Loading...
Agenda 10/28/2008 Item #16B 7 Agenda Item No. 16B7 October 28, 2008 Page 1 of 38 EXECUTIVE SUMMARY Recommendation for the Board of County Commissioners to recognize FY08 Federal Transit Administration Section 5311 revenue in the amount of $204,395.00; authorize the transfer of $61,160.00 in currently budgeted grant dollars from the Transportation Disadvantaged Fund (427) to Collier Area Transit Fund (426) and approve the necessary budget amendments. OBJECTIVE: To establish sufficient FY09 budget in Collier Area Transit Fund (426) to offset operations of the lmmokalee Circulator. Sufficient budget is obtained through the recognition of FY08 FT A Section 5311 grant revenue totaling $204,395.00 and by the transfer of previously budgeted grant dollars totaling $61,160.00 from Transportation Disadvantaged Fund (427) to Collier Area Transit Fund (426). CONSIDERATIONS: During the January 29, 2008 BCC meeting Item 16B3, a Joint Participation Agreement (JP A) with Florida Department of Transportation was executed for a five-year pass-through FTA Section 5311 Grant, JPA Number AOW89, in the amount of $204,395.00. This award is for the provision of pubic transportation in Collier County's non-urbanized areas. Collier County uses these funds for the Collier Area Transit operation of the lmmokalee Circulator Route 8A and Route 88. ,..-. On July 22, 2008, the Board accepted an FDQT amendment to JP A #AOW89 for additional funds in the amount of $61,160.00 bringing the total five-year JP A project award to $265,555.00. A budget amendment to recognize this additional $61,160.00 in revenue received Board approval on July 22,2008 but was applied to the wrong fund. At this time staff requests that a budget amendment to move the $61,160.00 to the correct Fund 426 Project 35063 be executed and another budget amendment to recognize the original revenue of $204,395.00 for the five-year JPA #AOW89 into Fund 426 Project 35063 be executed. FISCAL IMPACT: It should be recognized that the FT A Section 5311 grant requires a 50% local match each year and this match is budgeted in the operating appropriation unit within Collier Area Transit Fund (426). Three (3) FY09 budget amendments are necessary to complete the stated objective in this Executive Summary. First, $61,160.00 in available budget must be moved from Transportation Disadvantaged Fund (427). Second, $61,160.00 is received with Collier Area Transit Fund (426). Third, the original revenue from JP A # AOW89 in the amount of $204,395.00 must be recognized and the FY09 expense appropriation set up in Collier Area Transit Fund (426). LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office and is legally sufficient for Board action.-SRT -- Agenda Item No. 1687 October 28, 2008 Page 2 of 38 GROWTH MANAGEMENT IMPACT: Consistent with Objective 10 and 12 of the Transportation Element of the Growth Management Plan. RECOMMENDATION: To approve budget amendments to recognize revenue received from the FT A Section 5311 AOW89 in the amount of $204,395.00 and move $61,160.00 from Fund 427 Project 35062 into Fund 426 Project 35063. Prepared By: Sue Faulkner, Principal Planner, Alternative Transportation Modes Department Attachments: (1) JPA executed in Item 16B3 on January 29,2008; (2) Budget Amendment; (3) FDOT Notification of Additional Funds _. Page 10f2 Agenda Item No. 1687 October 28, 2008 Page 3 of 38 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16B7 Recommendation for the Board of County Commissioners to recognize FY08 Federal Transit Administration Section 5311 revenue in the amount of $204,395,00; authorize the transfer of $61,160,00 in currently budgeted grant dollars from the Transportation Disadvantaged Fund (427) to Collier Area Transit Fund (426) and approve the necessary budget amendments. Meeting Date: 10/28/2008 9:00:00 AM Prepared By Sue Faulkner Principal Planner Date Transportation Services Alternative Transportation Modes 10/13/2008 1 :04:29 PM Approved By Therese Stanley Grants Coordinator Date Transportation Transportation Administration 10/13/2008 3:04 PM Approved By Norm E. Feder, AICP Transportation Division Administrator Date Transportation Services Transportation Services Admin. 10/14/20089:36 AM _ Approved By Michelle Edwards Arnold Alternative Transportation Modes Di rector Date Transportation Services Alternative Transportation Modes 10/14/2008 3:55 PM Approved By Scott R. Teach Assistant County Attorney Date County Attorney County Attorney Office 10/15/200811:26 AM Approved By Pat Lehnhard Executive Secretary Date Transportation Services Transportation Services Admin 10/15/2008 12:54 PM Approved By Barbara LaPierre Management/Budget Analyst Date Transportation Services Traffic Operations 10/15/20082:03 PM Approved By Lisa Taylor Management/Budget Analyst Date Transportation Services Transportation Administration 10/16/20089:31 AM ~ Approved By OMB Coordinator Applications Analyst Date Administrative Services Information Technology 10/16/200811:17 AM file://C:\AgendaTest\Export\ 115-0ctober%2028,%202008\16.%20CONSENT%20AGEN... 10/2212008 Page 20f2 Agenda Item No. 16B7 October 28.2008 Page 4 of 38 Approved By Mark Isackson Budget Analyst Date County Manager's Office Office of Management & Budget 10/17/200811 :44 AM Approved By James V. Mudd Board of County Commissioners County Manager Date County Manager's Office 10/21/20084:04 PM ^---". .-' file://C:\AgendaTest\Export\115-0ctober%2028,%202008\16.%20CONSENT%20AGEN... ] 0/22/2008 Agenda Item No. 1662 CIBnOBer 28,2008 Page $ of 38 EXECUTIVE SUMMARY Recommendation to approve and execute the attached five-year Joint Participation Agreement (JPA) Contract Number AOW89 with the Florida Department of Transportation in the amount of $408,790, including a local match of $204,395 for FY 2007/2008, to provide Federal Pass-through Section 5311 operational, administrative and managerial funding for the provision of public transportation services in Collier County's non-urbanized areas as identified in Collier County's annual grant application on file with the Florida Department of Transportation. OBJECTIVE: To approve and execute the attached five-year Joint Participation Agreement (JP A) with Florida Department of Transportation in the amount of $408,790, including a local match of$204,395 for FY 2007/2008, to provide Federal Pass-through Section 5311 operational, administrative and managerial funding for the provision of public transportation services