Loading...
95-21535 Reso RESOLUTION NO. 95-21535 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A LOCAL GOVERNMENT REIMBURSEMENT PROGRAM JOINT PARTICIPATION AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PERTAINING TO THE NORTH BEACH STREETSCAPE IMPROVEMENT PROJECT WHEREAS, the City is undertaking the North Beach Streetscape Improvement Project (Project); and WHEREAS, the State of Florida Department of Transportation has planned to undertake milling and resurfacing, repairing of sidewalks, repairing of curb and gutter in portions of the area of the City Project; and WHEREAS, in order to coordinate the City and the State's respective work in the Project area, and utilize the same contractor, the City wishes to enter into the attached Local Government Reimbursement Program Joint Participation Agreement. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Clerk are hereby authorized to execute the attached Local Government Reimbursement Program Joint Participation Agreement with the State of Florida Department of Transportation pertaining to the North Beach Streetscape Improvement Project. PASSED and ADOPTED this 5th day of April ,1995. a:lubin.norbch.res FORM APPROVED LEGAL DEPT. By -r-c.'Y ">-'"3>1>- "l~ Date --- ' ATTEST: ~L.~ CITY CLERK CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 .' CITY OF MIAMI 'BEACH COMMISSION MEMORANDUM NO. ;;) 1 ~ - ~ ~ FROM: Mayor Seymour Gelber and Members of the City Commission Roger M. Carlton ,. ~ ~ ~ City Manager ~ DATE: TO: April 5, 1995 SUBJECT: APPROVAL OF A RESOLUTION OF THE MAYOR AND COMMISSIONERS OF THE CITY OF MIAMI BEACH, FLORIDA AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A LOCAL GOVERNMENT REIMBURSEMENT PROGRAM, JOINT PARTICIPATION AGREEMENT BETWEEN THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND THE CITY OF MIAMI BEACH, FLORIDA, FOR THE NORTH SHORE REVITALIZATION PROJECT ADMINISTRATION RECOMMENDATION It is recommended that the Mayor and City Commission adopt the above captioned resolution which authorizes the Mayor and the City Clerk to execute a Local Government Reimbursement Program, Joint Participation Agreement, with the Florida Department of Transportation (FDOT) combining the FDOT Collins/ AbbottJHarding Avenues Milling and Resurfacing Project with the City of Miami Beach North Shore Streetscape Improvement Project, and outlining FDOT costs and a scheduled manner of reimbursement to the City of Miami Beach. BACKGROUND The City of Miami Beach currently has a North Shore Revitalization Project, now known as the North Shore Streetscape Improvement Project, which involves a streetscape improvement program to the area on Collins Avenue from 1500 feet south of 63rdStreet to 76th Street, and on 71st Street from Collins Avenue to Rue Notre Dame. The Florida Department of Transportation (FDOT) has, in its work program, a project 1500 feet south of 63rd Street to 75th Street and on 71st Street from Collins Avenue to Bay Drive. The scope of work for the FDOT project consists of milling and resurfacing, repairing of sidewalks, repairing of curb and gutter along the FDOT project limits. AGENDA ITEM DATE R-I-A ~ - 5. q2-. COMMISSION MEMORANDUM PAGE 2 APRIL 5, 1995 The total cost of the North Shore Streets cape Improvement Project, is estimated to be $18,250,000. The design and construction portion of the Project is estimated by Kimley - Horn to be approximately $14,8 Million, The estimated cost breakdown (in Millions) is shown below: Project Design Construction Engineering - Inspection Construction Contingency Total Construction and Design $1.5 $1.0 $11.2 .M.1 $14.8 The total project estimate is: Construction and Design Interest During Construction Public Works Administrative Fees Billing Administrative Fees Maintenance of Traffic Expenses Previously Incurred Relocation of FPL facilities On-Site City Inspector Total $14,8 $2.25 $0.25 $0.25 $0.25 $0.25 $0.1 $0.1 $18.25 On December 16, 1992 the Mayor and City Commission adopted Resolution No. 92-20686 authorizing the Mayor and City Clerk to execute a Joint Participation Agreement with the State of Florida Department of Transportation pertaining to the North Shore Streetscape Improvement Project. Under the Agreement between the State of Florida Department of Transportation and the City of Miami Beach which combines the FDOT Project with the North Shore Streetscape Improvement Project, the FDOT would reimburse the city up to a