Item H10BOARD OF COUNTY COMMISSIONERS
AGENDA ITEM SUMMARY
Meeting Date: October 19, 2011 Division: Growth Management
Bulk Item: Yes X No
Department: Planning and Environmental Resources
Staff Contact Person: Trish Smith, ph. 304 0412
AGENDA ITEM WORDING:
Approval of Supplemental Joint Participation Agreement (JPA) No.3 with the Florida Department of
Transportation (FDOT) for Contract #AOU27 to extend the Transportation Planning Consultant and
Staff Assistance JPA term from December 31, 2011 to December 31, 2012 and to add $45,000 to the
grant total.
ITEM BACKGROUND:
In 2007, the BOCC authorized JPA #AOU27 in the amount of $417,000. The JPA funds the Scenic
Highway Coordinator position and the Transportation Planning Services Continuing Contract. Services
performed for the Transportation Planning Assistance Contract include the yearly Arterial Time Travel
and Delay Study, traffic study reviews, and concurrency management. As required by the JPA, FDOT
funds 87.5% of the total cost, and Monroe County provides a local match of 12.5% (in kind services are
allowable). In 2009, an additional $417,000 was added to the contract by FDOT, bringing the total to
$834,000, with $104,250 (12.5%) being funded by Monroe County and $729,750 (87.5%) being funded
by FDOT. In 2009, the contract was extended to December 31, 2010. In 2010, the contract was extended
to December 31, 2011. The current balance of JPA AOU-27 is $250,000. Approval is currently being
sought to extend the contract through to December 31, 2012 and to add funding for a transportation
planner that was previously funded under JPA Agreement ANO-82. JPA ANO-82 will expire in
December 31, 2011 and will not be renewed by FDOT.
PREVIOUS RELEVANT BOCC ACTION:
June 20, 2007 — Approval of FDOT JPA #AOU27 for the Monroe County Transportation Planning
Program.
May 2009 - Approval of Supplemental JPA No.1 with FDOT for Contract #AOU27 for Transportation
Planning Consultant Assistance and Transportation Planning Staff Assistance (Scenic Highway
Coordinator Position), extending the term of the JPA from December 31, 2009, to December 31, 2010,
and providing additional funding of $417,000.
December 2010 - Approval of Supplemental JPA No.2 with the FDOT for Contract #AOU27 to extend
the JPA term from December 31, 2010 to December 31, 2011.
CONTRACT/AGREEMENT CHANGES:
Change the expiration date of Supplemental JPA No. 3, Contract #AOU27 from December 31, 2011 to
December 31, 2012 and add $45,000 to the contract.
STAFF RECOMMENDATIONS: Approval
TOTAL COST: $879,000 (over life of JPA)—BUDGETED: Yes X No
COST TO COUNTY: $109,875 (over life of JPA) SOURCE OF FUNDS: 148-50500
REVENUE PRODUCING: Yes No X OUNT PER MONTH Year
APPROVED BY: County Atty X OMB basing X Risk Management ' X
DOCUMENTATION: Included X Not Required
DISPOSITION: AGENDA ITEM #
MONROE COUNTY BOARD OF COUNTY COMMISSIONERS
CONTRACT SUMMARY
Contract with: FDOT. Contract #
Effective Date: January 1, 2012
Expiration Date: December 31, 2012
Contract Purpose/Description:
FDOT grant to provide for two transportation planning positions and a transportation
planning consultant. Activities to be performed are trans ortation concurrency, annual .
time travel and delay study, traffic plan reviews, scenic highway, trail, transit, and other
transportation planning functions. An additional $45,000 has been added to this grant.
Contract Manager: Trish Smith 304-0412 Planning/#11
(Name) (Ext.) (Department/Stop #)
for BOCC meeting on 10/19/11 Agenda Deadline: 10/07/11
CONTRACT COSTS
Total Dollar Value of Contract: $ 879,000 Current Year Portion: $
Budgeted? Yes® No ❑ Account Codes: 125-50516-530490- -
Grant: $ 879,000 (JPA GW073-530340- -_
AOU27
County Match: $ $109,875 - - -
Estimated Ongoing Costs: $0/yr
(Not included in dollar value above)
ADDITIONAL COSTS
For: n/a.
CONTRACT REVIEW
250,000
etc
Changes Date Out
Date In Needed Reviewer
Division Director Yes❑ No❑
it i
Risk Manag t Yes[:] No[
O.M.B./Purchasing ��` 11 Yes[:] Nod
Li
County Attorney -26-f Yes[:] NoR-
Comments:
OMB Form Revised 2/27/01 MCP #2
Financial Project No.:
25222811407
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
PUBLIC TRANSPORTATION
SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT
Number 3
725-030-07
PUBLIC TRANSPORTATION
06111
Page 1 of 4
Fund: SL FLAIR Category: 088854
Function: 215 Object Code: 790015 & 750031
segmen -p se -sequence
Federal No.
Contract No.: AOU27 DUNS No.:
Catalog of Federal Domestic Assistance Number:
8887-370 Org. Code: 55062010630
80-939-7102 Vendor No.: F596000749054
20.205 Catalog of State Financial Assistance Number: 55.023
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 MONROE COUNTY PLANNING DEPARTMENT
2798 OVERSEAS HIGHWAY, SUITE 410, MARATHON, FL 33050
hereinafter referred to as Agency.
WITNESSETH:
WHEREAS, the Department and the Agency heretofore on the 27th day of June 12007
entered Into a Joint Participation Agreement; and
WHEREAS, the Agency desires to accomplish certain project items as outlined in the Attachment "A" appended
hereto; and
WHEREAS, the Department desires to participate in all eligible items for this project as outlined in Attachment
"A" for a total Department Share of $769,125.00
NOW, THEREFORE THIS INDENTURE WITNESSETH: that for and in consideration of the mutual benefits to flow
from each to the other, the parties hereto agree that the above described Joint Participation Agreement is to be amended
and supplemented as follows:
1.00 Project Description: The project description is amended
Funds are being added to this JPA to fund transportation planner position for two quarters (billing periods). This position
was initially billed under another JPA ANO-82, which will expire 12/31/2011.
The agreement is extended for a period of one year. Attached Exhibits A, B, C, and D supercede the previously
incorporated exhibits in JPA AOU27 Supplemental Agreement # 1 dated 6/26/2009
2.00 Project Cost:
Paragraph 3.00 of said Agreement is increased by $45,000.00
bringing the revised total cost of the project to $ 879,000.00
Paragraph 4.00 of said Agreement is increased by $39,375.00
bringing the Department's revised total cost of the project to $ 769,125.00
3.00 Amended Exhibits:
Exhibit(s)
725-030-07
PUBLIC TRANSPORTATION
06111
Page 2 of
of said Agreement is amended by Attachment "A".
4.00 Contract Time:
Paragraph 18.00 of said Agreement December 31st ,2012
5.00 E-Verify
Vendors/Contractors:
1, shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility
of all new employees hired by the Vendor/Contractor during the term of the contract; and
2. shall expressly require any subcontractors performing work or providing services pursuant to the state contract
to Ilkewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility
of all new employees hired by the subcontractor during the contract term.
72,"30-07
PUBLIC TRANSPORTATION
06111
Page 3 of 4
Financial Project No, 25222811407
Contract No. AOU27
Agreement Date
Except as hereby modified, amended or changed, all other terms of said Agreement dated June
and any subsequent supplements shall remain in full force and effect.
27th 2007
IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first
above written.
AGENCY
MONROE COUNTY
AGENCY NAME
SIGNATORY (PRINTED OR TYPED)
SIGNATURE
TITLE
V,QN OE COUNTY ATT R '`
APPQVED AS 70 FOR
SAN LEY
AMST NT COUNTY ATTORNEY
FDOT
See attached Encumbrance Form for date of Funding
Approval by Comptroller
LEGAL REVIEW
DEPARTMENT OF TRANSPORTATION
DEPARTMENT OF TRANSPORTATION
TITLE
FM # 252228-1-14-07
CONTRACT # AOU27
Supplemental JPA #3
EXHIBIT "A"
PROJECT DESCRIPTION AND RESPONSIBILITIES
Revised and Supplemented
This exhibit forms an integral part, and supersedes previously incorporated Exhibit A, of that
certain Joint Participation Agreement between the State of Florida, Department of
Transportation, and the Monroe County Planning Department, Suite 410, 2798 Overseas
Highway. Suite 400, Marathon, Florida, 33050, dated June 27, 2007. Revised in accordance
with Supplemental JPA #3, dated , 2011.
PROJECT LOCATION: Monroe County, Florida
PROJECT DESCRIPTION: Monroe County Transportation Planning Program
SCOPE OF SERVICES
TASK 1: TRANSPORTATION PLANNING CONSULTANT ASSISTANCE
1. PURPOSE
The purpose of this task is to provide funding assistance for a transportation planning consultant
to support the Monroe County Planning Department staff. This support is for the purpose of
maintaining the transportation planning program of the County, and to provide assistance for
general transportation planning and analysis activities. This support will include plan updates,
planning studies, traffic operational analyses, data collection, technical support, review of
development proposals, and any other activities necessary to support the transportation planning
program of the County.