in Collier County's non-urbanized areas as identified in Collier County's annual grant application on file with the Florida Department of Transportation. ,- CONSIDERATION: FTA Section 5311 funding is made available each year through an application process administered by the Florida Department of Transportation (FDOT). This five-year Joint Participation Agreement (JP A) will provide operational, administrative and managerial funding for the provision of public transportation services in Collier County's non- urbanized areas. The attached JP A is for a five year period expiring on December 31, 2012. The amount of Federal funding available for FY 2007/2008 is $204,395. A local match totaling $204,395 is included in the contract bringing the contract value to $408,790. FDOT will advise in writing the amount of funding available and the beginning date when the County may incur eligible project costs in all subsequent years. FISCAL IMP ACT: This Section 5311 Federal Grant of $204,395, will require a local match of $204,395, for FY 2007/2008. As stated in Exhibit "B" Project Budget of the JP A, FDOT will advise in writing the amount of funding available and the beginning date when the County may incur eligible project costs in all subsequent years. The adopted FY 2008 budget includes funding for the associated expenses for the provision of transportation services in the non- urbanized areas within Collier County in Fund 426. In approving this item, the BCC is providing authorization to approve all necessary budget amendments to receive and use these grant dollars including those incremental grant dollars received above or below the target grant award. GROWTH MANAGEMENT IMPACT: Consistent with the Transportation Elements III Objectives 10 and 12 of the Growth Management Plan. RECOMMENDATION: That the Board approve and execute the attached five-year Joint Participation Agreement (JP A) with Florida Department of Transportation in the amount of $408,790, including a local match of $204,395 for FY2007/2008, to provide Federal pass- through Section 5311 operational, administrative and managerial funding for the provision of public transportation services in Collier County's non-urbanized areas as identified in Collier County's annual grant application on file with the Florida Department of Transportation. -- Prepared by: Sue Faulkner, Principal Planner, Alternative Transportation Modes Attachment: (1) Joint Participation Agreement (JPA); (2) Resolution Agenda Item No. 1682 muiaaey 28,2008 Page a of 28 - Item Number: Item Summary: Meeting Date: Page 1 of 2 Agenda Item No. 16B~ mmoaej 28, 2008 Page ~ of 38 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 1683 Recommendation to approve and execute the attached five-year Joint Participation Agreement (JPA) Contract Number AOW89 with Florida Department of Transportation in the amount of $408,790, including a local match of $204.395 for FY 2007/2008, to provide Federal Pass-through Section 5311 operational. administrative and managerial funding for the provision of public transportation services in Collier Countys non-urbanized areas as identified in Collier Countys annual grant application on file with the Florida Department of Transportation 1/29/20089:0000 AM Prepared By Sue Faulkner Transportation Services Principal Planner Date Alternative Transportation Modes 1/11/2008 3:34:16 PM Approved By Therese Stanley Transportation Grants Coordinator Date Transportation Administration 1/14/2008 1 :16 PM Approved By Sharon Newman Transportation Services Accounting Supervisor Date Transportation Services Admin 1/14/2008 1 :43 PM Approved By Barbara LaPierre Transportation Services Management/Budget Analyst Date Traffic Operations 1/14/2008 2:29 PM Approved By Diane B. Flagg Transportation Services Director A TM Director Date Alternative Transportation Modes 1/14/20082:34 PM Approved By Norm E. Feder, AICP Transportation Services Transportation Division Administrator Date Transportation Services Admin. 1/14/20084:11 PM Approved By Scott R. Teach County Attorney Assistant County Attorney Date County Attorney Office 1/14/20084:22 PM Approved By Pat Lehnhard - Transportation Services Executive Secretary Date Transportation Services Admin 1/15/2008 1 :20 PM Approved By file://C:\AgendaTest\Export\99-January%2029, %202008\ I 6. %20CONSENT%20AGENDA \... 1/23/2008 Page 20f2 Agenda Item No. 16B~ lDmoeef 28,2008 Page 3 of 38 OMB Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 1/16/20089:30 AM Approved By Mark Isackson Budget Analyst Date County Manager's Office Office of Management & Budget 1/18/2008 9:20 AM Approved By James V. Mudd County Manager Date Board of County Commissioners County Manager's Office 1/20/200810:28 AM ,,'- file://C:\Agenda T est\Export\99-January%2029, %202008\ 16. %20CONSENT%20AGENDA \... 1/23/2008 RESOLUTION 2008- Agenda Item No. 16BZ mmOB9f 28,2008 Page S of 38 A RESOLUTION OF THE BOARD OF COUNTY COMMISIONERS OF COLLIER COUNTY, FLORIDA MEMORIALIZING THE BOARD'S APPROVAL OF THE JOINT PARTICIPATION AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION TO PROVIDE FOR THE USE OF PASS-THROUGH FUNDS FROM THE FEDERAL TRANSIT ADMINISTRATION'S (FTA) SECTION 5311 PROGRAM IN OPERATING, ADMINISTRATIVE, AND MANAGERIAL EXPENSES ASSOCIATED WITH THE PROVISION OF PUBLIC TRANSPORTATION SERVICES IN THE NON-URBANIZED AREAS OF COLLIER COUNTY AND AUTHORIZING THE CHAIRMAN TO SIGN THAT AGREEMENT AT THE JANUARY 29, 2008 MEETING. WHEREAS, at the January 29, 2008, meeting of the Board of County Commissioners the Board approved a Joint Participation Agreement (JPA: FM Project Number: 410120-84 / Contract Number: AOW89) with the Florida Department of Transportation to provide for the use of pass-through funds from the FT A's Section 5311 program in operating, administrative, and managerial expenses associated with the provision of public transportation services in the non- urbanized areas of Collier County and authorizing the chairman to sign and enter into that agreement at the January 29, 2008 meeting; and WHEREAS, the Florida Department of Transportation requires the Board provide a resolution memorializing and confirming the Board's aforementioned affirmative vote to approve the agreement and authorize the Chairman to execute the J P A; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that; On January 29, 2008, the Board of County Commissioners approved by majority vote the aforementioned JP A and authorized its