total of $1,657,377 as follows: Project Design Construction Engineering - Inspection Construction Total $138,115 $138,115 $1.381.147 $1,657,377 On February 3, 1993 the Mayor and City Commission adopted Resolution No. 93-20716 authorizing the Mayor and the City Clerk to execute a Collins Avenue Agreement between the State of Florida Department of Transportation and the City of Miami Beach pertaining to the maintenance of the portion of the State Highway System affected by the North Shore Streetscape Improvement Project, COMMISSION MEMORANDUM PAGE 3 APRIL 5, 1995 The Administration has pursued additional negotiations with FDOT in order to increase their participation in the project. As a result of these negotiations, FDOT agreed to increase their participation in the North Shore Streetscape Improvement Project. In an effort to budget the additional expenditure, the FDOT decided to utilize $3 Million of the amount identified for the SR AlA Connector multi-Lane Reconstruction Project Between 42nd and 43rd Streets in the FDOT Transportation Improvement Program for Dade County. The current FDOT Transportation Improvement Program for Dade County lists the remaining $1 Million for the SR AlA Connector project under FY 96/97. The $3 Million identified for the SR AlA Connector multi-lane Reconstruction will be returned to that project by FDOT when the project is ready to begin construction. ANALYSIS The initial bids which were received were in the amount of $16.9 Million, The Administration, under a separate item, is recommending that the bids which were received be rejected and that the project be rebid. Pursuant to the Admini!ltration's negotiation with FDOT, the FDOT agreed to increase their level of participation as follows: Project Design Construction Engineering - Inspection Construction Total $497,062 $440,000 $5.276.662 $6,213,724 The FDOT, under the Joint Participation Agreement which has been negotiated will provide for progress payments during the construction period up to a total participation of $6,213,724 of the total project cost. The City for its participation in the basic levels of service provided to all residents plus the work to be done on the water, sewer and storm water systems will fund $4,694,645. This leaves the value of the special benefit to the property owners in the District, $7,341,631, to be assessed. These sources total the complete anticipated project cost of $18,250,000. We may request additional funds from FDOT dependent upon the second bid process. COMMISSION MEMORANDUM PAGE 4 APRIL 5, 1995 CONCLUSION It is recommended that the City Commission approve a resolution authorizing the Mayor and City Clerk to execute the Local Government Reimbursement Program Joint Participation Agreement with the Florida Department of Transportation (FDOT) combining the FDOT Collinsl Abbott!Harding Avenues Milling and Resurfacing Project with the City of Miami Beach North Shore Streetscape Improvements Project, and outlining FDOT costs and a scheduled manner of reimbursement to the City of Miami Beach. RMC/JLNOAlDRlRDR Attachment c:\rdr\m1bsbre\jpdS .em \ . , ' ' .. . 1 , I . , , LOCAL GOVERNMENT REIMBURSEMENT PROGRAM JOINT PARTICIPATION AGREEMENT STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND CITY OF MIAMI BEACH FOR NORTH SHORE REVITALIZATION PROJECT , This AGREEMENT, made and entered into this 5th day of June, 1995, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter called the "DEPARTMENT" and CITY OF MIAMI BEACH, hereinafter called the "LOCAL GOVERNMENT". WITNESSETH WHEREAS, the DEPARTMENT is prepared to participate under the Local Government Reimbursement Program pursuant to Section 339.12(5), Florida Statutes for the estimated eligible cost of the "PROJECT" described as follows: The City of Miami Beach currently has a North Shore Revitalization Project which involves a streetscape improvement program to the area on Collins Avenue from 1500 feet south of 163rd Street to 75th Street, and on 71st Street from Collins Avenue to Rue Notre Dame, The project will consist oflandscaping, providing decorative street lights, decorative crosswalks, and the placement of sidewalk bench furniture. The DEPARTMENT has, in its work program, a project which includes the same area. The limits of the DEPARTMENT'S project 1500 feet south of 63rd Street to 75th Street and on 71 st Street from Collins Avenue to Bay Drive, The scope of work for the DEPARTMENT'S project consists of milling and resurfacing, repairing of sidewalks, repairing of curb and gutter along the DEPARTMENT'S project limits. The purpose of this agreement is twofold: 1. To allow the LOCAL GOVERNMENT to design and let to contract the DEPARTMENT'S project in conjunction with the LOCAL GOVERNMENT'S North Shore revitalization Project. 