2. ACTIVITIES
The transportation planning consultant will provide assistance to Monroe County Planning
Department staff in the following areas: preparation of traffic impact reports; attendance at
public meetings and hearings; site plan reviews for internal traffic flows and access; review of
transportation elements, reports, or plans prepared by County staff in support of the
comprehensive plan. This task may also include data collection, level of service analysis, and
systems planning activities, including running the FSUTMS model, and other technical support.
This task may also include the annual US 1 travel time studies which monitor the level of service
on US 1 for concurrency management purposes pursuant to the Monroe County Comprehensive
Plan. The studies will be conducted in accordance with the US 1 LOS Task Force methodology,
approved by the County, the Florida Department of Transportation, and the Florida Department
of Community Affairs. The study may be conducted jointly by the Monroe County staff, and the
general transportation planning consultant.
This task may also include any other studies necessary to support the transportation planning
program of the County. Such studies may include bicycle and pedestrian planning and analysis;
September 20, 2011
FM # 252228-1-14-07
CONTRACT # AOU27
Supplemental JPA #3
scenic highway planning, designation, and coordination activities; corridor studies and plans;
review, or preparation of revisions to the land development regulations; development of
transportation impact fee ordinances; evaluation of the traffic impact review process of the
County; or the re-evaluation of the level of service methodology for US 1.
The Monroe County staff will administer the consultant contract, issue task work orders, review
consultant products and progress reports, prepare invoices for submission to the Department, and
participate in transportation planning, analysis, and data collection activities as necessary.
3. COST $430,000.00
TOTAL TASK FUNDING AMOUNT: $430,000.00
TASK 2: TRANSPORTATION PLANNING STAFF ASSISTANCE
I.PURPOSE
The purpose of this task is to provide funding assistance for transportation planning staff
positions to support the Monroe County Planning Department. The purpose of the staff funding
is to provide personnel to manage and oversee the transportation planning program of the
County. This program management and oversight will include coordination activities with the
Department, and will also coordinate the transportation planning and analysis activities of the
consultant. The transportation planning program will include plan updates, planning studies,
traffic operational analyses, data collection, technical support, review of development proposals,
and all other activities necessary to maintain a coordinated, comprehensive, and continuing
transportation planning program for Monroe County.
2. ACTIVITIES
A) PROJECT ADMINISTRATION: The transportation planning staff will provide a variety
of administrative tasks including, but not limited to the following: administer the
consultant contract; participate in the consultant selection process; oversee the
transportation planning consultant activities; issue task work orders; review consultant
work products; review consultant progress reports, and prepare quarterly progress reports
for the Department; meet with the Department's project manager quarterly; prepare
invoices for submission to the Department (in a Department approved format); and
generally manage the transportation planning program of the County.
B) PLANNING PROGRAM MANGMENT: The transportation planning staff will provide
management in the following areas: preparation of traffic impact reports; attendance at
public meetings and hearings; site plan reviews for internal traffic flows and access;
review of transportation elements, reports, or plans prepared by County staff in support of
the comprehensive plan. This task may also include data collection, level of service
September 20, 2011
FM # 252228-1-14-07
CONTRACT # AOU27
Supplemental JPA #3
analysis, and systems planning activities, including running the FSUTMS model, and
other technical support.
C) US 1 TRAVEL TIME ANALYSIS: Coordinate the annual US ltravel time studies
which monitor the level of service on US 1 for concurrency management purposes
pursuant to the Monroe County Comprehensive Plan. Manage all consultant activities for
this task.
D) TRANSPORTATION PLANNING AND ANALYSIS ACTIVITIES: This task may
include any other studies necessary to support the transportation planning program of the
County. Such studies may include bicycle and pedestrian planning and analysis; scenic
highway planning, designation, and coordination activities; corridor studies and plans;
review or development of land development regulations; development or administration
of transportation impact fee ordinances; evaluation of the traffic impact review process of
the County; or the re-evaluation of the level of service methodology for US 1.
E) OTHER TRANSPORTATION RELATED ACTIVITIES: This position can respond to,
and participate in, any other tasks or activities necessary to support the transportation
planning program of the County. All related transportation planning activities will be
documented in the quarterly progress reports to the Department.
3. COST
Salary and Benefits: $65,000 x 1.40 = $91,000.00 annually x 2 years
Travel, Materials, and Equipment Expenses: $10,000 annually x 2 years
(Expenses must receive prior approval by the Department to be eligible for
reimbursement.)
$404,000.00
Additional funds will be added for salary for two quarters
This salary cost was previously billed under JPA AN082
Plus supplemental agreement funding: $ 45,000.00
TOTAL TASK FUNDING AMOUNT: $449,000.00
September 20, 2011
FM # 252228-1-14-07
CONTRACT # AOU27
Supplemental JPA #3
EXHIBIT "B"
PROJECT COST AND BUDGET
Revised and Supplemented
This exhibit forms an integral part, and supersedes previously incorporated Exhibit B, of that
certain Joint Participation Agreement between the State of Florida, Department of Transportation
and the Monroe County Planning Department, 2798 Overseas Hi way. Suite 410, Marathon,
Florida, 33050-2227, dated June 27, 2007. Revised in accordance with Supplemental JPA #3,
dated , 2011.
1. PROJECT BUDGET:
Original JPA Amount $417,000.00
Supplemental Agreement #1 $417,000.00
Supplemental Agreement #3 $ 45,000.00
TOTAL PROJECT COST: $879,000.00
II. FUND PARTICIPATION:
Maximum Federal Participation
(75%)
$659,250.00
Public Agency Participation
In -Kind
(12.5%)
$109,875.00
Cash
(0%)
$0.00
Other
(0%)
$0.00
Maximum Department Participation
(DSF)
(12.5%)
$109,875.00
TOTAL PROJECT COST $879,000.00
September 20, 2011
FM # 252228-1-14-07
CONTRACT # AOU27
Supplemental JPA #3
EXHIBIT "C"
(GENERAL)
Revised and Supplemented
This exhibit forms an integral part, and supersedes previously incorporated Exhibit C, of that
certain Joint Participation Agreement between the State of Florida, Department of Transportation
and the Monroe County Planning Department, 2798 Overseas Highway, Suite 410, Marathon,
Florida, 33050-2227, dated June 27, 2007. Revised in accordance with Supplemental JPA #3,
dated , 2011.
INVOICING, PROGRESS REPORTS AND MEETINGS
In order to obtain payments, the Public Agency shall:
1. Submit quarterly progress reports which are acceptable to the Department describing the
work and which adequately justify and support the payment requested; and
2. Meet quarterly with the Department to go over the progress report; and
3. Submit to the Department its quarterly invoice on forms prescribed by the Department,
and such other data pertaining to the Project Account and the Project as the Department
or the Federal Highway Administration may require to justify and support the payment
requested; and
4. Comply with all applicable provisions of this Agreement.
Pursuant to Section 4.00 of the Joint Participation Agreement, and Exhibit B, invoices will be
reimbursed at a rate of 87.5% of the total cost of all eligible work activities.
Pursuant to Section 22.00 of the Joint Participation Agreement, the Department shall have ten
(10) working days to inspect and approve the quarterly progress report prior to processing the
submitted invoice.
September 20, 2011
EXHIBIT D PUBLIC TRANSPORTATION
0410E
FEDERAL and/or STATE resources awarded to the recipient pursuant to this agreement should be listed below. If the
resources awarded to the recipient represent more than one Federal or State program, provide the same information for
each program and the total resources awarded. Compliance Requirements applicable to each Federal or State program
should also be listed below. If the resources awarded to the recipient represent more than one program, list applicable
compliance requirements for each program in the same manner as shown here:
(e.g., What services or purposes the resources must be used for)
(e.g., Eligibility requirements for recipients of the resources)
(Etc...)
NOTE: Instead of 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.
FEDERALRESOURCES
Federal Agency Catalog of Federal Domestic Assistance (Number & Title) Amount
FHWA 20.205, Highway Planning and Construction $659,250.00
Compliance Requirements
1. Federal participation is 75%; State participation is 12.5%; Local participation is 12.5%.
2. In accordance with this JPA #AOU27, and Supplemental Agreement #3, including revised Exhibits A, B, C, and D.
3.
OBJECTIVES
Federal -aid Highway Program: To assist State transportation agencies in the planning and development of an
integrated, interconnected transportation system important to interstate commerce and travel by constructing
and rehabilitating the National Highway System (NHS), including the Eisenhower Interstate System; and for
transportation improvements to most other public roads, to provide aid for the repair of Federal -aid highways
following disasters; to foster safe highway design; to replace or rehabilitate deficient or obsolete bridges; and to
provide for other special purposes. This program also provides for the improvement of roads in Puerto Rico,
Guam, the U.S. Virgin Islands, American Samoa, the Northern Mariana Islands, and the Alaska Highway. The
Federal Lands Highway Program (FLHP), as an adjunct to the Federal Aid Highway Program, provides
assistance to the Federal Land Management Agencies (FLMAs) for Federally owned roads. It provides
transportation engineering services for planning, design, construction, and rehabilitation of the highways and
bridges providing access to federally owned lands. The Federal Lands Highway organization also provides
training, technology, deployment, engineering services, and products to other customers.
USES AND USE RESTRICTIONS
Federal -aid highway funds are generally apportioned by statutory formulas to the States. They are generally
restricted to roads open to the public and not functionally classified as rural minor collectors or local.