chairman to execute that agreement. A certified copy of this Resolution will be forwarded by the Collier County Clerk to FDOT along with the executed Agreement. This Resolution is hereby adopted after motion, second and majority vote this 29th day of January 2008. ATTEST: DWIGHT E. BROCK, CLERK BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Deputy Clerk By TOM HENNING, CHAIRMAN By Approved as to form and legal sufficiency: Scott R. Teach, Managing Assistant County Attorney CHARUE CRIST C.ovERNOR ~~" Florida Department of Transportation STEPHANIE c. KOPF:LOlrSOS SECRET ARV Agenda Item No. 16B:3 illrrIasej' 28, 2008 Pi'l€J~~ 8 of 38 November 5, 2007 Ms. Diane Flagg, Director Alternative Transportation Modes Collier County Board of County Commissioners 3301 East Tamiami Trail Naples, Florida 34 I 12 RE: New Multi-Year Joint Participation Agreement for the Department's Federal Transit Administration "Section 5311" Participation in Collier Count)"s Non-Urban Area Public Transportation Services Financial Project Number 410120-1-84- / Contract Number AOW89 Federal Grant No.: FL-l8- 0026 Dear Ms. Flagg: Enclosed are four (4) originals of the Joint Participation Agreement (JPA) providing for the Department's participation in Collier County Transit's Non-Urban Area Public Transportation Services. I am also enclosing a sample Resolution for your convenience. Please execute and return three (3) originals of the Agreement in accordance with the attached checklist. Do not date the Agreements. The fourth (4lh) original is a copy for your records. Please return the three originals of the Agreement and two (2) original Resolutions directly to Ms. Julia B. Davis, AICP, Transit Projects Coordinator. Florida Department of Transportation. Southwest Area Office. 2295 Victoria Avenue, Suite 292, P. O. Box 1030, Fort Myers. Florida 33902-1030. Please note: · This Agreement is the new multi-year A6'Teement. We arc setting the expiration date of the Ab'Teement at December 31,2012. That date provides for a five-year time period and includes a final calendar quarter for billing purposes from October l, 2007. · Paragraph 8.30 of the Agreement. "Disallowed Costs." Do not incur any costs to this project until you receive a fully executed Ah'Teement from this office. Failure to comply with this provision is cause for nonparticipation by the Department. · Paragraph 18.10 in the Agreement, "Final Invoice." This paragraph establishes a time frame for submitting the final invoice for the project. · The Department is now using an updated Joint Participation Agreement fonn dated June 2007. It includes a new Exhibit D. "Project Audit Requirements." District One. Modal Development Office 801 North Broadway Avenue * Post Office Box 1249 * Bartow. FL 33831-1249 (863)519-2388 * (863)534-7172 (Fax) * MS 1-39 Ms. Diane Flagg, Director November 5, 2007 Page 2 Agenda Item No. 16B:3 mmOBe.f 28, 2008 PEI€1gE!ll of ~8 If you require additional information or have any questions, please feel free to contact Ms. Julia B. Davis, AICP, Transit Projects Coordinator, at (239) 461-4300 or at Julia.DaviS@dot.state.fl.us Sincerely, ~tf Terry Beacham District Modal Development Administrator TWBIRPS/JBD/mmg Enclosures: 6 cc: Sue Faulkner, Collier County Alternative Transportation Modes Phil Tindall, Collier County Metropolitan Planning Organization Trinity Caudill-Scott, Florida Department of Transportation Richard P. Shine, Modal Development Office/Public Transit, Florida Department of Transportation Jan Parham, Modal Development Office/Public Transit, Florida Department of Transportation Julia B. Davis, AIep, Modal Development OfficelPublic Transit, Florida Department of Transportation Agenda Item No. 168:3 ffiuioaej' 28, 2008 P8€l~E!l B of ~8 ITEM-SEGMENT-P~ASE-SEQUENCE (Financial Management Number) (SAMPLE) RESOLUTION FOR JOINT PARTICIPATION AGREEMENT A RESOLUTION of the (Puhlic Agency) authorizing the execution of that certain Joint Participation Agreement (JP A) with the Florida Department of Transportation. WHEREAS, (Puhlic Agency) has the' authority to enter into a JPA with the Florida Department of Transportation to undertake a project as authorized by FEDERAL TRANSIT ADMINISTRATION ACT OF 1964, as amended. NOW, THEREFORE, BE IT RESOLVED BY THE (public Agency) FLORIDA: 1. That the IPA for Item-Segment-Phase-Sequence (Financial Management Number) (Number) is approved. 2. That (Authorized Individual By Name and Office) is authorized to enter into, modify or terminate the JPA with the Florida Department of Transportation, unless specifically rescinded. DULY PASSED AND ADOPTED THIS 19 By: Title A ITEST: , (Seal) Agenda Item No. 16B~ CDniOB€'f 28, 2008 ~€J@E!19 of :38 CHECK LIST Please check for these items on Joint Participation Agreements, Supplemental Joint Participation Agreements or Joint Participation Agreement Terminations to ensure validity of the Agreement. (1) Original Signature must appear on three (3) copies of the Agreements. (2) Please be sure authorized parties ~ titles and names on all copies for clarity. (3) Please provide two resolutions from the Agency authorizing signing of the Agreement. Resolutions must specifically identify, by name or title, person(s) authorized to sign Agreements. Resolutions must bear original signature with seal. A sample Resolution is attached for your consideration and use. (4) Please do not fill in any dates on the Agreements. (5) Please return three (3) signed copies of the Agreement for further processing to the District Modal Development Office at the address below: Florida Department of Transportation District One Modal Development Office P. O. Box 1249 Bartow, Florida 33830 A copy will be furnished to your Agency after the Agreement is executed by the Department. (6) Do not obligate funds against this project until final execution of the Agreement by the State has been completed and you have the necessary written approval from the Department. STATE OF FLORIDA DEPARTMENT OF TRANSPORT A nON PUBLIC TRANSPORTATION JOINT PARTICIPATION AGREEMENT Agenda Item No. 16B3 CDulaae.y 28, 2008 Page 1@ of 38 725-030-06 PUBLIC TRANSPORTATION 06107 Page 1 of 14 Financial Project No.. Fund: 010 FLAIR Approp.: 066774 410120-1-84- Function: 680 FLAIR Obj.: 790004 ( Ilem-segment-phase-seq uence) Federal No.: 49USC5311 Org Code: 55012020129 Contract No.: AOW89 DUNS No.: Vendor No.: F596000556004 CFDA Number: 20509 CSFA Number. THIS AGREEMENT. made and entered into this day of by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida, hereinafter referred to as the Department, and Collier County Board of County Commissioners 3301 East Tamiami Trail, Naples, Florida 34112 hereinafter referred to as Agency. The Department and Agency agree that all terms of this Agreement will be completed on or before December 31. 