HomeMy WebLinkAboutFlorida Department of Transportation Market Square Supplement Agreement 2014 05 12 r.
-
525-010-32
PRODUCTION SUPPORT
09/11
Page 1 of 4
SUPPLEMENTAL NO STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FPN
1 LOCAL AGENCY PROGRAM 432642-2-38-01
DUNS NO. SUPPLEMENTAL CONTRACT NO.
80-939-7102 AGREEMENT AQX 81
The Florida Department of Transportation and the City of Winter Springs desires to supplement the
original Agreement entered into and executed on March 20th,2013 as identified above. All provisions in the original
Agreement and supplements,if any,remain in effect except as expressly modified by this supplement.
The changes to the Agreement and supplements,if any,are described as follows:
PROJECT DESCRIPTION
Name Intersection Improvements at SR 434 Length —0.02 miles
Termini SR 434 at Tuskawilla Road
Description of Work:
Design and permit a series of safety and operational improvements of the intersection of S.R.434 and Tuskawilla Road in Winter
Springs.The project will include improvement to eliminate the southbound Tuskawilla Road right turn bypass lane;shifting the
Tuskawilla Road lanes on the north branch to the east;provide a longer southbound Tuskawilla left turn storage lane.
Eliminate the left turn overlap for southbound and northbound Tuskawilla left turning movements; increasing the southbound
Tuskawilla Road to westbound S.R.434 turning radius;improve sight lines for the intersection;add on-street parking along
Tuskawilla Road;analyze and design a functional frontage road along the north side of S.R.434 between Tuskawilla Road and
Doran Drive.
Improve pedestrian safety to meet ADA;and creating space for turning movements between S.R.434 and the frontage road at the
intersections. The project will include public meetings with the affected businesses, residents,and other interested parties.
Reason for Supplement and supporting engineering and/or cost analysis:
Add additional funding $18,393.00 to cover supplemental#1. Said revision is reflected on the ADJUSTED EXHIBIT "B" SCHEDULE
OF FUNDING,attached hereto and incorporated herein,as page 2.
Engineer shall incorporate the FDOT milling and resurfacing,signing and pavement markings,and signal modifications at the
intersection of SR 434 and Tuskawilla Road to the Project. This will include the milling and resurfacing on SR 434 from the edge of
pavement of the existing median on the west side of SR 434 to approximately 175 feet west. The boundaries to the west will be as
indicated on the 60%plans for Financial Project ID: 430675-1-52-0 provided by the City;and the lump sum amount payable is
increased by$18,393.00 to a total of$168,393.00 including direct expenses to allow the Engineer to complete additional work.
•
525-010-32
PRODUCTION SUPPORT
09/11
ADJUSTED EXHIBIT B SCHEDULE OF FUNDING Page 2 of 4
SUPPLEMENTAL NO. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FPN
LOCAL AGENCY PROGRAM
SUPPLEMENTAL 432642-2-38-01
DUNS NO. AGREEMENT CONTRACT NO.
80-939-7102 AQX 81
TYPE OF WORK FUNDING
By Fiscal Year PREVIOUS TOTAL ADDITIONAL CURRENT TOTAL TOTAL(AGENCY TOTAL(5)STATE&
PROJECT FUNDS PROJECT FUNDS PROJECT FUNDS FUNDS FEDERAL FUNDS
Planning
FY:
FY:
FY:
FY:
FY:
FY:
Total Planning Cost $0.00 $0.00 $0.00 $0.00 $0.00`
Project Development&
Environment(PD&E)
FY:
FY:
FY:
FY:
FY:
FY:
Total PD&E Cost $0.00_ $0.00 $0.00 $0.00 $0.00
Design
FY: 2012-2013 $150,000.00 $150,000.00 $150,000.00
FY: 2013-2014 $18,393.00 $18.393.00 $18,393.00
FY:
FY:
FY:
FY:
Total Design Cost $150,000.00 $18,393.00 $168,393.00 $0.00 $168,393.00
Right-of-Way
FY:
FY:
FY:
FY:
FY:
FY:
Total Right-of-Way Cost $0.00_ $0.00 $0.00_ $0.00 $0.00
Construction
FY:
FY:
FY:
FY:
FY:
FY:
Total Construction Cost $0.00 $0.00 $0.00 $0.00 $0.00
Construction Engineering and
Inspection(CEI)
FY:
FY:
FY:
FY:
FY:
FY:
Total CEI Cost $0.00 $0.00 $0.00 $0.00 $0.00'
Total Construction&CEI Costs $0.00 $0.00 $0.00_ .$0.00 $0.00
TOTAL COST OF THE $150,000.00 $18,393.00 $168,393.00 $0.00 $168,393.00
PROJECT
•
'
525-010-32
PRODUCTION SUPPORT
09/11
Page 3 of 4
SUPPLEMENTAL NO. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FPN
LOCAL AGENCY PROGRAM
1 SUPPLEMENTAL 432642-2-38-01
DUNS NO. AGREEMENT CONTRACT NO.
80-939-7102 AQX 81
IN WITNESS WHEREOF,the parties have caused these presents to be executed the day and year first above written.
AGENCY City of Win:ar Springs STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
By: Z /7 /7 /— By:
Na . Kevin . Smith Name: Frank J.O'Dea, P.E
Ti : City nager Title: Director of Transportation Development
r.,) ------ Attest:
Name: An ea Lorenzo—Luaces Name:
Title: City Clerk Title: Administrative Assistant
Date: May 14, 2014 Date:
Legal Rev'
See attached Encumbrance Form for date of funding approval by Comptroller.
A �
' y a
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-40
LOCAL AGENCY PROGRAM AGREEMENT PRODUCTION SUPPORT
08/06
Page 4 of 4
EXHIBIT"1"
SINGLE AUDIT ACT
Federal Resources Awarded to the Recipient Pursuant to This Agreement Consist of the Following:
Federal Agency: Federal Highway Administration
CFDA#: 20.205 Highway Planning and Construction
Amount: 168,393.00
Compliance Requirement:
Allowable Activities: To be eligible, most projects must be located on public roads that are not functionally classified as
local. The major exceptions are the Highway Bridge Replacement and Rehabilitation Program, which provides assistance
for bridges on and off the federal-aid highways, highway safety activities, bicycle and pedestrian projects, transportation
enhancement activities, the recreational trails program, and planning, research, development, and technology transfer.
Proposed projects meeting these and other planning, design, environmental, safety, etc., requirements can be approved
on the basis of state and local priorities within the limit of the funds apportioned or allocated to each state.
Allowable Costs: Eligible activities and allowable costs will be determined in accordance with Title 23 and Title 49
C.F.R. and the OMB cost principles applicable to the recipient/sub-recipient.
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 Departments of Transportation (State DOTs). Projects to be funded under the federal-aid highway program are
generally selected by state DOTs or Metropolitan Planning Organizations (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 DOT. Most Federal Land Highway Program (FLHP) projects are administered by the Federal Highway
Administration (FHWA) Office of Federal Lands Highway and its Divisions or by the various Florida Land Management
Agencies (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 FHWA. 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
FHWA jointly select projects.
Compliance Requirements Applicable to the Federal Resources Awarded Pursuant to This Agreement Are As
Follows: The recipient of Local Agency Program (LAP)funding must comply with the statutory requirements in Sections
112.061, 215.422, 339.12, and 339.135, Florida Statutes, and Title 23 and Title 49, C.F.R.