Exceptions to this highway functional classification restriction include: planning and research activities; bridge,
bicycle and pedestrian, and safety improvements that may be on any public road; transportation enhancement
activities; the recreational trails program (see program 20.219); safe routes to school, non -motorized
transportation, the FLHP, and public transportation improvement. The FLHP is not a grant program. For
highway projects, funds may be used for environmental studies, engineering and design services, right-of-way
FM# 25222811407 Contract AOU27 Supplemental JPA #3
EXHIBIT D
725.030-06
PUBLIC TRANSPORTATfON
04/06
acquisition and relocation assistance, and construction for capital improvement projects classified as new
construction, reconstruction, restoration, rehabilitation, and resurfacing, or for functional, geometric, or safety
reasons. Funds may also be used for planning; research, development, and technology transfer; intelligent
transportation systems projects; roadside beautification; wetland and natural habitat mitigation, traffic
management and control improvements; improvements necessary to accommodate other transportation modes,
development and establishment of transportation management systems; billboard removal; constriction of
bicycle facilities and pedestrian walkways; fringe and corridor parking; car pool and van pool projects;
transportation enhancements such as scenic and historic highway improvements; and recreational trails. Funds
generally cannot be used for routine highway operational activities, such as police patrols, mowing, snow
plowing, or maintenance, unless it is preventative maintenance. Also, funds authorized for the NHS, Surface
Transportation Program (STP), Congestion Mitigation and Air Quality (CMAQ) Improvement Program, Equity
Bonus (BE) program, and some additional programs may be used for mass transportation improvements;
CMAQ funds are limited to projects and programs in air quality, non -attainment and maintenance areas for
ozone, carbon monoxide, and small particulate matter that reduce transportation related emissions. Eligibility
criteria for the programs differ, so program guidance should be consulted. Projects in urban areas of 50,000 or
more population must be based on a transportation planning process carried out by a Metropolitan Planning
Organization (MPO) in cooperation with the State and transit operators, and the projects must be included in
metropolitan transportation plans and improvement programs. Projects in non -metropolitan areas of a State
must be consistent with a statewide transportation plan. Projects in both metropolitan and non -metropolitan
areas must also be included in a fiscally constrained Statewide Transportation Improvement Program (STIP)
developed as part of the required statewide transportation planning process. The FHWA and the Federal Transit
Administration (FTA) must approve the STIP jointly.
APPLICANT ELIGIBILITY
By law, the Federal -aid highway program is a federally assisted State program that requires each State to have a
suitably equipped and organized transportation department. Therefore, most projects are administered by or
through State transportation departments (State DOTS). Projects to be funded under the Federal -aid highway
program are generally selected by State DOTs or MPOs, in cooperation with appropriate local officials, as
specified in 23 U.S.C. and implementing regulations. Territorial highway projects are funded in the same
manner as other Federal aid highway projects, with the territorial transportation agency functioning in a manner
similar to a State transportation department. Most FLHP projects are administered by the FHWA Office of
Federal Lands Highway and its Divisions or by the various FLMAs. Under the FLHP, projects in the Indian
Reservation Road (IRR) Program are selected by Tribal governments and are approved by the Bureau of Indian
Affairs (BIA) and the Federal Highway Administration. Due to recent legislation, Tribal governments meeting
certain requirements may now administer various IRR projects on behalf of the BIA and FHWA. The Fish and
Wildlife Service (FWS) and the National Park Service (NPS) select projects in the Refuge Road and Park Roads
and Parkways programs, respectively. For the Forest Highway Program, the Forest Service, the States and the
Federal Highway Administration jointly select projects.
FORMULA AND MATCHING REQUIREMENTS
Most Federal -aid highway funds are distributed by statutory formula. Eligibility requirements for most
programs are also determined by legislative criteria. Some categories, including part of the bridge and Interstate
Maintenance funds, are distributed on a discretionary basis. The normal maximum Federal share is 90 percent
for the EIS projects, and 80 percent for most other projects. The Federal share for some programs may be
increased in the case of States with large areas of Federal lands. Some projects, including territorial highway
projects, FLHP projects, certain safety improvements, and emergency relief projects require no matching of
Federal funds.
FM# 25222811407 Contract AOU27 Supplemental JPA #3
EXHIBIT D
725430.06
PUBLIC TRANSPORTATION
04/06
AUDITS
In accordance with the provisions of OMB Circular No. A-133 (Revised, June 27, 2003), Audits of States,
Local Governments, and Nonprofit Organizations, nonfederal entities that expend financial assistance of
$500,000 or more in Federal awards from all sources during their fiscal year must have a single or a program -
specific audit conducted for that year. Nonfederal entities that expend less than $500,000 a year in Federal
awards are exempt from Federal audit requirements for that year, except as noted in Circular No. A-133.
STATE RESOURCES
State Agency Catalog of State Financial Assistance (Number & Title) Amount
FDOT 55.023, State Highway Project Reimbursement $109,875.00
Compliance Requirements
Federal participation is 75%; State participation Is 12.5%; Local participation is 12.5%.
2. In accordance with this JPA #AOU27, and Supplemental Agreement #3, including revised Exhibits A, B, C, and D.
3.
CSFA Number:
55.023
State Project Title:
State Highway Project Reimbursement
Agency:
Department of Transportation
Program Objectives:
To reimburse counties or municipalities for expenditures made on
projects on the State Highway System.
Program Procedures:
The Department enters into an agreement with the county or
municipality identifying the project scope of services, eligible
project costs and the project schedule.
Compliance
Requirement:
Activities Allowed:
Project costs must be incurred subsequent to agreement
execution (contract provision). Project scope of services identifies
the types of work that are eligible for reimbursement (contract
provision).
Allowable Costs:
Identified in the contract document up to a lump sum or
maximum limiting amount.
Cash Management:
Not applicable.
Eligibility:
Project must be on the State Highway System.
Equipment I Real
Not applicable.
Property
Management:
Matching:
Not applicable.
Period of Availability:
State Fiscal Year: July 1 to June 30. The contract must be
executed during the fiscal year for which state funds are
programmed. Once committed, the funds certify forward across
fiscal years for the life of the contract.
Reporting:
Project costs are reviewed and approved upon receipt of an
FM# 25222811407
Contract AOU27 Supplemental JPA #3
EXHIBIT D
invoice from the county of municipality.
725-030-M
PUBLIC TRANSPORTATION
04106
Sub -recipient The county or municipality is responsible for monitoring to work
Monitoring: of sub -recipients. Sub -recipient invoices are reviewed, verified
and paid by the county of municipality. County or municipality
invoices are then reviewed and approved for payment by FDOT.
Sub -recipients do not invoice FDOT directly.
Matching Resources for Federal Programs
Federal A-gency Catalog of Federal Domestic Assistance (Number & Title) Amount
n/a n/a
Compliance Reauirements
n/a
1.
2.
3.
NOTE: Section .400(d) of OMB Circular A-133, as revised, and Section 215.97(5)(a), Florida Statutes, require that
the information about Federal Programs and State Projects included in this exhibit be provided to the recipient.
FM# 25222811407 Contract AOU27 Supplemental JPA #3
Ca�c.af C.' 14 r k's 0-P-P1*CV .
e
or�ine.j
Financial Project No.:
252228-1-14-07
egrU -p aw"quence
Contract No.: A91V 22
CFDA Number: 20.205
STATE OF FLORIDA DFPARTIoENT OF TRANSPORTATION 7 "30-M
PUBLIC TRANSPORTATION PLBLIOTRANSPORTATON
aim
JOINT PARTICIPATION AGREEMENT Page Iof14
Fund: XL
Function: 215
Federal No.: grg 77
No..
FLAIR Approp.: 088854
FLAIR Obj.: 790015
Org. Code: 55062010630
Vendor No.: F596000749054
CSFA Number. 55.023
THIS AGREEMENT, made and entered into this day of tTu 0 e— , ZOO 7
by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida,
hereinafter referred to as the Department, and MONROE COUNTY PLANNING DEPARTMENT
2798 OVERSEAS HIGHWAY, SUITE 410, MARATHON, FL 33050
hereinafter referred to as Agency. The Department and Agency agree that all terms of this Agreement will be completed
on or before December 31, 2009 and this Agreement will expire unless a time extension is provided
In accordance with Section 18.00.
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
334.044
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 funding to the Agency to undertake the work elements related to: 1) general, short- and long-range
transportation planning; 2) US-1 arterial travel time and delay studies; and 3) Florida Keys Scenic Highway Coordinator,
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.
72543o.oe
PUBLIC TRAMPMAT10N
ON?
Pape 2 of %
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 cant' 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 $ 417,000.00 This amount
is based upon the estimate summarized in Exhibit "B" 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 $ 364,875.00 ✓ as detailed in Exhibit "B", or in 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 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 & B) at the time appropriation authority
becomes available.
4.20 Front End Funding : Front end funding Q 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 Retalnage : Retalnage O is 0 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.
725-03048
PUSUC TRANSPOR"ATON
03W
Page 3 of U
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 compiles 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 Departments program guldelines/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 Rem 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 "D" attached hereto and by
this reference made a part hereof this Agreement.
