associated safety improvements. The resurfacing will extend from south of Fiddler's Creek Parkway (m.p. 6.332) to south of the US 41 intersection (m.p. 8.975), a distance of approximately 2.643 miles. The roadway is a four -lane divided typical section consisting of two 12 -foot (ft) travel lanes on each side of the roadway. Deliverables included in the Scope of Services are as follows: 1. Provide a Constructability /Value Engineering review conducted by a multi - disciplined independent team not directly involved in the design. The review will include field visits, notation of special environmental or job site conditions and a thorough review of the plans, specifications, contract documents and bid items. 2. Administer a pre- construction conference, prepare the meeting minutes and provide them to all attendees and other appropriate parties within a timely manner. 3. Monitor the Contractor's on -site construction activities and inspect materials entering into the work in accordance with the plans, specifications, and special provisions for the Construction Contract to determine that the project is constructed in reasonable conformity with such documents. 4. Maintain detailed accurate records of the Contractor's daily operations and of significant events that affect the work. 5. Provide qualified personnel necessary to efficiently and effectively carry out the responsibilities under this Agreement. Establish and maintain appropriate staffing throughout the duration of construction and completion of the final estimate. Page 1 of 2 16A13 6. Provide all software and hardware necessary to efficiently and effectively carry out the responsibilities under this Agreement. 7. Supply survey, inspection, and testing equipment, as required, to perform the services under this Agreement. 8. Determine the acceptability of all materials and completed work items on the basis of either test results or verification of a certification, certified mill analysis, DOT label, DOT stamp, etc. 9. Sampling, testing and laboratory methods and frequency shall be as required by the FDOT's Standard Specifications, Supplemental Specifications or as modified by the Special Provisions of the Construction Contract. 10. Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. 11. Produce reports, verify quantity calculations and field measure for payment purposes as needed to prevent delays in Contractor operations and to facilitate prompt processing of such information in order for the FDOT to make timely reimbursement payment to the County. 12. Facilitate communications between all parties ensuring responses and resolutions are provided in a timely manner. Maintain accurate records to document the communication process. 13. Coordinate construction activities with other construction projects that are impacted by or impact this project. This includes projects under the jurisdiction of local governments or other regional and state agencies. Page 2 of 2 16A1, EXHIBIT "S" ESTIMATED SCHEDULE OF FUNDING Financial Management Number: 425209 168 01 By and through this Joint Participation Agreement with the LOCAL GOVERNMENT, the DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT up to, but not to exceed $994,640.00 (NINE HUNDRED NINETY -FOUR THOUSAND SIX HUNDRED FORTY DOLLARS) for actual costs incurred on this Project, excluding LOCAL GOVERNMENT overhead. Page I of I In EXHIBIT "C" ESTIMATED PROJECT PRODUCTION SCHEDULE Financial Management Number: 425209 168 01 I () A 13 Construction engineering inspection services (CE1) starting Construction engineering inspection services (CEI) completed by June 1, 2015. Page 1 of 1 16A13 EXHIBIT "D" NOTICE OF COMPLETION JOINT PARTICIPATION AGREEMENT Between THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION And COLLIER COUNTY PROJECT DESCRIPTION: SR 951 (Collier Boulevard) from South of Fiddlers Creek Parkway to South of US 41 /SR 90 FINANCIAL MANAGEMENT ID# 425209 l 68 01 In accordance with the Terms and Conditions of the JOINT PARTICIPATION AGREEMI N'I', the undersigned hereby provides notification that the work authorized by this Agreement is complete as of 20 By: _ Name: Title: ENGINEER'S CERTIFICATION OF COMPLIANCE In accordance with the 'terms and Conditions of the JOINT PARTICIPATION AGREEMENT, the undersigned hereby certifies that all work which originally required certification by a Professional Engineer has been completed in compliance with the Project construction plans and specifications. If any deviations have been made from the approved plans, a list of all deviations, along with an explanation that justifies the reason to accept each deviation, will be attached to this Certification. Also, with submittal of this certification, the LOCAL GOVERNMENT shall furnish the DEPARTMENT a set of "as- built" plans certified by the Engineer of Record /CEI. By: P SEAL: Name: Date: Page I of I 16 A13 EXHIBIT "E" FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Federal Program (list deral ag' ncy i t � Fe F4�l al Do r ti ) -� t'.le and number) - S (amotg7t) - t CO MI' L I - E R QU IREMENTS APPLICABLE TO THE FEDERAL RESOURCES �G AWA'TtDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: Federal Program: List applicable compliance requirements as fellows: (. first applicable compliance requirement (e.g., what sen ices /pug poses resources must he used .for') 2. Second applicable compliance requirement (e.g., eligibility requirements fnr recipients of the resources). 1 Etc. STATE RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: MATCHING RESOURCES FOR FEDERAL PROGRAMS: Federal Proaram (list Federal age ncy Catalog offederal Dainestic As.si.stance title and number) - amount SUBJECT TO SECTION 215.97, FLORIDA STATUTES: State Project (list State awarding agency, Catalog of State Financial Assistance title and number) - S (arrraunt) COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: Page 1 of I