Loading...
JOINT PARTICIPATION AGREEMENT - JURISDICTIONAL TRANSFER AGREEMENT , . " , CITY OF CLEARWATER FPN: 411336 1 38/5801 JOINT P ARTICIP ATION AGREEMENT This Agreement made by and entered into on this (p 1/1 day of LJCTtJeElV, 2006, by and between the STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION, whose address for purposes of this agreement is 11201 North McKinley Drive, Tampa, Florida, 33612-6456, (hereinafter called the "DEP AR TMENT"), and the CITY OF CLEAR WATER, a municipal corporation of the state of Florida whose address for purposes of this agreement is 100 South Myrtle Avenue, Clearwater, Florida, 33758-4748 (hereinafter called the CITY); WIT N E SSE T H: WHEREAS, the DEPARTMENT is authorized to enter into agreements with governmental entities in accordance with Section 334.044, Florida Statutes; and WHEREAS, on August 21, 2000, the DEP AR TMENT and the City executed a Jurisdictional Transfer Agreement, hereby attached by reference and made a part hereof, whereby the City would own and maintain SR 60/Cleveland Street/Gulfto Bay Boulevard from 0.476 miles West of Pierce Boulevard to Highland Avenue; and WHEREAS, said Jurisdictional Transfer Agreement was amended on February 13, 2006 and is hereby incorporated by reference herein, and the DEPARTMENT agreed to provide to the CITY, funds in the amount of $436,000 (four-hundred thirty-six thousand dollars) for preliminary engineering activities, as programmed in the DEP AR TMENT' s Adopted Five Year Work Program as Financial Project Number 4113361 3801 in fiscal year 2006 and the amount of$I,857,670 (one million eight-hundred fifty seven thousand, six hundred seventy dollars), as programmed in the DEP AR TMENT' s Adopted Five Year Work Program as Financial Project Number 411336 1 58 01 in fiscal year 2008 as compensation to the CITY for its construction of the resurfacing of S.R. 60/Cleveland Street from Myrtle Avenue to Frederica Lane. WHEREAS, the City by Resolution No. 0(" - :>-, , a copy of which is attached hereto, and by reference made a part hereof, has authorized its officers to execute this Agreement on its behalf. NOW, THEREFORE, for and in consideration of the premises herein and other mutual benefits to accrue to each of the parties hereto, it is mutually agreed as follows: SECTION 1 OBLIGATIONS OF THE CITY 1.1 The City shall perform all phases of the project, including design, construction and 1 construction engineering inspection. 1.2 The City shall be responsible for all costs associated with the project that may be above the amounts currently programmed in the DEP AR TMENT' s Work Program and included in this agreement. 1.3 The City shall keep complete records and accounts in order to record complete and correct entries as to all costs, expenditures, and other items incidental to the cost of the Project. 1.4 Exhibit "A", Project Description and Responsibilities, is attached hereto and made a part of this agreement. SECTION 2 OBLIGATIONS OF THE DEPARTMENT 2.1 The DEP AR TMENT shall provide funds to the City as programmed in the DEPARTMENT's Adopted Five Year Work Program as FPN 411336 1 3801 and 411336 1 5801. SECTION 3 COMPENSATION AND PAYMENT 3.1. The CITY submitted a letter requesting payment of a single lump sum in the amount of $436,000 (four hundred thirty six thousand dollars) to the DEP AR TMENT on August 24, 2006, as programmed under FPN 411336 1 3801. 3.2 The CITY shall submit a letter requesting payment of a lump sum payment to the DEPARTMENT in the amount of $1,857,670 (one million, eight hundred fifty seven thousand, six hundred seventy dollars) during State Fiscal Year 2007/2008, as programmed under FPN 411336 1 5801. 3.3 The parties recognize and accept the funding restrictions set forth in Section 339.135 (6)(a), Florida Statutes, which provides 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 ofthe 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 2 be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the DEP AR TMENT which are for an amount in excess of$25,000 and which have a term for a period of more than 1 year." Section 339.135 (6)(a), Florida Statutes. SECTION 4 AUDIT RESPONSIBILITIES The administration of resources awarded by the DEPARTMENT to the CITY may be subject to audits and/or monitoring by the DEPARTMENT, as described in this section. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by DEPARTMENT staff, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this agreement, the recipient 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 recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the DEPARTMENT staff to the CITY regarding such audit. The CITY further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the FDOT's Office oflnspector General (OIG) and Florida's Chief Financial Officer (CFO) or Auditor General. AUDITS PART I: FEDERALLY FUNDED Recipients of federal funds (i.e. state, local government, or non-profit organizations as defined in OMB Circular A-133, as revised) are to have audits done annually using the following criteria: 1. In the event that the recipient expends $500,000 or more in Federal awards in its fiscal year, the recipient must have a single or program-specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this agreement indicates Federal resources awarded through the DEPARTMENT by this agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the DEPARTMENT. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions OMB Circular A-133, as revised, will meet the requirements of this part. 3 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 ofOMB Circular A-133, as revised. 