725-030-M
PUBLIC TRANSPORTATION
0307
Papa 4 0/ 14
7.61 Monitoring: in addition to reviews of audits conducted In accordance with OMB Circular A-133 and Section
215.97, Florida Statutes, (see "Audits' below), monitoring procedures may include, but not be limited to, on -site visits by
Department staff, limited scope audits as defined by OMB Circular A-133, and/or other procedures. The Agency agrees
to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. In the
event the Department determines that a limited scope audit of the Agency is appropriate, the 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 OMB
Circular A-133 and a recipient of federal funds, the following annual audit criteria will apply:
1. In the event that the recipient expends $500,000 or more in Federal awards in its fiscal year, the recipient must
have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised.
Exhibit "D" to this agreement Indicates Federal resources awarded through the Department by this agreement. In
determining the Federal awards expended in Its fiscal year, the recipient shall consider all sources of Federal awards,
including Federal eesources 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.
2. In connection with the audit requirements addressed In Part I, Paragraph 1., the recipient shall fulfill the
requirements relative to audltee responsibilities as provided in Subpart C of OMB Circular A-133.
3. If the recipient expends less than the amount in Part I, Paragraph 1., an audit conducted in accordance with the
provisions of OMB Circular A-133, is not required. If the recipient elects to conduct such an audit, the cost of the audit
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 "D" to this agreement Indicates state financial assistance awarded through the Department by this agreement. In
determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources 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 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.
726-03p.0p
PUBUC TRANSPORTATION
03m?
Pape a 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 OMB Circular A-133, as revised, and required
by Section 7.621 of this agreement shall be submitted, when required by Section .320 (d), OMB Circular A-133, by or
on behalf of the recipient directly to each of the following:
A. The Department at each of the following addresses:
Florida Department of Transportation
1000 NW 111 Avenue
Miarni, Florida 33172
B. The number of copies required by Sections .320 (d)(1) and (2). OMB Circular A-133, submitted to the following
address:
Federal Audit Clearinghouse
Bureau of the Census
1201 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.
2. In the event that a copy of the reporting package for an audit required by Section 7.621 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
1000 NW 111 Avenue
Miami, Florida 33172
In addition, pursuant to Section .320 (0, OMB Circular A-133, as revised, the recipient shall submit a copy of the
reporting package described in Section .320 (c), OMB Circular A-133, and any management letters issued by the
auditor, to the Department at each of the following addresses:
Florida Department of Transportation
1000 NW 111 Avenue
Miami, Florida 33172
7Ysa30ae
PUSUC TRANSPORTATION
03107
Paps 6 of 14
3. Copies of financial reporting packages required by Section 7.622 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
1000 NW 111 Avenue
Miami, Florida 33172
B. The Auditor General's Office at the following address:
Auditor General's Office
Room 401, Pepper Building
111 West Madison Street
Tallahassee, Florida 32399-1450
4. Copies of reports or the management letter required by Section 7.623 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
1000 NW 111 Avenue
Miami, Florida 33172
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 OMB Circular A-133, Section 215.97, Florida Statutes, and
Chapter 10.550 (local governmental entities) or 10,650 (nonprofit and for -profit organizations), Rules of the Auditor
General, as applicable.
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 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.
72s-a90M
PUBLIC TRANSPORTAT ON
03007
Pape 7 of 14
6.00 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 Six Public Transportation Office 1000 NW 111 Avenue, Planning Office, Miami , FL,
33172 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 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.
820 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, including any and all
federal financial assistance as detailed In Exhibit "B."
8.30 Disallowed Costs: In determining the amount of the payment, the Department will exclude all projects
costs incurred by the Agency prior to the effective date of this Agreement, costs which are not provided for In the latest
approved budget for the project, and costs attributable to goods or services received under a contract or other
arrangements which have not been approved in writing by the Department.
T25-MI46
PUBLIC TRANSPORTATgN
03W
Page B 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 final termination or
suspension notice under this paragraph, the Agency shall proceed promptly to carry out the actions required therein
which may include any or all of the following: (1) necessary action to terminate or suspend, as the case may be, project
activities and contracts and such other action as may be required or desirable to keep to the minimum the costs upon the
basis of which the financing is to be computed; (2) furnish a statement of the project activities and contracts, and other
undertakings the cost of which are otherwise includable as project costs; and (3) remit to the Department such portion of
the financing and any advance payment previously received as is determined by the Department to be due under the
provisions of the Agreement. The termination or suspension shall be carried out in conformity with the latest schedule,
plan, and budget as approved by the Department or upon the basis of terms and conditions imposed by the Department
upon the failure of the Agency to furnish the schedule, plan, and budget within a reasonable time. The approval of a
remittance by the Agency or the closing out of federal financial participation in the project shall not constitute a waiver of
any claim which the Department may otherwise have arising out of this Agreement.
9.12 The Department 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 wdting 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 Department specifically reserves
unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the
employment of the same.
725.030-0B
PUBLIC TRANSPORTATION
03W
Page Rd 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 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.
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 recrultment advertising;
layoff or termination; rates of pay or 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
U.S.C. 2000d, et. seq.), the Regulations of the Federal Department of Transportation issued thereunder, and the
assurance by the Agency pursuant thereto.
13.30 Title VI II - 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 Vill 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 U.S.C. 12102, et.
seq.), the regulations of the federal government issued thereunder, and the assurance by the Agency pursuant thereto.
7no3o-oa
PueuC TRANSPORTATION
0310T
Pepe 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.
13.601nterest 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 responsible 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 shall the making by the Department of any
payment to the Agency constitute or be construed as a waiver by the Department of any breach of covenant or any
default which may then exist, on the part of the Agency, and the making of such payment by the Department while any
such breach or default shall exist 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.
726.030-M
PUBUC TRANSPORTATION
09NT
Pegg 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 applicable.
14.80 Disposal of Project Facilities or Equipment: if the Agency disposes of any project facility or equipment
during its useful life for any purpose except Its replacement with like facility or equipment for public transportation use, the
Agency will comply with the terms of 49 CFR Part 18 relating to property management standards. The Agency agrees to
remit to the Department a proportional amount of the proceeds from the disposal of the facility or equipment. Said
proportional amount shall be determined on the basis of the ratio of the Department financing of the facility or equipment
as provided in this Agreement.
14.00 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 portlons 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.
726-030-B
PUBUC TRANSPORTAT ON
O&G7
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(6xa), 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, 2009 . 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
Departments District Six Secretary . 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 Invoke: 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 some 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.
T254W-oe
PUBLIC TRANSPORTATION
=7
Pape 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 Fas 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 returned 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 affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity,
may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work,
may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any
public entity In excess of the threshold amount provided in 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.
725-030-06
PJBL+C TRANSPCRTATFON
0&07
PaGA 14 CI 14
Financial Project No, 252228-1-14-07 _
Contract No. ou ,?-7
Agreement Date \;4inG oZ7, 200�
IN WITNESS WHEREOF, the parries hereto have caused these presents be executed, the day and year first above written.
AGENCY
BOARD OF COUNTY COrMISSIONIM OF
MONROE COUNTY, FLORIDA
AGENCY NAME
MARIO DI GEBNARO
SIGNATO INTED OR TYPED}
k C
SC.OTURE
MAYOR G�Z 0/07
TITLE
R4-fe%-f DaLnny L. k*/"-%je./C/f�
�y
FDOT
See attached Encumbrance Form for date of Funding
Approval by Comptroller
TECOC—RE-VIEW
DEPARTMENT OFTRANSPO ATION
DFPARTMtJ OFTRANSPO TAT10N
District Six Secretary
TITLE
MONROE COUNTY ATTORNEY
APPROY5D AS TO FORM:
SUSAN M.SAIMSLEY '
SS--5
Date ,,SS -1IOIITTNN0I�ATTORNEY }
N
o b
� y
V
'+7
In
Mon
o
FM # 252228-1-14-07
CONTRACT # 4yU91
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 Monroe County Planning Department,
Suite 410, 2798 Overseas Highway, Suite 400, Marathon, Florida, 33050, dated
4.7"At .174A00-7.
PROJECT LOCATION: Monroe County, Florida
PROJECT DESCRIPTION: Monroe County Transportation Planning Program
SCOPE OF SERVICES
TASK 1: TRANSPORTATION PLANNING ASSISTANCE
I.PURPOSE
The purpose of this task is to provide funding for a general transportation planning consultant
that will provide assistance to the Monroe County Planning Department staff for the purpose of
maintaining the short and long range transportation planning programs of the County, and to
provide assistance for general transportation planning and analysis activities, including data
collection, technical support, and review of development proposals.
2. ACTIVITIES
The transportation planning consultant will provide assistance to Monroe County Planning
Department staff in the following areas, preparation of traffic impact reports, including
attendance at appropriate public meetings and hearings; site plan reviews for internal traffic
flows and access; provision of review comments on relevant transportation elements of reports
and plans prepared by County staff in support of the comprehensive plan. This task may also
include data collection, level of service analysis, and systems planning activities, including
running the FSUTMS model, and other technical support.
The Monroe County staff will administer a consultant contract, issue work orders, prepare
invoices for submission to the Department, and participate in planning, analysis, and data
collection activities as necessary.
This project may also include special studies in support of the comprehensive planning program
administered by the County Planning Department within the Keys. Any findings or
recommendations may be incorporated into the comprehensive plan, the land development
regulations, or the development review process of the County. The project may also include re-
evaluation of the level of service methodology for U.S. 1.