2, Outline the DEPARTMENTS project costs and the scheduled manner of reimbursement to the LOCAL GOVERNMENT. This overall effort will hereinafter be called the "PROJECT", and, WHEREAS, the LOCAL GOVERNMENT is eligible for participation in the Local Government Reimbursement Project pursuant to Section 339.12(5), Florida Statutes. NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation in the PROJECT, the parties agree to the following: 2 ~ '. . I. The purpose of the Agreement is to provide for the allocation of state financial assistance to eligible local governments on project eligible pursuant to Section 339,12(5), Florida Statutes, and/or the Florida Transportation Plan, 2. The LOCAL GOVERNMENT will prepare the plans, specifications and estimates for the project, The plans must be submitted for review in accordance with the DEPARTMENT'S phase review process, The DEP AR TMENT will review and return comments within a period not to exceed 30 days, This process requires sufficient copies to be transmitted to the DEPARTMENT for 30%, 60%, 90% and 100% complete construction plans reviews, Projects on the State Highway System will incorporate Department Standards and will be reviewed and approved by the DEPARTMENT and the FEDERAL HIGHWAY ADMINISTRATION, if Federal aid Funds are used, prior to letting, If Federal aid funds are used, the LOCAL GOVERNMENT must be qualified and authorized by the FEDERAL HIGHWAY ADMINISTRATION to perform the appropriate PROJECT phase, Except as otherwise authorized in writing by the DEPARTMENT, the LOCAL GOVERNMENT shall not execute any contract or obligate itself in any manner requiring disbursement of DEPARTMENT funds, including consultant or construction contract or amendments thereto, with any third party with respect to the project without the written concurrence of the DEPARTMENT, 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, It is understood and agreed by the parties hereto that participation by the DEPARTMENT in a project with LOCAL GOVERNMENT, where said project involves a consultant contract for engineering, architecture or surveying services, is contingent on the LOCAL GOVERNMENT complying in full with provisions of Section 287.055, Florida Statutes, Consultants Competitive 3 " . '. ~ Negotiation Act. In all cases, the LOCAL GOVERNMENT shall certify to the DEPARTMENT that selection has been accomplish in compliance with the Consultant's Competitive Negotiation Act. 3. The LOCAL GOVERNMENT will let and administer the PROJECT. The LOCAL GOVERNMENT shall obtain all necessary permits from the DEPARTMENT, and other concerned agencies prior to entering upon DEPARTMENT Right-of-Way to accomplish the construction. 4, The LOCAL GOVERNMENT agrees to administer this PROJECT in compliance with all laws governing the DEPARTMENT, 5, Funds provided by the DEPARTMENT through this Agreement shall be expended exclusively for the DEPARTMENT'S project within the DEPARTMENTS limits, all in accordance with the DEPARTMENT'S scope of work indicated in attachment "A", 6. The DEPARTMENT shall provide the LOCAL GOVERNMENT the DEPARTMENT'S project estimated eligible cost as follows: a. Project Design - up to $497,062.00 b. Construction Engineering - inspection (C.E,I.) up to $440,000 and construction up to the contract amount ($5,276,662) for work items identified as the DEPARTMENT scope of work indicated in attachment "A". The DEPARTMENT'S participation shall be limited to all costs identified as the DEPARTMENT scope of work as indicated in attachment "A" and any field changes as may be required relating to said scope of work and agreed to in writing by both parties. Schedule of Disbursements The disbursements for the incurred engineering design, construction, and C,E,I. expenses shall only be made on a reimbursement basis, upon submission, to the DEPARTMENT, of paid 4 consultants and/or contractor's invoices, but not to exceed the following: Total funds available for disbursement in Fiscal Year 1994/1995 is $3,657,377, and from July 1, 1996 to June 30, 1997 - $1,000,000, and