JOINT PARTICIPATION AGREEMENT - PURCHASE AND INSTALLATION OF AIRPORT SECURITY CAMERAS GATE IMPROVEMENTS AND PERIMETER FENCE REPAIR
.Jt
'! '
-,
"
I
STATE OF flORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
JOINT PARTICIPATION AGREEMENT
I
'!
FORM 725-030-06
PUBLIC TRANSP ADMIN -10/00
Page 1 of 12
Financial Project No.:
40299319401
(item-segment-phase-sequence)
Fund: 010
FLAIR Approp.: 088719
FLAIR Obj,: 750004
Org, Code: 55072020728
Vendor No.: F596000289002
Catalog of State Financial Assistance Number: 55004
Function: 637
Contract No.: At- ceO Federal No.: n/a
Catalog of Federal Domestic Assistance Number: n/a
THIS AGREEMENT, made and entered into this ~ day of Af>r', L_~______, ,J.....t2Q2!:
by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida,
hereinafter referred to as the Department, and City of Clearwater
P.O. Box 4748, Clearwater, FL 33758
hereinafter referred to as Agency.
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 332.007 (6)
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
Purchase and installation of airport security cameras, security gate improvements and perimeter fence repair.
and as further described in Exhibit(s) A, B, C and F 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.
,;P
oo~/ /5'~o /
(/~:)
l~:~
t
\
"
I
I
11
FORM 725-030-06
PUBLIC TRANSP ADMIN - 10100
Page 2 of 12
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, 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 "G" attached hereto and by this reference made a part hereof.
3.00 Project Cost: The total estimated cost of the project is $ 70,000.00 . This amount
is based upon the estimate sun1marized in Exhibit "B" attached hereto and by this reference made a part hereof. 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 $ 70,000.00 as detailed in Exhibit "B", orin an amount equal to the
percentage(s) of total project cost shown in Exhibit "B", whichever is less.
4.10 Project Cost Eligibility: Project costs eligible for State participation will be ~lIowed 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 paragraph 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 & B) at the time appropriation authority
becomes available.
4.20 Front End Funding: Front end funding:] is @ is t applicable. If applicable, the Department
may initially pay 100% of the total allowable incurred project costs up to r1Pn 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.
~
_,:r-
~
I
I
FORM 725-030-06
PUBLIC TRANSP ADMIN - 10/00
Page 3 of 12
6.00 Project Budget and Payment Provisions:
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 paragraph 4.00 of this Agreement and
is approved by the Department Comptroller.
6.20 Payment Provisions: Unless otherwise allowed under paragraph 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 all other funds provided for, accruing to, or
otherwise received on account of the project, which Department payments and other funds are herein collectively referred
to as "project funds". The Agency shall require depositories of project funds to secure continuously and fully all project
funds in excess of the amounts insured under federal plans, or 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, shall be supported by properly executed payrolls, time records, invoices, contracts,
or vouchers evidencing in proper detail the nature and propriety of the charges.
7.50 Checks, Orders, and Vouchers: Any check or order drawn by the Agency with respect to any 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,
;IJ
.'
I
I
FORM 725-030-06
PUBLIC TRANSP ADMIN - 10/00
Page 4 of 12
7.60 Audit Reports:
1. All 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 federal agency. State funded grants are to be identified with
the Financial Project Number (FPN), contract number, and Catalog of State Financial Assistance (CSFR)
numbers.
2. Audits shall be conducted under the guidelines of A-133, Section 215.97, Florida Statutes, and Chapter 10.600,
Rules of the Auditor General.
3. For fiscal years beginning after June 30, 1998, the reporting packages and data collection forms are to be
submitted within the earlier of 30 days after the receipt of the auditor's report, or 9 months after the end of the
subrecipient's (Agency's) fiscal year. The date the audit report was delivered to the subrecipient (Agency) must
be indicated by the subrecipient (Agency) in correspondence accompanying the audit report, or reporting
package, and data collection form.
4. The Agency shall follow up and take corrective action on audit findings. A-133 further requires the preparation of
a summary schedule of prior audit findings and a corrective action plan for current year audit findings.
5. Project records shall be retained and available for at least three years after the final payment. Records related to
unresolved audit findings, appeals, or litigation shall be retained until the action is completed or the dispute is
resolved.
\
Reports of audits cond.ucted in accordance with OMB Circular A-133, and corresponding data collection forms
shall be sent to:
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10th Street
Jefferson, IN 47132
and the District Public Transportation Office identified in paragraph 8.10 af this agreement.