3. COST $95,000.00
TASK 2: US 1 ARTERIAL TRAVEL TIME AND DELAY STUDIES
1. PURPOSE
The travel time studies will be used to monitor the level of service on U.S. 1 for concurrency
management purposes pursuant to the Monroe County Comprehensive Plan. The studies will be
conducted in accordance with the US 1 LOS Task Force methodology, which was approved by
the County, the Florida Department of Transportation, and the Florida Department of
Community Affairs. The study may be conducted jointly by the Monroe County staff, and the
general transportation planning consultant.
2. ACTIVITIES
A. Using the floating car method, the County will record travel time, speed and delay
data for: a) each of the 24 segments of U.S. 1, from Florida City to Stock Island; and b) the
length of U.S. 1 from the Dade County line to the Cow Key Channel.
B. The data will be recorded by date, day of week, time of day, and direction.
C. The study will be conducted over 14 days within the six -week period from
February 15 to March 31. The study will consist of 14 round-trip runs, sampling each day of the
week twice.
D. The study schedule will be coordinated with seven day, 24-hour traffic counts to
be conducted in Islamorada (MM 84), Marathon (MM 50), and Big Pine Key (MM 30).
E. The study will employ the staggered schedule of departure times previously
approved by the Task Force so as to record peak hour conditions in as many different locations
as possible.
F. The study results will be summarized in report format including a series of tables
and graphs. A statistical analysis of the mean, median, standard deviation, and range of speeds
recorded for each segment and for the overall distance will be provided. Excess roadway
capacity and deficiencies in capacity will be reported.
3. COST $0.00*
*The cost of this task will be included under Task 1.
TASK 3: FLORIDA KEYS SCENIC HIGHWAY COORDINATOR
L PURPOSE
This task will provide funding to the Monroe County Planning Department to hire a Florida Keys
Scenic Highway Coordinator to administer the Florida Keys Scenic Highway of the County.
2. ACTIVITIES
The Florida Keys Scenic Highway Coordinator will be responsible for the following tasks:
A. Provide leadership related to the Florida Keys Scenic Highway — 50%
• Provide staff support to the Florida Department of Transporation and
Monroe County Office of Planning in administering the State and National
Scenic Highways Program for the Florida Keys Scenic Highway. This
may include applying for grants, attending meetings, teleconferences,
workshops, or as directed by the FDOT Project Manager.
• Assist Florida Keys Scenic Highway Corridor Management Entity (CME)
in scheduling, organizing, facilitating and documenting CME meetings.
• Develop a work program for the Florida Keys Scenic Highway Master
Plan in conjunction with CME meetings.
• Manage/oversee consultant work related to the Florida Keys Scenic
Highway initiatives.
• Assess corridor funding needs.
• Identify grant sources for planning and project development, and prepare
and submit grant applications.
• Assist CME with preparation of CMP Annual Report and Five Year CMP
Update.
• Develop partnerships and coordinate with local government staff and
appropriate staff from the public and private sectors (e.g., members of the
CME) to implement the Florida Keys Scenic Highway Corridor
Management Plan and to ensure adequate representation and input from
stakeholders.
B. Coordinate programmatic and procedural aspects of the Florida Keys Scenic
Highway with Monroe County transportation planner and the Florida Department of
Transportation — 25%
• Review development and project proposals on the state and local roadway
system.
• Coordinate project development activities with FDOT, FDEP, Monroe
County Public Works, Monroe County Municipalities, and other agencies.
C. Design and implement an ongoing public participation program for the Florida
Keys Scenic Highway — 25%
• Prepare and disseminate presentations and materials. Implement public
information outreach and education programs. Develop surveys and
utilize feedback from the public in the design and implementation of
FKSH action plans and strategies.
• Document community benefits resulting from designation.
• Public Relations in support of the Florida Keys Scenic Highway program.
This includes the production of a website and other applicable
informational materials. All expenditures related to this task will require
prior authorization by the FDOT Project Manager.
3. COST
Salary, Taxes, WC and Benefits
Travel
Public Relations
TASK 4: PROJECT ADMINISTRATION
$134,900
$60,500 annually x 2 years
$ 4,500
$ 9,400
I.PURPOSE
The purpose of this task is to ensure administration of the project by Monroe County Planning
Department staff.
2. ACTIVITIES
The task activities will include selecting and coordinating with a transportation planning
consultant, issuing work orders, reviewing and approving consultant products, paying invoices,
preparing quarterly progress reports, invoicing the Department, and generally administering the
transportation planning program of the County.
3. COST $0.00**
**The cost of this task will be included under Tasks I and 3.
TASK 5: LIVABLE COMMUNIKEYS PROGRAM (CORRIDOR ENHANCEMENT
PLANS
1.PURPOSE
The purpose of this task will be to utilize professional consultant services to develop
transportation plans for Stock Island, Key Largo, Duck Key to Long Key, and a Corridor
Landscape Master Plan.
2. ACTIVITIES
A. Develop a feasibility and implementation study for the Stock Island Corridor
Enhancement Plan. The firm(s) selected shall provide planning and design services to analyze
the recommendations from the Corridor Enhancement Plan for feasibility and implementation.
The plan will identify necessary environmental studies and permits, potential environmental and
community impacts, provide cost estimates, prepare a schedule of phased implementation with
recommended actions for each phase, and identify funding sources.
B. Develop a traffic maximization study for the Key Largo entrance. The firm(s)
selected shall perform and examine traffic studies, as well as corridor management plans and
future land use plans, in order to identify and design alternatives for maximizing the safety and
flow of traffic where U.S. 1 merges with CR 905 at mile marker 106. Public comment and input
will be sought through one or more public meetings.
C. Develop a corridor enhancement plan for U.S. 1 from Duck Key to Long Key.
The firm(s) selected shall provide planning, design services, and conduct a community charrette
to analyze methods and alternatives to public and private property improvements to enhance the
visual quality of the streetscape and identify bicycle, pedestrian and public transit improvements
to help reduce traffic congestion on US 1. Issues to be addressed shall include visual
enhancement, streetscapes, bicycle and pedestrian safety, appropriate parking, landscaping,
lighting, signage and general aesthetics, the identification and enhancement of the planning
area's "sense of place", identification of opportunities for public/private partnerships and other
funding mechanisms for implementation. The proposed recommendations are to be developed
and considered in the context of the Florida Keys Scenic Highway Corridor Management Plan,
the Florida Keys Scenic Highway Interpretive Master Plan, the Overseas Heritage Trail and the
Monroe County Livable CommuniKeys Plan. The exercise shall result in graphic alternatives,
recommendations of the development of specific land development regulations necessary to
facilitate and maintain improvements and community character, recommendations to improve
bicycle and pedestrian access throughout the planning area and an implementation plan that
includes planning estimates sufficient for preparing funding requests.
D. Develop a Corridor Landscape Master Plan for the U.S. 1 corridor in the
unincorporated areas of Monroe County. The firm(s) selected shall provide planning, design
services, and conduct community charrettes to identify landscaping techniques and types of
plants to enhance the aesthetics of the corridor, as well as improve the function and safety of the
corridor. The designs will take the following items into consideration:
Safety
Drainage
ROW maintenance
Landscape criteria/concepts
Buffers/screening
View corridors
Visual impact of utilities
Sustainability
The proposed recommendations are to be developed and considered in the context of the Florida
Keys Scenic Highway Corridor Management Plan, the Florida Keys Scenic Highway Interpretive
Master Plan, the Overseas Heritage Trail Master Plan, the Monroe County Livable
CommuniKeys Plans, as well as blending with the Marathon Beautification Plan as much as
practicable. The proposed recommendations also will be developed in the context of the
environmental sensitivity of the Florida Keys, the occurrence of frequent tropical storms and
hurricane threats, and will consider the use of native plant species.
3. COST $187,100.00
FM # 252228-1-14-07
CONTRACT#
EXHIBIT "B"
PROJECT BUDGET
This exhibit forms an integral part of that certain Joint Participation Agreement between the
State of Florida, Department of Transportation, and the Monroe County Planning Department,
Suite 410, 2798 Overseas Highway, Suite 400, Marathon, Florida, 33050, dated 7
I. PROJECT COST: $417,000.00
II. PARTICIPATION:
Maximum Federal Participation (XL) (75%) $312,750.00
Public Agency Participation (LFF) (12.5%) $ 52,125.00
In -Kind (00/0)
Cash (12.51/6) $52,125.00
Other (0%)
Maximum Department Participation (DSF) (12.5%) $ 52,125.00
TOTAL PROJECT COST $417,000.00
SPECIAL CONSIDERATION BY PUBLIC AGENCY:
The audit report(s) required in paragraph 7.6 of the Agreement shall include a schedule of project
assistance that will reflect the Department's contract number, FM number and the Federal
Identification number where applicable and the amount of state funding (receipt and
disbursement of funds) and any federal or local funding action from any other source with
respect to the project.
SPECIAL CONSIDERATIONS BY DEPARTMENT: None.
FINANCIAL PROJECT NO. 252228-1-14-07
CONTRACT NO. o
EXHIBIT "C"
(GENERAL)
This exhibit forms an integral part of that certain Joint Participation Agreement between
the State of Florida, Department of Transportation and the Monroe County Planning
Department, 2798 Overseas Highway, Suite 410, Marathon, Florida, 33050
referenced by the above Financial Project Number.