2012 in accordance with Section 18.00. and this Agreement will expire unless a time extension is provided WITNESSETH: 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 under 341.051 (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 Department's participation, using pass-through funds from the Federal Transit Administration (FTA) Section 5311 Program, in the Agency's operating, administrative. and managerial expenses associated with the provision of public transportation services in the non-urbanized areas of Collier County. as identified in the Agency's annual grant application on file with the Department. and as further described in Exhibit(s) A, B, C, and D attached hereto and by this reference made a part hereof, hereinafter referred to as the project, and to provide Departmental 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 completed. Agenda Item No. 16B:i! illDioaeJ 28, 2008 Page 1 $ of :a8 725-030-Q6 PUBUC TRANSPORTATION 06107 Page 2 or 14 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, economical, 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 prosecute to completion all proceedings necessary including federal 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 . This amount is based upon the estimate summarized in Exhibit "6" attached hereto and by this reference made a part hereof this 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 $ See Exhibit S as detailed in Exhibit "S", or in an amount equal to the percentage(s) of total project cost shown in Exhibit "S", whichever is less. . 4.10 Project Cost Eligibility: Project costs eligible for State participation will be allowed only from the effective date 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) Availability of funds as stated in Section 17.00 of this Agreement; (c) Approval of all plans, specifications, contracts or other obligating documents and all other terms of this Agreement; (d) Department approval of the project scope and budget (Exhibits A & S) at the time appropriation authority becomes available. 4.20 Front End Funding: Front end funding 0 is @ is not applicable. If applicable, the Department may 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 0 is @ is not applicable. If applicable, percent of the Department's total share of participation as shown in paragraph 4.00 is to be held in retainage to be disbursed, at the Department's discretion, on or before the completion of the final project audit. 6.00 Project Budget and Payment Provisions: Agenda Item No. 168:3 illntoBej 28, 2008 Page 1 fa of 38 725~030-06 PUBLIC TRANSPORT A nON 06107 Page 3 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 are 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 arl 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 under 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 the 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 the Agency or others, shari be supported by properly executed payroHs, 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 item 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 the 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, investigations, or audits deemed necessary by the State Comptroller or Auditor General. The Agency shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of three years from the date the 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 "0" attached hereto and by this reference made a part hereof this Agreement. Agenda Item No. 16B~ (J)n1oBej' 28,2008 Page 1Z of 28 725.030-06 PUBLIC TRANSPORTATION 06107 Page 4 of 14 7.61 Monitoring: In addition to reviews of audits conducted in accordance with OMS Circular A-133 and Section 215.97, Florida Statutes, (see "Audits" below), monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMS 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 Agency 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 (OIG) and Florida's Chief Financial Officer (CFO) or Auditor General. 7.62 Audits: Part I Federally Funded: If the Agency is a state, local government, or non-profit organizations as defined in OMS 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 OMS Circular A-133, as revised. Exhibit "0" 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 OMS Circular A-133, as revised. An audit of the reCIpient conducted by the Auditor General in accordance with the provisions OMS Circular A-133, as revised, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I. Paragraph 1., the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMS 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 OMS Circular A-133, is not required. If the recipient elects to conduct such an audit, the cost of the audit must 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 "0" 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 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 II, 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 II, Paragraph 1., such audit is not 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. 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. Agenda Item No. 16B~ ffiulosej 28, 2008 Page 13 of:38 725.030-06 PUBLIC TRANSPORTATION 06i07 Page 5 of 14 Part III Other Audit Requirements 1. The Agency 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 required. Current year audit findings require corrective action and status of findings. 2. 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 Department. the Department Comptroller, 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 1. Copies of reporting packages for audits conducted in accordance with OMS 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), OMS Circular A-133, 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 One Headquarters Office Modal Development/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), OMS Circular A-133, submitted to the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 C Other Federal agencies and pass-through entities in accordance WIth Sections 320 (e) and (t), OMS Circular A-1 33. 