from July 1, 1997 to June 30,1998 - $1,556,347, The total project construction, and construction engineering inspection (C.E.!,) shall not exceed $6,213,724, 7. The LOCAL GOVERNMENT and the DEPARTMENT will be responsible for cost overruns identified within their respective scope of work. 8, In the event this Agreement is in excess of TWENTY FIVE lHOUSAND DOLLARS ($25,000,00), or has a term for a period of more than one year, the provisions of Section 339.135(6) (a), Florida Statutes, are hereby incorporated, liThe Department shall not, during anyfiscal year, incur any liability, or enter into any contract which its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditures during such fiscal year, Any contract, verbal or written made in violation of this subsection shall be null and void and no money shall be paid thereon, 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 marking of contracts for a period exceeding one year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contract of the Department in excess of $25,000.00 and having a term for a period of more than one year" . 9, The LOCAL GOVERNMENT agrees to keep complete records and accounts in order to record complete and correct entries as to all cost, expenditures and other items incidental to the offering for public bid and prosecution and construction of the project. No funds provided to the local government, for the project, by the DEPARTMENT shall be expended for other than eligible expenses for the PROJECT. 5 .' . . . .' Such books and records shall be available at all reasonable times for examination and audit by the DEPARTMENT, as well as other State and Federal auditors. Incomplete or incorrect entries in such books and records will be ineligible for reimbursement and/or financial participation by the DEP AR TMENT of any fees, expenses or costs based on such entries, 10, The LOCAL GOVERNMENT agrees to keep such records and accounts and to require any an all contractors and subcontractors to keep such records and accounts as may be necessary to substantiate its request for payment from the DEPARTMENT. Such books and records shall be available at all reasonable times for examination and audit by the DEPARTMENT and shall be kept for a period of five (5) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records shall be grounds for the DEPARTMENT declaring those fees or expenses ineligible for reimbursement and/or financial participate by the DEPARTMENT, 1 I. The LOCAL GOVERNMENT agrees to submit bills for fees or other compensation for services and expenses in detail sufficient for a proper post audit and post audit. 12, The LOCAL GOVERNMENT agrees that bills for any travel expenses by submitted in accordance with section 112,061, Florida Statutes, 13. The LOCAL GOVERNMENT agrees that the DEPARTMENT shall have the right to unilaterally cancel this Agreement for refusal by the LOCAL GOVERNMENT or its contractor to allow public access to all documents, papers, letters or other material subject to the provisions of Section 119, Florida Statutes, 14. The LOCAL GOVERNMENT warrants that it has not employed or obtained any company or person, other than bona fide employees or consultants of the LOCAL GOVERNMENT 6 . <<' . . , " , .' to solicit or to secure this Agreement and it has not paid or agreed to pay any company, corporation, individual or firm, other than a bona fide employee or consultant employed by the LOCAL GOVERNMENT. For the breach or violation of this provision, the DEPARTMENT shall have the right to terminate this Agreement without liability at its discretion and to withhold additional payments or funds budgeted and allocated for the PROJECT. 15. This Agreement or any interest herein shall not be assigned, transferred or otherwise encumbered under any circumstances by the LOCAL GOVERNMENT without the prior written consent of the DEPARTMENT. However, the Agreement shall be binding to the DEPARTMENT and its successors. 