INVOICING AND PROGRESS REPORTS
In order to obtain any payments, the Agency shall:
1. Submit quarterly progress reports which are acceptable to the Department
describing the work and which adequately justify and support the payment
requested; and
2. Submit to the Department its quarterly invoice on forms prescribed by the
Department, and such other data pertaining to the Project Account and the Project
as the Department or the Federal Highway Administration may require to justify
and support the payment requested; and
3. Comply with all applicable provisions of this Agreement
Pursuant to Section 22.00, the Department shall have ten (10) working days to inspect
and approve the quarterly progress report prior to processing the submitted invoice.
Exhibit D
726430-06
PUBLIC TRA%SPORTATION
on?
ExNbq D
FEDERAL and/or STATE resources awarded to the recipient pursuant to this agreement should be listed below. If the
resources awarded to the recipient represent more than one Federal or State program, provide the same information for
each program and the total resources awarded. Compliance Requirements applicable to each Federal or State program
should also be listed below. if the resources awarded to the recipient represent more than one program, list applicable
compliance requirements for each program In the same manner as shown here:
• (e.g., What services or purposes the resources must be used for)
• (e.g., Eligibility requirements for recipients of the resources)
• (Etc...)
NOTE: Instead of 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.
EjJQERAL
• 11 • • ' ��-1•litdl
2.
3.
STATE RESOtJIiGES
State AgenGy Catalog of State Financial Assistance (Number & Title) Amount
FDOT 55.023, State Highway Project Reimbursement $52,125.00
Compliance Requirements
1. In accordance with the requirements detailed in Exhibit A, "Scope of Services"
2.
3.
Matchina Resources for Federal Programs
Federal Agency Catalog of Federal Domestic Assistance (Number & Title) Amount
FHWA 20.205, Highway Planning and Construction $312,750.00
Compliance Requirements
1. Federal participation: 75%; FDOT participation: 12.5%; Agency required match of non-federal share: 12.5%
2. In accordance with the requirements detailed in Exhibit A, "Scope of Services"
3.
NOTE: Section .400(d) of OMB Circular A-133, as revised, and Section 215.97(5)(a), Florida Statutes, require that
the information about Federal Programs and State Projects included in this exhibit be provided to the recipient.
Financial Project No.:
25222811407
Contract No.: AOU27
- v
STATE OF KORIDA DEPAKMENr OF TRANSPWAnoN rxs- 7
PUBLIC TRANSPORTATION PURXTWSPORTATM
SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT P o�
eras
Number 1
Fund: SL
Function: 215
Federal No.: SW7-370
DUNS No.:
Catalog of Federal Domestic Assistance Number. 20.205
FLAIR Approp.:
FLAIR Obj.: 790015
Org. Code: 55062010630
I Vendor No.: F596000749054
Catalog of State Financial Assistance Number. 55.023
THIS AGREEMENT, made and entered into this 2U "3' day of i V yle , 2009 ,
by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida,
hereinafter referred to as the Department, and Monroe County Planning Department
2798 Overseas Highway, Suite 410, Marathon, FL 33050
hereinafter referred to as Agency.
WITNESSETH:
WHEREAS, the Department and the Agency heretofore on the 27th day of June 12007
entered Into a Joint Participation Agreement; and
WHEREAS, the Agency desires to accomplish certain project items as outlined in the Attachment "A" appended
hereto; and
WHEREAS, the Department desires to participate In all eligible Items for this project as outlined in Attachment
"A" for a total Department Share of $729,760.00
NOW, THEREFORE THIS INDENTURE WITNESSETH: that for and in consideration of the mutual benefits to flow
from each to the other, the parties hereto agree that the above described Joint Partccpation Agreement Is to be amended
and supplemented as follows:
1.00 Project Descriptlon: The project description is amended
as follows:
Attached Exhibits A, B, C, and D supercede the previously incorporated exhibits in JPA AOU27 dated 6/27/2007. As
shown in revised Exhibit A, Task 1 provides funding assistance for a Transportation Planning Consultant to assist Monroe
County. Task 2 provides funding assistance for transportation planner posftn(s) to manage and administer the county's
transportation planning program.
a
2.00 Projot Cost:
Paragraph 3.00 of said Agreement is increased by
bringing the revised total cost of the project to $ 834,000.00
$417,000.00
Paragraph 4.00 of said Agreement is increased by $364,875.00
bringing the Department's revised total cost of the project to $ 729,750.00
3.00 Amended Exhibits:
Exhibit(s) A, B. C, and D
4.00 Contract Time:
725020.O7
PUBM TRANSPORTATION
MW
Pap 2 014
of said Agreement is amended by Attachment "A".
Paragraph 18.00 of said Agreement December 31st ,2010
"?5 030-07
f '.Yt IC TRANtF IAl'ON
L+T7
"ag, 3 of 4
Financial Project No. 2b222811407
Contract No. AOU27
--- --...,.._...---
Agreement Date 'Sur is zw , zoclq
Except as hereby modified, amended or changed, all other terms- of said Agreement dated June 271h 2007
and any subsequent supplements shall remain in full force and effect.
IN WITNESS "'HEREOF, the parties hereto have caused these presents to be executed, the day and year first
above written.
AGENCY
Monroe County
AGENCY NAME
George Ro Neugent
SIGNATORY INTED OR TYPED)
.40-r-
GNATURE
Mayor, Chairman 05/20/2009
TITLE
FDOT
See attached Encumbrance Form for date of Funding
Approval by Com oiler
LEGAL REVIEW
DEPARTMENT OF TRANSPORTATION
,)//J
DEPARTMENT OF TRANSPORTATION
' a v
TITLE 15
a
UMW L K MO E CILFA
e,
C_1%
MONRIBE 6HIJI` �.,, ATTORNEV
o
Cz
APPR U fO FORM:
SU "; +SLE
•-iD
w
n
ATTORNEY
T G7
r~ rn
Ilv
O
Date 06
v
TZS.000.07
PUBUC TRANSPORTATION
04W
Popp 4 of 4
Financial Project No. 25222811407
Contract No. AOU27
Agreement Date �`,tht 2 , ZOoG
ATTACHMENT W
SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT
This Attachment forms an Integral part of that certain Supplemental Joint Participation Agreement between
the State of Florida, Department of Transportation and Monroe County
dated ju,W ,2&,Z 9•
DESCRIPTION OF SUPPLEMENT (Include justification for cost change):
The additional project funding is for staff and consultant assistance for the Monroe County transportation planning
program. Attached revised Exhibits A, B, C, and D are hereby made a part of this agreement
1. Project Cost: As Approved As Amended Net
$417,000.00 $834,000.00 $417,000.00
Total Project Cost $417,000.00 $834,000.00 $417,000.00
I. Fund As Approved As Amended Net
Department $364,875.00 $729,750.00 $364.875.00
Agency: $52,125.00 $104,250.00 $62,125.00
$0.00 $0.00 $0.00
Total Project Cost $417,000.00 $834,000.00 $417,000.00
Comments:
72S-03DA7
PUBLIC TRANSPORTATION
007
AEd W Pop
III. MULTI -YEAR OR PREQUALIFIED PROJECT FUNDING
If a project Is a multi -year or prequalifled project subject to paragraphs 4.10 and 17.20 of this agreement, funds
are programmed in the Department's Work program In the following fiscal year(s):
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
Project years may be advanced or deferred subject to Legislative appropriation or availabity of funds.
FM #_ 252228-1 - 14-07
CONTRACT# AO
Supplemental JPA #1
EXHIBIT "A"
PROJECT DESCRIPTION AND RESPONSIBILITIES
Revised and Supplemented
This exhibit forms an integral part, and supersedes previously incorporated Exhibit A, of that
certain Joint Participation Agreement between the State of Florida, Department of
Transportation, and the Monroe County Planning Department_ Suite 410 2799 OverseN
Highway. Suite 400 M tbgn_ Florida 33050 dated June 27, 2007. Revised in accordance
with Supplemental JPA #1, dated —\,. In f t 0 , 2009.
PROJECT LOCATION:
PROJECT DESCRIPTION:
SCOPE OF SERVICES
Monroe County, Florida
Monroe County Transportation Planning Program
1. PLmPOSE
The purpose of this task is to provide funding assistance for a transportation planning consultant
to support the Monroe County Planning Department staff. This support is for the purpose of
maintaining the transportation planning program of the County, and to provide assistance for
general transportation planning and analysis activities. This support will include plan updates,
Planning studies, traffic operational analyses, data collection, technical support, review of
development proposals, and any other activities necessary to support the transportation planning
program of the County.
2. ACTIVITIES
The transportation planning consultant will provide assistance to Monroe County Planning
Department staff in the following areas: preparation of traffic impact reports; attendance at
public meetings and hearings; site plan reviews for internal traffic flows and access; review of
transportation elements, reports, or plans prepared by County staff in support of the
comprehensive plan. This task may also include data collection, level of service analysis, and
systems planning activities, including running the FSUTMS model, and other technical support.
This task may also include the annual US I travel time studies which monitor the level of service
on US I for concurrency management purposes pursuant to the Monroe County Comprehensive
Plan. The studies will be conducted in accordance with the US I LOS Task Force methodology,
approved by the County, the Florida Department of Transportation, and the Florida Department
of Community Affairs. The study may be conducted jointly by the Monroe County staff; and the
general transportation planning consultant.
