Loading...
HomeMy WebLinkAboutFDOT - LAP Supplemental Agreement 1-22-16 525-010-32 SPECIFICATIONS AND ESTIMATES 01/15 Page 1 of 5 SUPPLEMENTAL NO. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FPN 1 LOCAL AGENCY PROGRAM 434972-1-58-01 DUNS NO. SUPPLEMENTAL CONTRACT NO. 80-939-7102 AGREEMENT ARR91 The Florida Department of Transportation and the City of Cape Canaveral desires to supplement the original Agreement entered into and executed on February 17,2015 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 North Atlantic Avenue Streetscape Length —1.231 miles Termini from the Intersection of George King Boulevard to the Intersection of Astronaut Boulevard(SR A1A) Description of Work: This project is for improvements to North Atlantic Avenue (CR 401)in the City of Cape Canaveral. The limits of the project are from the intersection of George King Boulevard to the intersection of Astronaut Boulevard (SR A1A) for a total of approximately 1.231 miles in length. The project includes the construction of current ADA compliant concrete sidewalks, asphalt pedways and curb cut ramps, decorative brick paver crosswalks, asphalt repair, bioretention swales, concrete and asphalt driveway aprons, drainage improvements that tie to existing local system, Type "F" curb and gutter, Miami curb and gutter, environmental curb, decorative signing, pavement markings, decorative lighting, signalization, bus shelters, landscaping, irrigation, various utility relocates and reclaimed water. Non-participatinq items include: Decorative Brick Paver Crosswalks Decorative Street Lighting Decorative Street Signs Reclaimed Water Lines Bus Shelters Reason for Supplement and supporting engineering and/or cost analysis: 1. Section 5.04 of the original Agreement referenced above is hereby deleted and replaced by the following: 5.04 Audit Reports: The administration of resources awarded through the Department to the Agency by this Agreement may be subject to audits and/or monitoring by the Department. The following requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of Federal awards or limit the authority of any State agency inspector general, the State of Florida Auditor General or any other State official. The Agency shall comply with all audit and audit reporting requirements as specified below. a. In addition to reviews of audits conducted in accordance with OMB Circular A-133, for fiscal years beginning before December 26, 2014, and in accordance with 2 CFR Part 200, Subpart F —Audit Requirements,for fiscal years beginning on or after December 26, 2014, monitoring procedures may include but not be limited to on-site visits by Department staff and/or other procedures including, reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to Federal awards provided through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, State of Florida Chief Financial Officer(CFO)or State of Florida Auditor General. b. The Agency, a non-Federal entity as defined by OMB Circular A-133, for fiscal years beginning before December 26, 2014, and as defined by 2 CFR Part 200, Subpart F—Audit Requirements,for fiscal years beginning on or after December 26,2014, as a subrecipient of a Federal award awarded by the Department through this Agreement is subject to the following requirements: a 525-010-32 SPECIFICATIONS AND ESTIMATES 01/15 Page 2 of 5 1. In the event the Agency expends a total amount of Federal awards equal to or in excess of the threshold established by OMB Circular A-133, for fiscal years beginning before December 26, 2014, and established by 2 CFR Part 200, Subpart F - Audit Requirements, for fiscal years beginning on or after December 26, 2014, the Agency must have a Federal single or program-specific audit for such fiscal year conducted in accordance with the provisions of OMB Circular A-133, for fiscal years beginning before December 26, 2014, and in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements, for fiscal years beginning on or after December 26, 2014. Exhibit to this Agreement provides the required Federal award identification information needed by the Agency to further comply with the requirements of OMB Circular A-133, for fiscal years beginning before December 26, 2014, and the requirements of 2 CFR Part 200, Subpart F - Audit Requirements, for fiscal years beginning on or after December 26, 2014. In determining Federal awards expended in a fiscal year, the Agency must consider all sources of Federal awards based on when the activity related to the Federal award occurs, including the Federal award provided through the Department by this Agreement. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, for fiscal years beginning before December 26, 2014, and established by 2 CFR Part 200, Subpart F -Audit Requirements, for fiscal years beginning on or after December 26, 2014. An audit conducted by the State of Florida Auditor General in accordance with the provisions of OMB Circular A-133, for fiscal years beginning before December 26, 2014, and in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, for fiscal years beginning on or after December 26, 2014, will meet the requirements of this part. 2. In connection with the audit requirements, the Agency shall fulfill the requirements relative to the auditee responsibilities as provided in OMB Circular A-133, for fiscal years beginning before December 26, 2014, and as provided in 2 CFR Part 200, Subpart F - Audit Requirements, for fiscal years beginning on or after December 26, 2014. 3. In the event the Agency expends less than the threshold established by OMB Circular A-133, for fiscal years beginning before December 26,2014, and established by 2 CFR Part 200, Subpart F-Audit Requirements, for fiscal years beginning on or after December 26, 2014, in Federal awards, the Agency is exempt from Federal audit requirements for that fiscal year. However, the Agency must provide a single audit exemption statement to the Department at FDOTSingleAudit@dot.state.fl.us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency expends less than the threshold established by OMB Circular A-133, for fiscal years beginning before December 26, 2014, and established by 2 CFR Part 200, Subpart F -Audit Requirements,for fiscal years beginning on or after December 26, 2014, in Federal awards in a fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, for fiscal years beginning before December 26, 2014, and in accordance with 2 CFR Part 200, Subpart F-Audit Requirements, for fiscal years beginning on or after December 26, 2014, the cost of the audit must be paid from non-Federal resources (i.e., the cost of such an audit must be paid from the Agency's resources obtained from other than Federal entities). 4. The Agency must electronically submit to the Federal Audit Clearinghouse (FAC) at https://harvester.census.gov/facweb/the audit reporting package as required by OMB Circular A-133, for fiscal years beginning before December 26, 2014, and as required by 2 CFR Part 200, Subpart F-Audit Requirements, for fiscal years beginning on or after December 26, 2014, within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period. The FAC is the repository of record for audits required by OMB Circular A-133, for fiscal years beginning before December 26, 2014, and for audits required by 2 CFR Part 200, Subpart F-Audit Requirements, for fiscal years beginning on or after December 26, 2014, and this Agreement. However, the Department requires a copy of the audit reporting package also be submitted to FDOTSingleAudit@dot.state.fl.us within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period as required by OMB Circular A-133, for fiscal years beginning before December 26, 2014, and as required by 2 CFR Part 200, Subpart F -Audit Requirements, for fiscal years beginning on or after December 26,2014. 5. Upon receipt, and within six months, the Department will review the Agency's audit reporting package, including corrective action plans and management letters,to the extent necessary to determine whether timely and appropriate action on all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. If the Agency fails to have an audit conducted in accordance with OMB Circular A-133, for fiscal years beginning before December 26, 2014, and in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, for fiscal years beginning on or after December 26, 2014, the Department may impose additional conditions to remedy noncompliance. If the Department determines that noncompliance cannot be remedied by imposing additional conditions,the Department may take appropriate actions to enforce compliance. 6.As a condition of receiving this Federal award,the Agency shall permit the Department,or its designee,the CFO or State of Florida Auditor General access to the Agency's records including financial statements, the independent auditor's working papers and project records as necessary. Records related to unresolved audit findings, appeals or litigation shall be retained until the action is complete or the dispute is resolved. 525-010-32 SPECIFICATIONS AND ESTIMATES 01/15 Page 3 of 5 7.The Department's contact information for requirements under this part is as follows: Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0450 FDOTSingleAudit andot.state.fl.us c. The Agency shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five years from the date the audit report is issued and shall allow the Department,or its designee,the CFO or State of Florida Auditor General access to such records upon request. The Agency shall ensure that the audit working papers are made available to the Department, or its designee, the CFO, or State of Florida Auditor General upon request for a period of five years from the date the audit report is issued unless extended in writing by the Department. 