2. In the event that a copy of the reporting package for an audit required by Section 762 Part f of this Agreement and conducted in accordance with OMB Circular A-133 is not 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 .320 (e)(2) and a copy of the recipient's audited schedule of expenditures of Federal awards directly to each of the following: FlOrida Department of Transportation, District One Headquarters Office Modal DevelopmentlPublic Transit. MS 1-39 801 North Broadway Avenue, Bartow, FL 33830 In addition, pursuant to Section .320 (t), OMS Circular A-133, as revised, the recipient shall submit a copy of the reporting package described in Section .320 (c), OMS Circular A-133, and any management letters issued by the auditor, to the Department at each of the following addresses: Florida Department of Transportation, District One Headquarters Office Modal Development/Public Transit, MS 1-39 801 North Broadway Avenue. Bartow. FL 33830 Agenda Item No. 16B~ mIDOBej 2S, 2008 Page 1 S of :as 725-030-06 PUBLIC TRANSPORTATION 06107 Page 6 01'4 3. Copies of financial reporting packages required by Section 7.62 Part II 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 One Headquarters Office Modal Development/Public Transit, MS 1-39 801 North Broadway Avenue, Bartow, FL 33830 B. The Auditor General's Office at the following address: Auditor General's Office Room 401, Pepper Suilding 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 Office Modal Development/Public Transit, 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 timely in accordance with OMS 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. 6. Recipients, when submitting financial reporting packages to the Department for audits done in accordance with OMS 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 the 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 the 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 with 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 Participation 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. Agenda Item No. 168:3 illuiaae,y 28, 2008 Page 18 of 38 725.03Q.Q6 PUBLIC TRANSPORTATION 06107 Page 7 o~ 14 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 Sroadway Ave., Sartow , FL, 33830 its requisition on a form or forms prescribed by the Department, and any other data pertaining to the project account (as defined in Paragraph 7.10 hereof) to justify and support the payment requisitions. 8.11 I nvoices for fees or other campe nsation 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 lower 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 property. (c) a statement by the Agency certifying that the appraisal and acquisition of the real property together with any attendant relocation of occupants was accomplished 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 not to make a payment on the project if: 8.21 Misrepresentation: The Agency shall have made misrepresentation of a material nature in its application, or any supplement thereto or amendment 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 related obligations without having been advised by the Department that same are approved; or 8.24 Conflict of Interests: There 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 federal financial assistance as detailed in Exhibit "8." 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. Agenda Item No. 16BZ IDulOBeJ 28, 2008 Page 2f.,s9J~~ PUBLIC TRANSPORTATION 00107 Page 8 of 14 8.40 Payment Offset: If, after project completion, any claim is made by the Department resulting 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 fmal 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 reserves the right to unilaterally 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 Chapter 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 shall 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. the Department's authorized representatives to inspect all work, materials. payrolls. records; and to audit the 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 shall be sufficient cause for nonpayment by the Department as provided in Section 8.23. The Depa.rtment 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. Agenda Item No. 16B~ aHnaeej 28,2008 Page :r8 of 28 725-030-06 PUBLIC TRANSPORT A nON D6I07 Page 9 of 14 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 the 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 DSE Policy: It is the policy of the Department that disadvantaged business enterprises as defined in 49 CFR Part 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 CFR Part 26, as amended, to ensure that the Disadvantaged Business Enterprises have the maximum opportunity to compete for and perform contracts. Grantees, recipients and their contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of Department assisted contracts. 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 employment 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; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship. The Agency shall insert the foregoing provision modified only 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. When the project involves installation, construction, demolition, removal, site improvement. or similar work, the Agency shall post, in conspicuous places available to employees and applicants for employment 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 all the requirements imposed by Title VI of the Civil Rights Act of 1964 (42 US.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 VIII - 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 VIII of the Civil Rights Act of 1968, 42 USC 3601 ,et seq., which among other things, prohibits discrimination in housing on the basis of race, color, national origin, creed, sex, and age. 13.40 Americans with Disabilities Act of 1990 (ADA): Execution of this Joint Participation Agreement constitutes a certification that the Agency will comply with all the requirements imposed by the ADA (42 use. 12102, e1. seq.), the regulations of the federal government issued thereunder, and the assurance by the Agency pursuant thereto. Agenda Item No. 16B:3 lDmoBej 28, 2008 Page 29 of 28 725-030.06 PUBLIC TRANSPORT A TION 06107 Page 10 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. "Material 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 admitted 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 responsibie for any liability in the event of non-compliance with applicable environmental 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 Parties: 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 shalf 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 shall in no way impair or prejudice any right or remedy available to the Department with respect to such breach or default. 