3. If the recipient expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. However, if the recipient elects to have an audit conducted in accordance with the provisions ofOMB Circular A-133, as revised, the cost of the audit must be paid from non- Federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). 4. Federal awards are to be identified using the Catalog of Federal Domestic Assistance (CFDA) title and number, award number and year, and name of the awarding federal agency. PART II: STATE FUNDED Recipients of state funds (i.e. a nonstate entity as defined by Section 215.97(2)(1), Florida Statutes) are to have audits done annually using the following criteria: 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 DEP AR TMENT 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 1 to this agreement indicates state financial assistance awarded through the D EP AR TMENT 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)(d), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $500,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. However, if the recipient elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the nonstate entity's resources (Le., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4 4. State awards are to be identified using the Catalog of State Financial Assistance (CSF A) title and number, award number and year, and name of the state agency awarding it. P ART III: OTHER AUDIT REQUIREMENTS The recipient 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. 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 FDOT, the DEP AR TMENT of Financial Services, and the Auditor General. This section does not limit the authority of the DEP AR TMENT 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 OMB Circular A-133, as revised, and required by P ART I of this agreement shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf ofthe recipient directly to each of the following: A. The DEPARTMENT at each of the following addresses: Florida DEP AR TMENT of Transportation Lawrence Taylor, District JP AlLAP Administrator 11201 North McKinley Drive, Mail Station 7-500 Tampa, FL 33612 B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised (the number of copies required by Sections .320 (d)(I) and (2), OMB Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at 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 (f), OMB Circular A-133, as revised. 5 2. In the event that a copy of the reporting package for an audit required by PART I of this agreement and conducted in accordance with OMB Circular A-133, as revised, is not required to be submitted to the DEP AR TMENT for reasons pursuant to section .320 (e )(2), OMB Circular A-133, as revised, the recipient shall submit the required written notification pursuant to Section .320 (e)(2) and a copy of the recipient's audited schedule of expenditures of Federal awards directly to each of the following: Florida DEP AR TMENT of Transportation Lawrence Taylor, District lP AlLAP Administrator 11201 North McKinley Drive, Mail Station 7-500 Tampa, FL 33612 In addition, pursuant to Section .320 (t), OMB Circular A-133, as revised, the recipient shall submit a copy of the reporting package described in Section .320 (c), OMB Circular A-133, as revised, and any management letters issued by the auditor, to the DEP AR TMENT at each of the following addresses: Florida DEPARTMENT of Transportation Lawrence Taylor, District JP AlLAP Administrator 11201 North McKinley Drive, Mail Station 7-500 Tampa, FL 33612 3. Copies of financial reporting packages required by P ART 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 DEP AR TMENT of Transportation Lawrence Taylor, District JP AlLAP Administrator 11201 North McKinley Drive, Mail Station 7-500 Tampa, FL 33612 B. The Auditor General's Office at the following address: Auditor General's Office Room 401, Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450 4. Copies of reports or the management letter required by P ART 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 DEP AR TMENT of Transportation Lawrence Taylor, District lP AlLAP Administrator 11201 North McKinley Drive, Mail Station 7-500 6 Tampa, FL 33612 5. Any reports, management letter, or other information required to be submitted to the DEP ARTMENT pursuant to this agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the DEPARTMENT for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. P ART V: RECORD RETENTION 1. The recipient 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, CFO, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the DEP AR TMENT, or its designee, 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. SECTION 5 INDEMNIFICATION 5.1 To the extent provided by law, the City shall indemnify, defend, and hold harmless the DEP AR TMENT and all of its officers, agents, and employees from any claim, loss, damages, cost, charge, or expense arising out of any act, error, omission, or negligent act by the City, its agents, or employees, during the performance of the Agreement, except that neither the City, 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 DEP AR TMENT or any of its officers, agents, contractors, or employees during the performance of the Agreement. 5.2 When either party receives notice of a 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 jointly discuss options in defending the claim. A party's failure to promptly notify the other of a claim will not act as a waiver of any right herein. 