Reports of audits conducted in accordance with Section 215.97, Florida Statutes, and Chapter 10.600 Rules of
the Auditor General shall be sent to:
State of Florida Auditor General
P.O. Box 1735
Tallahassee, FL 32302-1735
and the District Public Transportation Office identified in paragraph 8.10 of this agreement.
7.70 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 with an Exhibit "C".
8.00 Requisitions and Payments:
.$
I
.
FORM 725-030-06 '
PUBLIC TRANSP ADMIN - 10100
Page 5 of 12
8.10 Action by the Agency: In order to obtain any Department funds, the Agency shall file with the
Department of Transportation, District seven Public Transportation Office 11201 N. Mckinley Drive, Tampa, F ,FL,
33612 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 Invoices for fees or other compensation for services or expenses shall be submitted in detail
sufficient for a proper preaudit and postaudit thereof.
8.12 Invoices for any travel expenses shallbe submitted in accordance with Chapter 112.061, F.S.
The Department may establish rates lower than the maximum provided in Chapter 112.061, Florida Statutes.
8.13 For real property acquired, submit;
(1) the date the Agency acquired the real property,
(2) a statement by the Agency certifying that the Agency has acquired said real property, and
actual consideration paid for real property,
(3) 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;
8.24 Conflict of Interests: There has been any violation of the conflict of interest provisions contained
herein; or
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.
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.
;tJ1
I
I
FORM 725-030-06
PUBLIC TRANSP ADMIN - 10100
Page 7 of 12
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, Florida Statutes, 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 Consultant's
Competitive Negotiation Act.
12.30 Disadvantaged Business Enterprise (DBE) Policy and Obligation:
12.31 DBE Policy: It is the policy of the Department that disadvantaged business enterprises as defined
in 49 CFR 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,
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 I
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 the 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 (78
Statute 252), 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, religion, sex, disability and familial status.
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, the regulations of the
federal government issued thereunder, and the assurance by the Agency pursuant thereto.
/. p1
, ~
I
I
FORM 725-030-06 ,
PUBLIC TRANSP ADMIN -10100 '
Page 9 of 12
14.70 Use and Maintenance of Project Facilities and Equipment: The Agency agrees that the project
facilities and equipment will be used by the Agency to provide or support public transportation for the period of the useful
life of such facilities and equipment as determined in accordance with general accounting principles and approved by the
Department. The Agency further agrees to maintain the project facilities and equipment in good working order for the
useful life of said facilities or equipment.
14.71 Property Records: The Agency agrees to maintain property records, conduct physical
inventories and develop control systems as required by 49 CFR Part 18, when applicable.
14.80 Disposal of Project Facilities or Equipment: If the Agency disposes of any project facility or equipment !
during its useful life for any purpose except its replacement with like facility or equipment for public transportation use, the I
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 I
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 6fficers, agents, or employees during the performance of the Agreement.
The parties recognize and accept the funding restrictions set forth in Section 339.135(6)(a), and Section 129.07, Florida
Statutes, which may affect each of the parties' obligations. Those provisions are as follows:
(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 one
(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. Section 339.135(6)(a), Florida Statutes.
(b) It is unlawful for the Board of County Commissioners to expend or contract for the expenditure in any fiscal
year more than the amount budgeted in each fund's budget, except as provided herein, and in no case shall the
total appropriations of any budget be exceeded, except as provided in s. 129.06, and any indebtedness
contracted for any purpose against either of the funds enumerated in this chapter or for any purpose, the
expenditure for which is chargeable to either of said funds, shall be null and void, and no suit or suits shall be
prosecuted in any court in this state for the collection of same, and members of the Board of County
Commissioners voting for and contracting for such amounts and the bonds of such members of said boards
also shall be liable for the excess indebtedness so contracted for. Section 129.07, Florida Statutes.
When either party receives a notice of claim for damages that may have been caused by the other party in the
performance of services required under this Agreement, that party will immediately forward the claim to the other party.
Each party will evaluate the claim and report its findings to each other within fourteen (14) working days and will jointly
discuss options in defending the claim.
,
t\
I
I
FORM 725-030-06
PUBLIC TRANSP ADMIN - 10100
Page 10 of 12
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
paragraph 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.
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, th~ provisions of Chapter 339.135(6)(a), Florida Statutes, 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
March 4, 2004 . 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, District seven . Expiration of this Agreement will be considered termination of the
project and the procedure established in paragraph 9.00 of this Agreement shall be initiated.
18.10 Final Invoice: The Agency must submit the final invoice on this project to the Department within 120 days
after the expiration of this Agreement. Invoices submitted after the 120 day time period will not be paid.