14.40 How Agreement Is Affected by Provisions Being Held Invalid: 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 terms 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. Agenda Item No. 1683 mmasey 28, 2008 Page 2@ of 38 725.030.06 PUBLIC TRANSPORT A TlON 06107 Page 11 of 14 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 appiicable. 14.80 Disposal of Project Facilities or Equipme.nt: 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, damage, 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 claim to the Agency. The Agency and the Department will evaluate the claim and report their findings to each other within fourteen (14) working days 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 promptly notify the Agency of a claim shall not act as a waiver of any right herein to require the participation in 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 the 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 shall be sufficient cause for nonpayment by the Department as provided in 8.23. 16.00 Project Completion, Agency Certification: The Agency will certify in writing on or attached 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. Agenda Item No. 16BZ illI:J1oBej' 28, 2008 Page 25 of ~8 725.030.06 PUBLIC TRANSPORTATION 06107 Page 12 of 14 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 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 dollars and which have a term for a period of more than 1 year." 18.00 Expiration of Agreement: The Agency agrees to complete the project on or before December 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 atter the 120 day time period will not be paid. 19.00 Agreement Format: All words used herein in the singular form shali 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 minimum 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 that 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 agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member 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 employee 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 this section be included in 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. 21.20 State: No funds received pursuant to this contract may be expended for lobbying the Legislature or a state agency. Agenda Item No. 16BZ ffiuioaey 28, 2008 Page 2B of .38 725-030-06 PUBLIC TRANSPORTATION 06107 Page 13 of 14 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 date 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 requests payment. Invoices which have to be retumed to an Agency because of vendor 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 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, 1-800-848-3792. 23.00 Public Entity Crime: A person or affiiiate 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 s. 287.017, F.S. for CATEGORY TWO for a period of 36 months 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 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. Agenda Item No. 16B~ mmai:u~! 28,2008 Page 2:.3 of 28 725-030-06 PUBLIC TRANSPORT ATlON 06i07 Page 14 al14 Financial Project No. 410120-1-84-26 Contract No. AOW89 Agreement Date IN WiTNESS WHEREOF, the parties hereto have caused these presents be executed, the day and year first above written. AGENCY FDOT Collier County Soard of County Commissioners AGENCY NAME See attached Encumbrance Form for date of Funding Approval by Comptroller SIGNATORY (PRINTED OR TYPED) lEGAL REVIEW DEPARTMENT OF TRANSPORTATION SIGNATURE DEPARTMENT OF TRANSPORTATION Deputy Director of Transportation Production TITLE TITLE Agenda Item No. 168:3 ffimoaer 28, 2008 Page 23 of ;as Collier County Financial Management Project Number: 410120-1-84- Contract Number: AOW89 Federal Transit Administration CFT A) Section 53] ] funds EXHIBIT "A" PROJECT DESCRIPTION AND RESPONSIBILITIES This exhibit forms an integral part of that certain Joint Participation Agreement between the State of Florida, Dcpartmcnt of Transportation and the Collier County Board of County Commissioners, 3301 East Tamiami Trail, Naples. Florida 34112: dated referenced by the above Financial Project Number. PROJECT LOCA TION: Collier County, Florida PROJECT DESCRIPTION: The purpose of this project Agreement is to provide for the Department's participation, using pass- through funds from the Federal Transit Administration (FTA) Section 5311 Program, in the Agency's operating, administrative, and managerial expenses associated with the provision of public transportation services in the non-urbanized areas of Collier County, as identified in the Agency's annual grant application on file with the Department. SPECIAL CONSIDERATIONS BY AGENCY: Thc audit report(s) required in paragraph 7.60 of the Agreement 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 offunds) and any federal or local funding action and the funding action from any other source with respect to the project. SPECIAL CONSIDERATIONS BY DEPARTMENT: When 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 non-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 the agreement. If applicahle, the eligible project period identified in the Project Description shown above, may be extended by letter from the Department upon a written request from the Agency. Exhibit A, page I of I Agenda Item No. 16S:3 ffimoeey 28,2008 Page 29 of ;a8 Collier County Financial Management Project Number: 410120-1-84- Contract Number: AOW89 Federal Transit Administration (FT A) Section 531] funds EXHIBIT "B" PROJECT BUDGET (For Transit Multi-year Projects) This exhibit forms an integral part ofthat certain Joint Participation Agreement between the State of Florida, Department of Transportation and Collier County Board of County Commissioners, 3301 East Tamiami TraiL Naples, Florida 34112: dated referenced by the above Financial Project Number. Project Estimated and Programmed Budget: The Department has programmed the funding amounts shown below in the most currently adopted Work Program. The funding for subsequent years is based upon federal and/or state appropriation levels. This funding will be made available, annually, in the following manner: After the Agency has met all