7 SECTION 6 COMMENCEMENT AND TERMINATION OF AGREEMENT 6.1 This Agreement shall take effect upon being executed by the parties and shall be terminated upon the earlier of the mutual consent of the parties; or two hundred forty (240) days after final acceptance of the Project; or in accordance with the provisions found in Section 3.1 (c). SECTION 7 MISCELLANEOUS PROVISIONS 7.1 Any amendment to or modification of this Agreement or any alteration, extension, supplement, or change of time or scope of work shall be in writing and signed by both parties. 7.2 Any notice or other document which either party is required to give or deliver to the other shall be given in writing and served either personally or mailed to: Ms. Mahshid Arasteh, P.E. Public Works Administrator City of Clearwater P. O. Box 1100 Clearwater, FL 33758-4748 (727) 562-4757 Mr. Lawrence Taylor District JP AlLAP Administrator Florida DEPARTMENT of Transportation 11201 N. McKinley Drive, MS 7-350 Tampa, Florida 33617-6403 (813) 975-6434 7.3 If any word, clause, sentence, or paragraph of the Agreement is held invalid, the remainder of the Agreement would continue to conform to the intent of this Agreement. 7.4 This Agreement shall be governed and construed in accordance with the laws of the State of Florida. 7.5 Nothing herein shall be construed to create any third party beneficiary rights in any person not a party to this Agreement. SECTION 8 ENTIRE AGREEMENT This document embodies the whole Agreement of the parties. There are no promises, terms, conditions, or allegations other than those contained herein and this document shall supersede all previous communications, representations and/or agreements, whether written or verbal between the parties hereto. This Agreement may be modified only in writing executed by all parties. This 8 Agreement shall be binding upon the parties, their successors, assigns and legal representatives. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) 9 , ' . , CITY OF CLEARWATER FPN: 411336138/5801 IN WITNESS WHEREOF, the parties hereto, through their duly authorized representatives, have caused these presents be executed, the day and year first above written. CITY OF CLEARWATER DEPARTMENT OF TRANSPORTATION ~~ William B. Home II, City Manager · tdzJ SC~LLISTER' P.E., CPCM DIRECTOR OF TRANSPORTATION DEVELOPMENT Countersigned: ~.....e ,K~ ---Ffunk V. Hibbard, Mayor ~1. ~& , 2a1y DA E f It) lIP /1) (p . DATE Reviewed as to form: LEGAL REVIEW ~J2~ Carlos F. Col , ssistant City Attorney CITY OF CLEAR WATER /1/ ATTORNEY DEPARTMENT OF TRANSPO 10 , " EXHIBIT "A" PROJECT DESCRIPTION AND RESPONSIBILITIES This exhibit forms an integral part of that certain Joint Participation Agreement between the State of Florida, DEPARTMENT of Transportation and the City of Clearwater dated /() /u . _, 2006. PROJECT LOCATION: SR 60/Cleveland Street/Gulf to Bay Boulevard within the corporate limits of Clearwater, Florida, from West of Pierce Boulevard to Highland Avenue. PROJECT AGREEMENT DESCRIPTION: The project agreement provides funding to the City of Clearwater to resurface the above referenced area. SPECIAL CONSIDERATIONS BY DEPARTMENT AND CITY The DEPARTMENT will provide funds to the CITY in lump sum payments, upon written request, during the fiscal years in which funds are programmed in the Adopted Five Year Work Program under FPN 411336 1 3801 and 411336 1 5801. 11 RESOLUTION NO. 06-51 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA AUTHORIZING EXECUTION OF A JOINT PARTICIPATION AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, DISTRICT SEVEN, TO PROVIDE FUNDING TO THE CITY OF CLEARWATER TO RESURFACE SR 60/CLEVELAND STREET/GULF TO BAY BOULEVARD WITHIN THE CORPORATE LIMITS OF THE CITY OF CLEARWATER, FLORIDA FROM WEST OF PIERCE BOULEVARD TO HIGHLAND AVENUE; PROVIDING AN EFFECTIVE DATE WHEREAS, the Florida Department of Transportation (FDOT) is authorized to enter into agreements with governmental entities in accordance with Section 334.044, Florida Statutes; and WHEREAS, on August 21, 2000, the FDOT and the City executed a Jurisdictional Transfer Agreement, hereby attached by reference and made a part hereof, whereby the City would own and maintain SR 60/Cleveland Street/Gulf to Bay Boulevard from 0.476 miles West of Pierce Boulevard to Highland Avenue; and WHEREAS, said Jurisdictional Transfer Agreement was amended on February 13, 2006 and is hereby incorporated by reference herein, and the FDOT agreed to provide to the CITY, funds in the amount of Four Hundred Thirty-six Thousand and no/100 Dollars ($436,000.00) for preliminary engineering activities, as programmed in the FDOT's Adopted Five-Year Work Program as Financial Project Number 411336 1 38 01 in fiscal year 2006 and the amount of One Million Eight Hundred Fifty-Seven Thousand Six Hundred Seventy and no/100 Dollars ($1,857,670.00) as programmed in the FDOT's Adopted Five-Year Work Program as Financial Project Number 411336 1 58 01 in fiscal year 2008 as compensation to the CITY for its construction of the resurfacing of S.R. 60/Cleveland Street from Myrtle Avenue to Frederica Lane. WHEREAS, the City Council wishes to authorize an office of the City to enter into a Joint Participation Agreement with the State of Florida Department of Transportation, District Seven; now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF CLEARWATER, CITY OF CLEARWATER, FLORIDA: Section 1. The Mayor is hereby authorized to execute a Joint Participation Agreement for a portion of S.R. 60/Cleveland Street/Gulf to Bay Boulevard. Resolution 06-51 Section 2. City staff is authorized to make payment requests for the $436,000 this fiscal year and for the $1,857,670 after July 1,2007. Section 3. This resolution shall take effect immediately upon adoption. day of 2006. PASSED AND ADOPTED this Frank V. Hibbard Mayor Approved as to form: Attest: ~cp~P..-~ Carlos F. Colon Assistant City Attorney Cynthia E. Goudeau City Clerk 2 Resolution No. 06-51