19.00 Agreement Format: 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.
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:
.~
''-..' j I
.
J
I
~
FORM 725-030-06
PUBLIC TRANSP ADMIN - 10100
Page 12 of 12
Financial Project No.
Contract No.
40299319401
AL 5(;.0
Agreement Date Atn i).. ,) ?~":l..-
IN WITNESS WHEREOF, the parties hereto have caused these presents be executed, the day and year first above
written.
AGENCY
FOOT
City of Clearwater
See attached Encumbrance Form for date of Funding
Approval by Co ptroller
NAME
~~_::i IL...... :z
William B. Horne ~~NATURE
TITLE
DEPARTM OF TRANSPORTATION
Donald J Skelton, P.E.,
District Director of Planning and Production
TITLE
City Manager
ATTEST:
~~/J'.!';h4~'(}fI~~
~Cynth . Goudeau
rF City lerk
Brian J Aungst
Mayor-Commissioner
Approved as to form:
RECYCLED PAPER @
(JJ
"','_' J l
J
I
April 1995
Financial Project No.: 40299319401
CONTRACT NO.: A1-&~O
EXHIBIT "A"
PROJECT DESCRIPTION AND RESPONSIBILITIES
This exhibit forms an integral part of that certain Joint Participation Agreement between the
State of Florida, Department of Transportation and City of Clearwater, P.O. Box 4748, Clearwater,
FL 34618-4748 dated ApW:, I I') ?l'Y')2-
PROJECT LOCATION: Clearwater Executive Airpark
PROJECT DESCRIPTION: Purchase and installation of airport security cameras, security gate
improvements and perimeter fence repair.
SPECIAL CONSIDERATIONS BY AGENCY:
The audit report(s) required in paragraph 7.60 ofthe Agreement shall include a schedule of project
assistance that will reflect the Department's contract number, FM number and Job number and the
Federal Identification number, where applicable, and the amount of state funding action (receipt
and disbursement of funds) and any federal or local funding action and the funding action from any
other source with respect to the project.
SPECIAL CONSIDERATIONS BY DEPARTMENT: NONE
(/J
! ,._. I I
If
I
I
April 1995
Financial Project No.: 40299319401
CONTRACT NO.: AL-~
EXIDBIT "B"
PROJECT BUDGET
This exhibit forms an integral part of that certain Joint Participation Agreement between the
State of Florida, Department of Transportation and City of Clearwater, P.O. Box 4748, Clearwater,
FL 34618-4748 dated 4(>"'" J) 2C02-
I.
PROJECT COST:
$ 70,000
TOTAL PROJECT COST:
$ 70,000
II. PARTICIPATION:
Maximum Federal Participation
FTA, FAA
Agency Participation
In-Kind
Cash
Other
(nla%) or $
( nla %) $
( nla % ) $
( nla %) $
Maximum Department Participation,
Primary
(DS) * ( 100 %) or
Federal Reimbursable (DU)(FRA)(DFT A)( nla %) or
Local Reimbursable (DL) ( nla %) or
$ 70,000
$
$
TOTAL PROJECT COST
$ 70,000
* The Department may participate in up to one hundred percent of eligible project costs that are
not funded by the federal government as provided by Senate Bill 48-B as a subsection of Florida
Statute 332.007.
fiJ
!L j
.
.
fJJ
1 .
, <
..
I
I
April 1995
Financial Project No.: 40299319401
CONTRACT NO.: Al-S~
EXHIBIT "C"
(Aviation Construction Projects)
This exhibit forms an integral part of that certain Joint Participation Agreement between the
State of Florida, Department of Transportation and City of Clearwater, P.O. Box 4748, Clearwater,
FL 34618-4748 dated Apn \ ,) "2.C07--
Reference statutes as applicable
SUBMITT AL/CERTIFICA TION
RESPONSIBILITY
\
Consultant Selection Compliance
Public Agency Attorney
Certification
Feasibility Study (if necessary)
Public Agency
Design Submittal
Department Review/Letter *
Construction/Procurement
Public Agency
MBE Compliance
Public Agency Certification
Safety Compliance
Public Agency
Audit Reports
Public Agency Annually
During Life of Project
* This approval does not imply that the Department has made a detailed engineering review, as it
is the responsibility of the Submitting Agency to provide its own detailed review for accuracy of
plans, specifications, reports and contract documents. Similarly, legal aspects of these documents
were not addressed as they are also considered the responsibility of the Submitting Agency to
ensure compliance with all applicable laws, statutes and ordinances.