program requirements, the Department 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 the Agency may incur eligible project cost. This notification must be signed by the agency and returned to the Department. FY 2007/08 Local Funding (LF) Federal-Pass Through Funding (DU) State Funding (DS/DDR) (50%) (50%) (N/A%) Total $ 204,395.00 $ 204,395.00 N/A $408,790.00 It is the intent ofthe Department to participate in the project to the level of Department funding encumbered Exhibit B, page I of I Agenda Item No. 168:3 CIHrlaaer 28, 2008 Page 38 of ;as Collier County Financial Management Project Number: 410120-1-84- Contract Number: AOW89 Federal Transit Administration (FTA) Section 5311 funds EXHIBIT "C" (For Transit Multi-year Section 5311 Projects) This exhibit forms an integral part ofthat certain .Toint Participation Agreement between the State of Florida, Department of Transportation and the Collier County Board of County Commissioners, 3301 East Tamiami TraiL Naples. Florida 341] 2 dated , referenced by the above Financial Project Number. Requests for Reimbursement (Invoice Submittals) in accordance with Section 215.422 Florida Statutes and the requirement of Paragraph 22.00 of this Agreement: 1. Required Submittal Time The Agency must submit an invoice to the Department within one hundred and twenty (120) days from the ending date of the eligible billing period covered by the invoice. Should the Agency not submit a correctly prepared and documented invoice within the proper time fTame, 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. Back-up documentation will include the appropriate items necessary to verify costs incurred and the eligibility of said costs. 3. Approval of Submittal Goods or services received under this agreement shall be approved/disapproved by the Department no later than five (5) working days after receipt, by the District Public Transportation Office, of a properly prepared and submitted invoice. Should the invoice be incomplete or incorrect, the Department shall inform the Agency within five (5) working days of receipt and return the invoice for corrections. Exhibit C, page 1 of 3 Agenda Item No. 168:3 ffimoaey 28, 2008 Page :U of ;a8 Collier County Financial Management Project Number: 410120-1-84- Contract Number: AOW89 Federal Transit Administration (FT A) Section 5311 funds Safety Requirements Bus Transit System - In accordance with Florida Statute 341.061, and Rule Chapter 14-90, Florida Administrative Code, the Agency shall submit, and the Department shall have on file, an annual safety certification that the Agency has adopted and is complying with its adopted System Safcty Program Plan pursuant to Rule Chapter 14-90 and has performed annual safety inspections of all buses operated. SECTIONS MARKED 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 $25,000 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. Exhibit C, page 2 of 3 Agenda Item No. 16S:3 ffimaaey 28,2008 Page 28 of ;a8 Collier County Financial Management Project Number: 410 120- I -84- Contract Number: AOW89 Federal Transit Administration (FT A) Section 5311 funds Required Submittals SUBMITT ALlCER TIFlCA TION RESPONSIBILITY X Procurement Requests X Safety Compliance X Specifications X Invoices X Audit Reports Agency Agency Agency Agency Agency Annually During Life of Project FEDERAL SECTION 5311 PROGRAM Program Requirements This Agreement is in conformance with Section 5311 of the Federal Transit Act of 1991, as amended (49 USe. app. S5311) and Section 341.051 (l )(a) Florida Statutes. The Section 53 I 1 subrecipient (the Agency) shall establish and implement anti-drug and alcohol misuse prevention programs in accordance with the terms of 49 CFR parts 40 and 655. The Section 5311 subrecipient (the Agency) shall ensure adherence with all federally required certifications and assurances made in its application to the Department for Section 5311 funds. The Section 5311 subrecipient (the Agency) shaH require the independent auditor, retained to perform the audit as required by the Single Audit Act of 1984, to specifically test and certify that services funded by the program were provided in nonurbanized areas, that there was no restriction on public use, and that the State and Federal share of eligible costs did not exceed amounts specified in the approved project budget (EXHIBIT B). Exhibit C. page 3 of 3 Agenda Item No. 16B~ ffimolaey 28,2008 Page ;as of 28 Collier County Financial Management Project Number: 410 120-] -84- Contract Number; AOW89 Federal Transit Administration (FT A) Section 5311 funds Exhibit D 725-030-01 PU6U: TRANSPORTATION 01llOll EJf11ibltO FEDERAL and/or STATE resources awarded to the recipient pursu.nt 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 onformation lor each program and the total resources awarded. Compliance Requirements applicable to each Federal or State program should also be listed below. It the resources awarded 10 the recipient represent more than one program, list applicable comphance requirements for each program in the same manner as shown here: . (e g . What sel"llices or purposes the resources must be used for) . (e g , Eligibility requirements lor recipients of Ihe resources) . (Elc ) NOTE: Instead 01 listing the specific compliance requirements as shown above. the State awarding agency may elect to use language that requires 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 Federal AQlll.9: I FTA CataloQ of Federal Domestic Assistance (Number & Tille) I 20.509 Amount $204.395.00 Compliance Reoll!!.!f'rrl~~ 49 USC 5311 2 N/A :; N/A STATE RESOURCES Florida Department of Transportation Catalcn of Slale I'",nandal AssrstaC"lce (Number & l1\le\ I Amount State Aoencv $204,395.00 I.."OrT:puance *'l~~me'1t$ 2 3 --Chapter 341.051 (1) (a), Florida Statutes; All terms of Department Contract . Matchinq Resources for Federal Proqrams N/A I N/A Amount a Federal Aoencv Cataloo of Federal Domestic Assistance (Number & Titlel Co N/A 2 N/A 3 N/A NOTE: Section .400(d) of OMS Circular A-133, 8S revised. and Section 215.97(5)(a), Florida Statutes, require that the information about Federal Programs and Slate Projocts included in this exhibit be provided to the recipient ~." ~. , ........ T ',,_,,' Agenda Item No. 1687 October 28,2008 Page 34 of 38 CHARLIE CRIST GO\"ER,\;OR Florida Departnlent of Transportation STEPHANIE c. KOI'ELOLSOS SECRETARY May 29. 