16, To the extent allowed by the laws of Florida, the LOCAL GOVERNMENT hereby agrees to indemnify, defend, save and hold harmless the DEPARTMENT from all claims, demands, liabilities and suits of any nature arising out of, because of, due to any negligent act or occurrence or omission or commission of the LOCAL GOVERNMENT, its agents, or employees, It is specifically understood and agreed that this indemnification clauses does not cover or indemnify the DEPARTMENT for its sole negligence or breach of contract. Performance of this Agreement is the specific consideration from the DEPARTMENT to the LOCAL GOVERNMENT for the LOCAL GOVERNMENTS indemnity agreement. LOCAL GOVERNMENT agrees to have its construction contractor indemnify the DEPARTMENT in the same language or to the same extent as the LOCAL GOVERNMENT. To the extent allowed by the laws of Florida, the DEPARTMENT hereby agrees to indemnify, defend, save and hold harmless the LOCAL GOVERNMENT from all claims, demands, liabilities and suits of any nature arising out of, because of, due to any negligent act or occurrence or omission or commission of the DEPARTMENT, its agents, or employees. It is 7 , . .' , . , specifically understood and agreed that this indemnification clause does not cover or indemnify the LOCAL GOVERNMENT for its sole negligence or breach of contract, Performance of this agreement is specific consideration from the LOCAL GOVERNMENT to the DEPARTMENT for the DEPARTMENT'S indemnity agreement. 17. This Agreement shall continue in effect and be binding on both the LOCAL GOVERNMENT and the DEPARTMENT until the PROJECT is completed, final costs are known and appropriate reimbursements are made by the LOCAL GOVERNMENT or DEPARTMENT, 18, If the LOCAL GOVERNMENT abandons the PROJECT or for any reason the commencement, prosecution, or timely completion of the PROJECT by the LOCAL GOVERNMENT is rendered improbable, infeasible, impossible, or illegal, the DEPARTMENT may, by written notice to the LOCAL GOVERNMENT. 19, The DEPARTMENT shall exclude all PROJECT costs incurred by the LOCAL GOVERNMENT prior to the effective date of this Agreement or prior to the date of the PROJECT grant application, 20. If the PROJECT is on the State Highway System the Minority Business Enterprises requirements of 49 CFR Part 23 and Section 339.149, Florida Statutes shall apply to the Agreement. Minority business enterprises and disadvantaged business enterprises shall have the maximum opportunity to participate in the performance of PROJECT contracts, 21. The LOCAL GOVERNMENT and its contractors shall not discriminate on the basis ofrace, age, color, national origin, or sex in the award and performance of PROJECT contracts and the selection of applicants for employment in connection with the carrying out of this PROJECT. 22. If any provision of the Agreement is held invalid, the remainder of this Agreement 8 , . .' . . shall not be affected, In such an instance, the remainder would then continue to conform to the terms and requirements of applicable law. 23, The parties agree that venue for any legal processing arising out of the Agreement shall be in Dade County, Florida. 24. All notices, request, demands, consents, approval and other communication which are required to be served or given hereunder, shall be in writing an shall be sent by registered mail or certified U.S. mail, return receipt requested, postage prepaid, addressed to the party to receive such notices as follows: To Department: Daniel Iglesias, P .E, Florida Department of Transportation 1000 Northwest 111th Avenue, Room 6105 Miami, Florida 33172-5800 To Local Government: Jack Lubin Executive Assistant to the City Manager City of Miami Beach City Managers Office 1700 Convention Center Drive Miami Beach, Florida 33139 with copies to: Laurence Feingold City Attorney City of Miami Beach City Attorney's Office 1700 Convention Center Drive Miami Beach, Florida 33139 25. The LOCAL GOVERNMENT desires to enter into this Agreement only if in so doing the LOCAL GOVERNMENT can place a limit on its liability for any cause of action for money damages due to an alleged breach by the LOCAL GOVERNMENT of this Agreement, so that its liability for any such breach never exceeds the sum equal to the total amount of disbursements made by the DEPARTMENT to the LOCAL GOVERNMENT, said amount calculated at the time of the 9 , , alleged breach. THE DEPARTMENT hereby expresses its willingness to enter into this Agreement with its recovery from the LOCAL GOVERNMENT for any damage action for breach of contract to be limited to a maximum amount equal to the total amount of disbursements made by the DEPARTMENT to the LOCAL GOVERNMENT, said amount calculated at the time of the alleged breach. Accordingly, and notwithstanding any other term or condition of this Agreement, the DEPARTMENT hereby agrees that the LOCAL GOVERNMENT shall