This task may also include any other studies necessary to support the transportation planning
program of the County. Such studies may include bicycle and pedestrian planning and analysis;
April 10, 2009
FM # 252228-1-14-07
CONTRACT #
Supplemental JPA #1
scenic highway planning, designation, and coordination activities; corridor studies and plans;
review, or preparation of revisions to the land development regulations; development of
transportation impact fee ordinances; evaluation of the traffic impact review process of the
County; or the re-evaluation of the level of service methodology for US 1.
The Monroe County staff will administer the consultant contract, issue task work orders, review
consultant products and progress reports, prepare invoices for submission sthe Department, and
participate in transportation planning, analysis, and data collection activities as necessary.
3 COST $215,000.00
Plus s1wRlemental agreement finding: S215,000. 00
TOTAL TASK FUNDING AMOUNT: $430,000.00
1. PURPOSE
The Purpose of this task is to provide funding assistance for transportation planning staff
positions
o itio s to Support the Monroe County Planning Department. The purpose of the staff funding
is P personnel to manage and oversee the transportation planning program of the
County. This program management and oversight will include coordination activities with the
Department, and will also coordinate the transportation planning and analysis activities of the
consultant. The transportation planning program will include Ian updates,
traffic operational analyses, data collection, technical su Pview of l development Planning studies,
and all other activities necessary to maintain a coordinated�co comprehensive, contiro nuing
transportation planning program for Monroe County.
A) PROJECT ADMINISTRATION: The transportation planning staff will provide a variety
of administrative tasks including, but not limited to the following: administer the
consultant contract; participate in the consultant selection process; oversee the
transportation planning consultant activities; issue task work orders; review consultant
work products; review consultant progress reports, and prepare quarterly Progress reports
for the Department; meet with the Department's project manager quarterly; prepare
invoices for submission to the Department (in a Department approved format); and
generally manage the transportation planning program of the County.
B) PLANMNG PROGRAM MANGMENT: The transportation planning staff will provide
management in the following areas: preparation of traffic impact reports; attendance at
public meetings and hearings; site plan reviews for internal traffic flows and access;
review of transportation elements, reports, or plans prepared by County staff in support of
the comprehensive plan. This task may also include data collection, level of service
April 10, 2009
FM # 252228-1-14-07
CONTRACT # AOU27
Supplemental JPA
analysis, and systems planning activities, including running the FSUTMS model, and
other technical support.
C) US 1 TRAVEL TIME ANALYSIS: Coordinate the annual US 1 travel time studies
which monitor the level of service on US 1 for concurrency management purposes
pursuant to the Monroe County Comprehensive Plan. Manage all consultant activities for
this task.
D) TRANSPORTATION PLANNING AND ANALYSIS ACTIVITIES: This task may
include any other studies necessary to support the transportation planning program of the
County. Such studies may include bicycle and pedestrian planning and analysis; scenic
highway planning, designation, and coordination activities; corridor studies and plans;
review or development of land development regulations; development or administration
of transportation impact fee ordinances; evaluation of the traffic impact review process of
the County; or the re-evaluation of the level of service methodology for US 1.
E) OTHER TRANSPORTATION RELATED ACTIVITIES: This position can respond to,
and participate in, any other tasks or activities necessary to support the transportation
planning program of the County. All related transportation planning activities will be
documented in the quarterly progress reports to the Department.
3. COST
Salary and Benefits: $65,000 x 1.40 = $91,000.00 annually x 2 years
Travel, Materials, and Equipment Expenses: $10,000 annually x 2 years
(Expenses must receive prior approval by the Department to be eligible for
reimbursement.)
$202,000.00
Plus supplemental agreement funding: $202 000 00
TOTAL TASK FUNDING AMOUNT: $404,000.00
April 10, 2009
FM #__ 252228-1-14-07
CONTRACT # AQU27_
Supplemental JPA #1
EXHIBIT "B"
PROJECT COST AND BUDGET
Revised and Supplemented
This exhibit forms an integral part, and supersedes previously incorporated Exhibit B, of that
certain Joint Participation Agreement between the State of Florida, Department of Transportation
and the Monroe COunty Planning T�nn�.�,..,* -798 n. A..--hm
�..�o Overseas Iljg�v�y�uitP 410 M�rathnn
Florida. 33050-2227 dated June 27, 2007. Revised in accordance with Supplemental JPA #l,
dated A, �irP 2ln 2009.
L PROJECT BUDGET:
Original JPA Amount $417,000.00
Supplemental Agreement #1 $417,000.00
TOTAL PROJECT COST: $834,000.00
EL FUND PARTICIPATION:
Maximum Federal Participation
Public Agency Participation
(75%)
$625,500.00
Cash
(12.5%)
$104,250.00
Other
(00/0)
$0.00
(0%)
$0.00
Maximum Department Participation
(DSF)
(12.5%)
$104,250.00
TOTAL PROJECT COST
$834,000.00
April 10, 2009
FM # 252228-1-14-07
CONTRACT # -AOU27
Supplemental JPA #1
EXHIBIT "C"
(GENERAL)
Revised and Supplemented
This exhibit forms an integral part, and supersedes previously incorporated Exhibit C, of that
certain Joint Participation Agreement between the State of Florida, Department of Transportation
and the Monroe County Plannnin"==nt 2795 Overseas Hi2bw y Suite CO.Marathon.
Florida 33050-2227 dated June 27, 2007. Revised in accordance with Supplemental JPA #1,
dated 2009.
INVOICING, PROGRESS REPORTS AND MEETINGS
In order to obtain payments, the Public Agency shall:
1. Submit quarterly progress reports which are acceptable to the Department describing the
work and which adequately justify and support the payment requested; and
2. Meet quarterly with the Department to go over the progress report; and
3. Submit to the Department its quarterly invoice on forms prescribed by the Department,
and such other data pertaining to the Project Account and the Project as the Department
or the Federal Highway Administration may require to justify and support the payment
requested; and
4. Comply with all applicable provisions of this Agreement.
Pursuant to Section 4.00 of the Joint Participation Agreement, and Exhibit B, invoices will be
reimbursed at a rate of 87.5% of the total cost of all eligible work activities.
Pursuant to Section 22.00 of the Joint Participation Agreement, the Department shall have ten
(10) working days to inspect and approve the quarterly progress report prior to processing the
submitted invoice.
April 10, 2009
EXHIBIT D
rtscaaas
PUBLIC TR NSPORTArON
04=
FEDERAL and/or STATE resources awarded to the reciplent pursuant to this agreement should be listed below. If the
resources awarded to the recipient represent more than one Federal or State program, provide the same information for
each program and the total resources awarded. Compliance Requirements applicable to each Federal or State program
should also be listed below. If the resources awarded to the recipient represent more than one program, list applicable
compliance requirements for each program In the same manner as shown here:
(e.g., What services or purposes the resources must be used for)
(e.g., Eligibility requirements for recipients of the resources)
(Etc... )
NOTE: Instead of 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, eta The State awarding agency, it practical, may want to attach a copy of the specific law, rule, or regulation
referred to.
Ern ML ROQUE&FA
Federal Agency Cataloa of Federal Domestic Assistance (Number & TIVel Am
FHWA 20.205, Highway Planning and Construction $625,500
Federal participation Is 75%; State participation Is 12.5%; Local participation is 12.5%.
2. In accordance with this JPA #A01.127, and Supplemental Agreement #1, including revised Exhibits A, B, C, and D.
3.
OBJECTIVES
Federal -aid Highway Program: To assist State transportation agencies in the planning and development of an
integrated, interconnected transportation system important to interstate commerce and travel by constructing
and rehabilitating the National Highway System (NHS), including the Eisenhower Interstate System; and for
transportation improvements to most other public roads; to provide aid for the repair of Federal -aid highways
following disasters; to foster safe highway design; to replace or rehabilitate deficient or obsolete bridges; and to
provide for other special purposes. This program also provides for the improvement of roads in Puerto Rico,
Guam, the U.S. Virgin Islands, American Samoa, the Northern Mariana Islands, and the Alaska Highway. The
Federal Lands Highway Program (FLHP), as an adjunct to the Federal Aid Highway Program, provides
assistance to the Federal Land Management Agencies (FLMAs) for Federally owned roads. It provides
transportation engineering services for planning, design, construction, and rehabilitation of the highways and
bridges providing access to federally owned lands. The Federal Lands Highway organization also provides
training, technology, deployment, engineering services, and products to other customers.
USES AND USE RESTRICTIONS
Federal -aid highway funds are generally apportioned by statutory formulas to the States. They are generally
restricted to roads open to the public and not functionally classified as rural minor collectors or local.
Exceptions to this highway functional classification restriction include: planning and research activities; bridge,
bicycle and pedestrian, and safety improvements that may be on any public road; transportation enhancement
activities; the recreational trails program (see program 20.219); safe routes to school, nonmotorized
transportation, the FLHP, and public transportation improvement. The FLHP is not a grant program. For
highway projects, funds may be used forenvironmental studies, engineering and design services, right-of-way
FMB 25222811407 Contract AOU27 Supplemental JPA #1
EXHIBIT D
.AUDrrs
T2MW-ft
PUR C TR"PMATION
04=
In accordance with the provisions of OMB Circular No. A-133 (Revised, June 27, 2003), Audits of States,
Local Governments, and Nonprofit Organizations, nonfederal entities that expend financial assistance of
$500,000 or more in Federal awards from all sources during their fiscal year must have a single or a program -
specific audit conducted for that year. Nonfederal entities that expend less than $500,000 a year in Federal
awards are exempt from Federal audit requirements for that year, except as noted in Circular No. A-133.