I
April 1995
Financial Project No.: 40299319401
CONTRACT NO.: AL..560
EXHIBIT "F"
SPECIAL AIRPORT ASSURANCES
This exhibit forms an integral part of that certain Joint Participation Agreement between the
State of Florida, Department of Transportation and City of Clearwater, P.O. Box 4748, Clearwater,
FL 34618-4748 dated. Ap";l ,) ~O2-
I. GENERAL
a. These assurances shall be complied with in the performance of master planning,
land acquisition, economic development or capital improvement projects which
contain NO federal funds.
\
b. Upon acceptance of this Joint Participation Agreement by the sponsor, these
assurances are incorporated in and become a part thereof.
II. DURATION
The terms, conditions and assurances of the grant agreement shall remain in full force and
effect throughout the useful life of the facilities developed or equipment acquired for any airport
development project, but in any event not to exceed twenty (20) years from the date of acceptance
of a grant agreement utilizing state funds for the project. However, there shall be no limit on the
duration of the assurances with respect to real property acquired with project funds.
III. SPONSOR CERTIFICATION
The sponsor hereby assures and certifies, with respect to this grant:
a. It has sufficient funds available for that portion of the project costs not paid for by the
State. It has sufficient funds available to assure operation and maintenance of items it will
own or control funded under the grant agreement.
iJ
...
,. ".
I
I
,.,~ f.
Encumbrance
Administrator
Sent by: Elizabeth
Wellington
To: John H Roeller/D7/FDOT@FDOT
cc:
cc:
Subject: Re: encumba FM # 40299319401 CLW~
02/21/0206:58 AM
John H Roeller
John H Roeller
02/19/2002 08: 15 AM
To: Encumbrance Administrator/CO/FDOT@FDOT
cc:
Subject: encumba FM # 40299319401 CLW
STATE OF FLORIDA
ENCUMBRANCE
RUSH
Reason for RUSH-;---
Advertise
Award
X New
DEPARTMENT OF TRANSPORTATION FORM 350-020-01
INPUT FORM COMPTROLLER-FIN ADMIN 3/99
(Needed by __/__/____ (date))
LOA
Addition
(Letting Date) Termination/Cert of Comp
Supplementa~ Renewal Correction
Court Order Overrun
Contract # AL560 Contract Type AG Method of Procurement G
Vendor Name-City of Clearwater Vendor ID F596000289002
Has Written/Verbal Approval from a Participating Federal Agency
been received Yes X No
Fed Agmt Amt ~/A. State Funds 70,000 Local Funds____N/A___
Beginning date of this Agmt: 03/04702 (Must be after fund approval)
Ending date of this Agmt: 03/04/04(Estimate if necessary)
Execution date of this Agmt: 03/0402 (Only on original agreements)
Has work been authorized to begin? Yes X No
Have standard financial provisions been altered by contract terms?
Yes X No If 50, show Revision date:
Does thIs-agreement and/or change order include provisions for
reimbursement to D.O.T. from other entities? Yes X No
******************************************************************
Brief Description of Work/Comments:Airport Security Equipment
Installation, Grant # I CSFA # 55004 Recipient Type C
******************************************************************
ORG-CODE *EO * OBJECT * AMOUNT
(FISCAL YEAR)
*FIN PROJ or JOB # *FCT
(FUND) alpha
------------------------------------------------------------------
------------------------------------------------------------------
55 072020728 *pt * 750004 * $70,000
(01/02) ----
* 40299319401
(DS)
*637
------------------------------------------------------------------
55 xxxxxxxxx *xx * xxx xxx * $
(xx/xx)
* xxxxxxxxxxx
(xxxx)
*xxx
------------------------------------------------------------------
55 xxxxxxxxx *xx * xxxxxx * $
(xx/xx)
* xxxxxxxxxxx
(xxxx)
*xxx
------------------------------------------------------------------
TOTAL AMOUNT * $70,000
*
------------------------------------------------------------------
Originator: John Roeller DATE SENT:2-19-02 PH/SC: 512-7766
E-mail USERID (s) PT729JR- - - -
******************************************************************
TO BE COMPLETED BY OFFICE OF COMPTROLLER
******************************************************************
BUDGET ENTITY 100300
WORK PROGRAM VERIFICATION
ALLOTMENT
CI NEW/04 6S LINE 0001
FUNDS APPROVEDBY Josephine Jones--
FOR ROBIN M. NAITOVE, CPA, COMPTROLLER DATE: 02/21/2002
CATEGORY
OK
YEAR
088719-02
DATE CHECKED