2008 Diane Flagg, Director Alternative Transportation Modes 2885 South Horseshoe Drive Naples, Florida 34104 RECEIVED JUN 0 2 2008 I RANSPORTATlON ATM DEPT. RE: FISCAL YEAR 2007/2008 FTA SECTION 5311 FUNDING CONTRACT No: AOW89 FM No: 410120-1-84-26 NOTIFICATION OF ADDITIONAL FUNDING Dear Ms. Flagg: Your agency has complied with all of the program requirements necessary to qualify for receipt of an additional allocation of Section 5311 funding. As you may recall, a multi- year Joint Participation Agreement (JPA) for the Section 5311 program was executed on March 10, 2008. The original FY 2007/2008 allocation for Collier Area Transit was $204,395 in federal funds. Later in March 2008, the Department was able to add $16,990.00 in additional FY 2007/08 FTA 5311 funds to this contract. At this time, we are pleased to provide Collier Area Transit $44,170.00 in additional Fiscal Year 2007/08 Federal Transit Administration Section 5311 funds on a fair and equitable distribution basis for the current Joint Participation Agreement between the Florida Department of Transportation and Collier Area Transit. This distribution of supplemental funds is only for Fiscal Year 2007/08 based on existing funds we have identified in the Department's A90pted Work Program, and is non-recurring with respect to future years. We hope that this additional funding will be of assistance, particularly with respect to the current high cost of fuel and other operational costs. Thus, the total value of the Collier Area Transit FTA 5311 contract for FY 2007/08 is now $265,555.00, which must be matched at 50% with local funds. I have attached a Multi-Year JPA Notification of Additional Funding form. I have also attached copies of the Department's approved encumbrance forms for this project. All three forms contain the supplemental formula allocation your agency is receiving for this upcoming fiscal year. District One, Modal Development Office 801 North Broadway Avenue" Post Office Box 1249" Bartow. FL 33831-1249 (863) 519-2388" (863) 534-7172 (Fax)" MS 1-39 Agenda Item No. 1687 October 28, 2008 Page 35 of 38 Ms. Diane Flagg, Director May 29, 2008 Page 2 The Multi-Year JPA Notification of Additional 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, Transit Projects Coordinator, at (239) 461-4300 or via e-mail at Julia.Davis@dot.state.fl.us. Sincerely, -I.JA.M/ 11- ~~~ Terry W. Beacham Modal Development Administrator TWB:JBD:sbs Attachments 3 cc: Richard Shine, Transit Programs Administrator, FOOT Jan Parham, Transit Project Coordinator, and FTA 5311 Program Coordinator, FOOT Julia B. Davis, AICP, Transit Projects Coordinator, FDOT Agenda Item No. 1687 October 28,2008 Page 36 of 38 FY 2007-08 MULTI-YEAR JOINT PARTICIPATION AGREEMENT NOTIFICATION OF ADDITIONAL FUNDING In accordance with the terms of the Joint Participation Agreement between Collier County Board of County Commissioners (Agency) 2885 South Horseshoe Drive: Naples. Florida 34104 (Address) and the Department, Public Transit 5311 - Operating Funding (Program or Project Type) identified by project number AOW89 / 410120-1-8426 (Contract # and/or Project #) the Department has encumbered $ 61,160.00 using project # 410120-1-84-26 ($ Amount) (Proj.# w/new sequence) as a supplemental amount for FY 2007-08 for use beginning upon the Department's receipt of this agreement signed by the Agency. Upon signature by your agency and receipt of this form by the Department, eligible project cost may be incurred beginning on the first day of your fiscal year noted above. DEPARTMENT REPRESENTATIVE AGENCY REPRESENT A TIVE T eITY W. Beacham Name Typed or Printed Torn Henning, Chairman Name Typed or Printed Signature Signature Date Date $16,990.00 in Federal funds on March 5, 2008 And, $44,170.00 in additional Federal funds on May 27,2008 Agenda Item No. 1687 October 28, 2008 Page 37 of 38 Davis, Julia From: Sent: To: Subject: The job FI989RPR Wednesday, March 05, 2008 151 PM Davis, Julia FUNDS APPROVAL/REVIEWED FOR CONTRACT AOW89 '("""" STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL Contract #AOW89 Contract Type: AH Method of Procurement: G Vendor Name: COLLIER COUNTY B Vendor ID: VF596600558004 Beginning date of this Agmt: 10/01/07 Ending date of this Agmt: 09/30/12 Contract Total/Budgetary Ceiling: ct = $204.395.00 ***********************************************~*****.****************** Description: Pass through for FTA 5311 for operating. admin) mgmt) for pu bIle transportation -non-urban areas of Collier County *******.***************.************************************************ ORG-CODE *EO *OBJECT *AMOUNT *FIN PROJECT .FeT .CFDA (FISCAL YEAR) *BUDGET ENTITY .CATEGORY/CAT YEAR AMENDMENT ID *SEQ. *USER ASSIGNED ID *ENC LINE(6S)/STATU5 *****************************.***************.********.***************** Action: ORIGINAL Funds have been: APPROVED 55 012620129 .PT 2088 0001 *790084 * *55160100 *01 * 16990.00 *41012018426 *1388774/08 *0002/84 *680 *20.509 .. ____________._______________..______________________H________.________ - TOTAL AMOUNT: *$ 16,996.00 * -----_.._------------------------~--------------------~----_._~~--'------- FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE) CPAJ COMPTROLLER DATE: 03/05/2008 ~ \ \ I (If S 3 \ l. ~ 7/0 3 f 0 t; 108. Aow 8'}. Davis, Julia Agenda Item No. 1687 October 28, 2008 Page 38 of 38 From: Sent: To: Subject: The Job FI989RPR Tuesday, May 27, 2008308 PM Davis, Julia FUNDS APPROVAL/REVIEWED FOR CONTRACT AOW89 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS tI.PPROVAL Contract JtAOWB9 Contract Type: AH r",ethod of Procurement: G Vendor Name: COLLIER COUNTY B Vendor ID: VF596000S58004 Beginning date of this Agmt: 83/10/08 Ending date of this Agmt: 12/31/12 Contract Total/Budgetary Ceiling: [t = $265,555.06 ~:***~:******~*~:***~******~*~~**t******~**.~1**~~:**~**..******4*******+**. Description: 41012618426;41812018426; *.*******************************~:***~****~*********~*******~~****~**~** ORG-CODE "EO (FISCAL YEAH) Ai'1ENDf.1ENT ID .OBJECT "AMOUNT *FIN PROJECT "FeT .CFDA *GUDGET ENTITY .CATEGORY/CAT YEAR *SEQ. .USER ASSIGNED 10 -ENC LINE(6S)/STATU5 *~******~**~~+*.*~**++******~**********t.*~*~.~:*t.~t**~.*~****.***~~****** Action: StJPPLEHENTAL Funds h~ve ceen: ApCROVED S5 012620129 ~pr 2068 5001 '790804 *55106JDO '" 2 44170.88 *41812018426 '683774/08 "'0003/04 '6gB ~2D.509 *00 '" TOTAL f\JV,OUNT: *$ 4/1,170.60 · FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER DATE: OS/27/2008 tL 2. Aow ?s'9 c..o 11l.e..r .5"1 ~ 7 foro.