not be liable to the Consultant for damages in an amount equal to the total amount of disbursements made by the DEPARTMENT to the LOCAL GOVERNMENT at the time of the alleged breach, for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the LOCAL GOVERNMENT by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon either party's liability as set forth in Florida Statutes, Section 768.28. This Joint Project Agreement contains the entire agreement between the parties hereto and all previous negotiations leading thereto, and it may be modified or amended only by mutual consent of the parties in writing and evidenced by the District Secretary and by the City of Miami Beach and documented in their respective minutes. 10 , ================================================================== ENCUMBRANCE INPUT FORM ==============~=================================================== RUSH (Needed by Reason for RUSH : Advertise (Letting --- Letter of Authorization - ......- _supplemental ___ Correct10n _/_/_ (date)) Date) Award Renewal --Court Order Overrun XXX"Addition ___ TermInation Agmt. AK Method of Procurement N Vendor ID 596000372001 Participating Federal Agency Contract # A9886 Contract Type Vendor Name-CITY OF MIAMI BEACH Has written/Verbal Approval from-a been received N/A Yes No Fed Agmt Amt State FundS-- Local Funds Beginning date of this Agmt: 06/30/95(Must be after fund approval) Ending date of this Agmt: 06/30/98(Estimate if necessary) Execution date of this Agmt: 06/30/95(Only on original agreements) Has work been authorized to begin? Yes XXX No Have standard financial provisions been altered by contract terms? Yes XXX No If so, show Revision date: Does this agreement and/or change order include provisions for reimbursement to D.O.T. from other entities? Yes XXX No **************************************************************** Brief description of work:$2,696,142.00 IN FY 94/95 BUDGET NEEDED TO SUPPORT CONDITIONS IN JPA THAT HAS $961,235.00 PREVIOUSLY ENCUMBERED. EXECUTED JPA BEING FORWARDED TO OFFICE OF COMPTROLLER AS OF OS/24/95. ***************************************************************** ORG-CODE *EO * OBJECT * AMOUNT * CO/SEC/JOB#/PH *FCT (PROGRAM#) (WPI # ) (FUND) numeric ( FY's ) To be completed if funded in 2 or more fiscal years. ----------------------------------------------------------------- ----------------------------------------------------------------- 55 064010606 *11 * 790088 * $1,696,142.00 *87060/3560/50 * 683 (3006 ) (6113777 ) (DDR) 010 ( 94/95) ------------------------------------------------------------------ 55 064010606 *11 * 790088 * $1,000,000.00 *87060/3560/50 *683 (3006 ) (6113777 ) (DS ) 010 ( 94/95) ------------------------------------------------------------------ 55 064010606 * 11* 790088 * $1,000,000.00 *87060/3560/50 *683 (3006 ) (6113777 ) (DS ) 010 ( 96/97) TOTAL AMOUNT * $2,696,142.00 - FY94/95 $1,000,000.00 - FY96/97 ------------------------------------------------------------------ originator:_RON FOUNTAIN Date:_06/01/95_Phone_SC 429-5401 E-mail user ID PM626RF ****************************************************************** TO BE COMPLETED BY OFFICE OF COMPTROLLER ****************************************************************** BUDGET ENTITY 5590 CATEGORY 088797-95 WORK ORDER BALANCE AUTH. ON 05/12DDR=1,696,142;DS=1,000,000.00___ ALLOTMENT AB=5,059,225.00 YEAR 95 DATE CHECKED 06/02/95_ FUNDS APPROVED BY TOM BOYD - - - FOR THOMAS F. BOYD, CPA, COMPTROLLER DATE: _06/06/95 l ADDITIONAL FUNDING REQUESTS ****************************************************************** ORG-CODE *EO * OBJECT * AMOUNT * CO/SEC/JOB#/PH *fct (PROGRAM#) (WPI # ) (FUND) # ( FY's) To be completed if funded in 2 or more fiscal years. ------------------------------------------------------------------ ------------------------------------------------------------------ 55 064010606 *11 * 790088 * $1,556,347.00 (3006 ) (6113777 *87060/3560/50 ) (DS )010 *683 ( 97/98) ----------------------------------------------------------------- 55 * * * * * ( ) ( ) ( ( ) ----------------------------------------------------------------- 55 * * * * * ( ( ( ) ( ) ----------------------------------------------------------------- TOTAL AMOUNT * $1,556,347.00 - FY 97/98 ..". . ".,' BY: ATTEST: " ~ ~ lY\\o.w..\ ~ RNMENT DEPARTMENT OF TRANSPORTATION CITY CLERK -- APPROVED FOR FUNDING: COMPTROLLER FORM APPROVED LEGAL DEPT. By To Date ;j. t./~<~ 11