STATE RESOURCES
State Aaencw
FDOT
Compliance Requirements
Qubg i M ���.� ,,. - i _I,L s- VW Amount
55.023, State Highway Project Reimbursement $104,250
1. Federal participation is 75%;
State participation is 12.5%; Local participation Is 12.5%.
2. In accordance with this JPA #AOU27, and Supplemental Agreement 01, Including revised Exhibits A, B, C, and D.
3.
CSFA Number.
55.023
State Prof Title:
State Highway Project Reimbursement
Agency:
Department of Transportation
Program Objectives:
To reimburse counties or municipalities for expenditures made on
. projects on the State Highway System.
Program Procedures: The Department enters Into an agreement with the county or
municipality Identifying the project scope of services, eligible
project costs and the project schedule.
Compliance
Requirement:
Activities Allowed:
Project costs must be Incurred subsequent to agreement
execution (contract provision). Project scope of services Identifies
the types of work that are eligible for reimbursement (contract
provision).
Allowable Costs:
Identified In the contract document up to a lump sum or
maximum limiting amount.
Cash Management:
Not applicable.
Eligibility:
Project must be on the State Highway System.
Equipment I Real
Not applicable.
Property
Management:
Matching:
Not applicable.
Period of Availability:
State Fiscal Year: July 1 to June 30. The contract must be
executed during the fiscal year for which state funds are
programmed. Once committed, the funds certify forward across
fiscal years for the life of the contract.
Reporting:
Project costs are reviewed and approved upon receipt of an
FM# 25222811407
Contract AOU27 Supplemental JPA #1
EXHIBIT D
343040
PUKE TR/WSPO�RTATxm
04"
acquisition and relocation assistance, and construction for capital improvement projects classified as new
construction, reconstruction, restoration, rehabilitation, and resurfacing, or for functional, geometric, or safety
reasons. Funds may also be used for planning; research, development, and technology transfer; intelligent
transportation systems projects; roadside beautification; wetland and natural habitat mitigation, traffic
management and control improvements; improvements necessary to accommodate other transportation modes,
development and establishment of transportation management systems; billboard removal; construction of
bicycle facilities and pedestrian walkways; fringe and corridor parking; car pool and van pool projects;
transportation enhancements such as scenic and historic highway improvements; and recreational trails. Funds
generally cannot be used for routine highway operational activities, such as police patrols, mowing, snow
plowing, or maintenance, unless it is preventative maintenance. Also, funds authorized for the NHS, Surface
Transportation Program (STP), Congestion Mitigation and Air Quality (CMAQ) Improvement Program, Equity
Bonus (BE) program, and some additional programs may be used for mass transportation improvements;
CMAQ funds are limited to projects and programs in air quality, non -attainment and maintenance areas for
ozone, carbon monoxide, and small particulate matter that reduce transportation related emissions. Eligibility
criteria for the programs differ, so program guidance should be consulted. Projects in urban areas of 50,000 or
more population must be based on a transportation planning process carried out by a Metropolitan Planning
Organization (MPO) in cooperation with the State and transit operators, and the projects must be included in
metropolitan transportation plans and improvement programs. Projects in non -metropolitan areas of State
must be consistent with a statewide transportation plan. Projects in both metropolitan and non -metropolitan
areas must also be included in a fiscally constrained Statewide Transportation Improvement Program (STEP)
developed as part of the required statewide transportation planning process. The FHWA and the Federal Transit
Administration (FTA) must approve the STEP jointly.
APPLICANT ELIGIBILITY
By law, the Federal -aid highway program is a federally assisted State program that requires each State to have a
suitably equipped and organized transportation department. Therefore, most projects are administered by or
through State transportation departments (State DOTs). Projects to be funded under the Federal -aid highway
program are generally selected by State DOTS or MPOs, in cooperation with appropriate local officials, as
specified in 23 U.S.C. and implementing regulations. Territorial highway projects are funded in the same
manner as other Federal aid highway projects, with the territorial transportation agency functioning in a manner
similar to a State transportation department. Most FLHP projects are administered by the FHWA Office of
Federal Lands Highway and its Divisions or by the various FLMAs. Under the FLHP, projects in the Indian
Reservation Road (IRR) Program are selected by Tribal governments and are approved by the Bureau of Indian
Affairs (BIA) and the Federal Highway Administration. Due to recent legislation, Tribal governments meeting
certain requirements may now administer various IRR projects on behalf ofthe BIA and FHWA. The Fish and
Wildlife Service (FWS) and the National Park Service (NPS) select projects in the Refuge Road and Park Roads
and Parkways programs, respectively. For the Forest Highway Program, the Forest Service, the States and the
Federal Highway Administration jointly select projects.
FORMULA AND MATCHING REQUIREMENTS
Most Federal -aid highway funds are distributed by statutory formula. Eligibility requirements for most
Programs are also determined by legislative criteria. Some categories, including part of the bridge and Interstate
Maintenance funds, are distributed on a discretionary basis. The normal maximum Federal share is 90 percent
for the EIS projects, and 80 percent for most other projects. The Federal share for some programs may be
increased in the case of States with large areas of Federal lands. Some projects, including territorial highway
projects, FLHP projects, certain safety improvements, and emergency relief projects require no matching of
Federal funds.
FM# 25222811407 Contract AOU27 Supplemental JPA #1
EXHIBIT D nee
PUME TRAmpMATM
aloe
Invoice from the county of municipality.
Subreclplent The county or municipality Is responsible for monitoring to work
Monitoring: of subrecipients. Subreclplent Invoices are reviewed, verified and
paid by the county of municipality. County or municipality
Invoices are then reviewed and approved for payment by FDOT.
Subreciplents do not Invoice FDOT directly.
• :l,'. � �a'l, a•i
'1 ': bc• •Y .y4.4^t1. � •:,, 1
_
2.
3.
NOTE: Secdon .4t10(d) of OMB Circular A-133, as revised, and Section 21&97(6xa)� Florida Statutes, requlro that
the IMbmMOM about Federal Programs and State Projects Included In this exhibit be provided to the recipient.
FM# 25222811407 Contract AOU27 Supplemental JPA #1
i
' Monroe County Cie'rk
r�
STATE OF FLORIDA OF.PARTMFNT OF TRAYSPCRTA'ION 725-030-07
PUBLIC TRANSPORTATION PUBLIC TRANSPORTATION
C4W
SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT PA9e1 71e
Number 2
Financial Project No.. Fund: SL
25222811407 Function: 215
(item-segment-phase-sequence)Federal No.. 8887-370
Contract No.: AOU-27 DUNS No.: 80-939-71
Catalog of Federal Domestic Assistance Number. 20.205
02
FLAIR Category: 088854
Object Code: 790015 & 750031
Org. Code: 55062010630
VendorNo.- F596000749054
Catalog of State Financial Assistance Number: 55.023
THIS AGREEMENT, made and entered into this 1C
3_ day of b2c tMber
by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida,
hereinafter referred to as the Department, and Monroe County Planning Department
2798 Overseas Highway, Suite 410, Marathon, FL 33050
hereinafter referred to as Agency
WITNESSETH:
WHEREAS, the Department and the Agency heretofore on the 27th day of June 2007
entered into a Joint Participation Agreement; and
WHEREAS, the Agency desires to accomplish certain project items as outlined in the Attachment "A" appended
hereto; and
WHEREAS, the Department desires to participate in all eligible items for this project as outlined in Attachment
"A" for a total Department Share of $729,750.00
NOW, THEREFORE THIS INDENTURE WITNESSETH: that for and in consideration of the mutual benefits to flow
from each to the other, the parties hereto agree that the above described Joint Participation Agreement is to be amended
and supplemented as follows:
1.00 Project Descrlptlon: The project description is amended
No changes to Exhibits A, 8, C, and D.
This is a time extension only, to December 31, 2011.
�254=-07
P,:BUC TRANSPORTATION
04107
Page J of
Financial Project No. 25222811407
Contract No. AOU-27
Agreement Date Vaum QY 1 rj , 1010
Except as hereby modified, amended or changed, all other terms of said Agreement dated June
and any subsequent supplements shall remain in full force and effect.
27th 2007
IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first
above written.
AGENCY
Monroe County Planning Department
AGENCY NAME
Heather Carruthers
MONFROE CO NT ATTORNEY
Al VE S XO FORM
Date:
Y L KO t7� C�CRq
DEPICLEPK
FOOT
See attached Encumbrance Form for date of Funding
Approval by Co
CUL 7,z • Y110C
LEGAL FIEVIEW
DEPAR M T OF TRANSP RTATION
EPARTMENT OF TRANSPORTATION
TITLE
r . It
4
725-=_07
PUBL.0 TRANSPORTAMN
OW
AM W& gage
III. MULTI -YEAR OR DEFERRED REIMBURSEMENT PROJECT FUNDING
If a project is a multi -year or prequalified project subject to paragraphs 4.10 and 17 20 of this agreement, funds
are programmed in the Department's Work program in the following fiscal year(s):
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
FY
$0.00
Project years may be advanced or deferred subject to Legislative appropriation or availabity of funds.