2. Exhibit 1, Federal Financial Assistance (Single Audit Act), of the original Agreement referenced above is hereby deleted and replaced by Exhibit 1,attached to this Amendment. 525-010-32 SPECIFICATIONS AND ESTIMATES 09/11 ADJUSTED EXHIBIT B SCHEDULE OF FUNDING Page 4 of 5 SUPPLEMENTAL NO. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FPN 1 LOCAL AGENCY PROGRAM SUPPLEMENTAL 434972-1-58-01 DUNS NO. AGREEMENT CONTRACT NO. 80-939-7102 ARR91 TYPE OF WORK FUNDING B Fiscal Year (1) (2) (3) (4) (5) y PREVIOUS TOTAL ADDITIONAL CURRENT TOTAL TOTAL AGENCY TOTAL 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: FY: FY: FY: FY: FY: Total Design Cost $0.00 $0.00 $0.00 $0.00 $0.00 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: 2014-2015 $3,177,000.00 $3,177,000.00 $1,237,179.00 $1,939,821.00 FY: FY: FY: FY: FY: Total Construction Cost $3,177,000.00 $0.00 $3.177.000.00 $1,237,179.00 $1,939,821.00 Construction Engineering and Inspection(CEI) FY: 2014-2015 $300,000.00 $300,000.00 $300,000.00 FY: FY: __ FY: FY: _ FY: Total CEI Cost $300,000.00 $0.00 $300,000.00 $300,000.00 $0.00 Total Construction&CEI Costs _ $3,477,000.00 $0.00 $3,477,000.00 $1,537,179.00 $1,939,821.00_ TOTAL COST OF THE $3,477,000.00 $0.00 $3,477,000.00 $1,537,179.00 $1,939,821.00 PROJECT 525-010-32 SPECIFICATIONS AND ESTIMATES 09/11 Page 5 of 5 SUPPLEMENTAL NO. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FPN 1 LOCAL AGENCY PROGRAM SUPPLEMENTAL 434972-1-58-01 DUNS NO. AGREEMENT CONTRACT NO. 80-939-7102 ARR91 IN WITNESS WHEREOF,the parties have caused these presents to be executed the day and year first above written. AGENCY STATE O• LO- DA DEPARTMENT OF TRANSPORTATION By: 0 By: Name: David L. Greene Name: Fr.• J.O'Dea, P.E. Title: City Manager Title: D'•- •r of Transportation D- :lopment Attest: v.-; (Y1 _ 'n(\ r-, Attest: /2 i1 / l /'" Name:Kim M. McIntire Name: Title: Executive Assistant Title: Executive Se retary Date: 12-23-2015 Date: Legal Review: See attached Encumbrance Form for date of funding approval by Comptroller. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-40 LOCAL AGENCY PROGRAM AGREEMENT PROGRAM MANAGEMENT 1/15 Page 1 of 1 EXHIBIT 1 FEDERAL FINANCIAL ASSISTANCE (SINGLE AUDIT ACT) FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: CFDA No.: 20.205 CFDA Title: Highway Planning and Construction Federal-Aid Highway Program, Federal Lands Highway Program CFDA Program Site: https:l/www.cfda.qov/ Award Amount: $1,939,821.00 Awarding Agency: Florida Department of Transportation Award is for R&D: No Indirect Cost Rate: N/A FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: 2 CFR Part 200— Uniform Administrative Requirements, Cost Principles &Audit Requirements for Federal Awards http://www.ecfr.qov/ OMB Circular A-133, Audits of States, Local Governments and Non-Profit Organizations http://www.whitehouse.gov/sites/default/files/omb/assets/a133/a133 revised 2007.pdf OMB Circular A-133 Compliance Supplement 2014 http://www.whitehouse.gov/omb/circulars/a133 compliance supplement 2014 FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TO THE FOLLOWING: OMB Circular A-87(Revised), Cost Principles for State, Local and Indian Tribal Governments http://www.whitehouse.gov/omb/circulars a087 2004/ OMB Circular A-102, Grants and Cooperative Agreements with State and Local Governments I http://www.whitehouse.qov/omb/circulars a102/ Title 23— Highways, United States Code http://uscode.house.gov/browse/prelim a@title23&edition=prelim Title 49—Transportation, United States Code http://uscode.house.gov/browse/prelim c title49&edition=prelim Map-21 —Moving Ahead for Progress in the 21st Century, Public Law 112-141 http://www.qpo.qov/fdsys/pkq/PLAW-112pu bl 141/pdf/PLAW-112pu bl 141.pdf Federal Highway Administration— Florida Division http://www.fhwa.dot.gov/fldiv/ Federal Funding Accountability and Transparency Act(FFATA) Sub-award Reporting System(FSRS) https://www.fsrs.gov/ li RESOLUTION NO. 2014-18 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CAPE CANAVERAL, BREVARD COUNTY, FLORIDA APPROVING BIDDING/PURCHASING PROCEDURES NECESSARY TO COMPLY WITH REQUIREMENTS FOR FEDERALLY FUNDED TRANSPORTATION PROJECTS AND IN ACCORDANCE WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION LOCAL AGENCY PROGRAM ("LAP"); AUTHORIZING THE CITY MANAGER TO TAKE ANY OTHER ACTION DEEMED NECESSARY OR ADVISABLE IN CONNECTION WITH THE FINALIZATION AND EXECUTION OF A STANDARD LAP AGREEMENT; AUTHORIZING THE EXECUTION AND DELIVERY OF DOCUMENTS IN CONNECTION WITH SAID STANDARD LAP AGREEMENT; PROVIDING FOR REPEAL OF PRIOR INCONSISTENT RESOLUTIONS; SEVERABILITY AND AN EFFECTIVE DATE. WHEREAS, the City Council of the City of Cape Canaveral ("City") establishes the following procedures when working with federally funded highway transportation projects; and WHEREAS, the City Council of the City of Cape Canaveral must comply with Federal funding requirements to qualify for funding through the Florida Department of Transportation ("FDOT") Local Agency Program ("LAP"); and WHEREAS, the City Council of the City of Cape Canaveral hereby finds this Resolution to be in the best interests of the public health, safety and welfare of the citizens of Cape Canaveral. NOW, THEREFORE, BE IT RESOLVED BY THE CITY OF CAPE CANAVERAL, BREVARD COUNTY, FLORIDA, AS FOLLOWS: Section 1. Recitals. The foregoing recitals are deemed true and correct and are hereby fully incorporated herein by this reference. Section 2. Bid Opening and Tabulation/Advertising for Bids. All bids received in accordance with the terms of the advertisement shall be publicly opened and announced either item by item or by total amount. If any bid received is not read aloud, the name of the bidder and the reason for not reading the bid aloud shall be publicly announced at the opening. Negotiation with contractors during the period following the opening of bids and before the award of the contract shall not be permitted. All federally funded projects shall be advertised a minimum of three weeks. Section 3. Bid Analysis and Award of Contract. The City will comply with the requirements of 23 C.F.R. §635.1 14 on all federally funded transportation projects for bid analysis and award of contracts as detailed in Exhibit "A." For such purposes, the City will act as "State Transportation Department" and FDOT as "Division Administrator" as defined in 23 C.F.R. §635.102. City of Cape Canaveral Resolution No. 2014-18 Page 1 of 3 I Section 4. Contract Time. The City will follow the guidelines detailed in Exhibit "B" when establishing a contract time for all federally funded transportation projects. Contract time extensions shall be subject to the concurrence of FDOT and shall be considered in determining the amount of federal participation. Contract time extensions submitted for approval to FDOT shall be fully justified and adequately documented. Section 5. Engineer's Estimate. The City will comply with the requirements of 23 C.F.R. §§201-205 on all federally funded transportation projects for the preparation of engineer's estimates as detailed in Exhibit "C". The City maintains continuing service contracts with a number of consultants to develop engineer's estimates: these service contracts do not expire until mid-2016 and may be extended for an additional five years. Section 6. Warranty Clauses. The City will comply with the requirements of 23 C.F.R. §635.413 on all federally funded transportation projects for warranty clauses as detailed in Exhibit "D". The warranty will begin the day after final acceptance is awarded. Section 7. Fair, Open and Competitive Selection of Oualified Consultants. In accordance with 40 U.S.C. §§1101-1104 ("Brooks Act") and other federal regulations, the City will not use local preference criteria in awarding contracts for federally funded transportation projects. Section 8. Approval,Authorization and Execution of Standard LAP Agreement. The City hereby authorizes the City Manager to execute and deliver on behalf of the City a standard LAP agreement between the City and FDOT with such changes, insertions and additions as he may approve,their execution thereof being conclusive evidence of such approval. Section 9. Authorization of Other Documents to Effect Transactions. To the extent that other documents, including but not limited to, notices, opinions or other items are needed to effect any transactions referenced in this Resolution, the City Manager is hereby authorized to execute and deliver such documents, opinions or other items and to take such actions as are necessary for the full, punctual and complete performance of the agreements, provisions or other items as are contained herein by reference. Section 10. Repeal of Prior inconsistent Resolutions. All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of the conflict. Section 11. Severability. If any section, subsection, sentence, clause, phrase, word or portion of this Resolution is for any reason held invalid or unconstitutional by any court of competent jurisdiction, such portion shall be deemed a separate, distinct and independent provision and such holding shall not affect the validity of the remaining portion hereto. Section 12. Effective Date. This Resolution shall become effective immediately upon adoption by the City Council of the City of Cape Canaveral, Florida. City of Cape Canaveral Resolution No. 201418 Page 2 of 3 ADOPTED in regular meeting of the City Council of the City of Cape Canaveral, Florida, this 15`h day of July, 2014. 'C: 49 ci -N.N G...c..0...f4,,a, Rocky Randels, Mayor ATTEST: 11 ,, 1 Ang la Appgrso i9ile t:', City Clerk. ' . YI . r,' Name For Against '''4 t 2'' John Bond Motion Robert Hoog Second _ _ Buzz Petsos X _ '': r'f ,,. • Rocky Randels X *j.if(>', ; ,`:4_ Betty Walsh g 'RLYtt 44\ice' Approved as to legal form and sufficiency for the City of Cape Canaveral only by: Anthony A. Garganese, City Attorney City of(,ape Canaveral Resolution No.2014-18 Page 3 of 3