Loading...
1574* LAP Supplemental Agrmt525-010-32 SPECIFICATIONS AND ESTIMATES 01115 Page 1 Of 5 SUPPLEMENTAL NO. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FPN 1 LOCAL AGENCY PROGRAM 430913-1-58/68-01 DUNS NO. SUPPLEMENTAL CONTRACT NO. 80-939-7102 AGREEMENT AQX68 The Florida Department of Transportation and City of Sanford desires to supplement the original Agreement entered into and executed on March 14 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 Sanford RiverWalk Phase 2 Length 6.530 feet Termini Segment 1: from the existing RiverWalk at French Avenue to Terwilliger Lane Seament 2: from the Central Florida Zoo entrance to Monroe Road/CR 15 Description of Work: Construction and CEI of the Sanford RiverWalk, Phase 2, a 10 -foot wide multi -use path along the north side of U.S. 17/92 on Lake Monroe. The first segment of the project will extend the existing RiverWalk at French Avenue approximately 5,430 feet to Terwilliger Lane; the second segment begins at the Central Florida Zoo entrance and ends 1,100 feet at Monroe Road/ CR15. The total project length is approximately 6,530 feet. The multi -use path will conform to the most current ADA requirements. The project will use bid alternates. The base bid is the portion of the first segment from French Avenue to Mangoustine Road, approximately 3,600 feet. Alternate 1 includes the remainder of the first segment from Mangoustine Road to Terwilliger Lane, approximately 1,950 feet. Alternate 2 is the second segment from 1,000 feet east of the Central Florida Zoo entrance to Monroe Road/ CR15, approximately 2,000 feet. Construction activities include earthwork, 10 -foot wide asphalt multi -use path, gravity walls, guardrail, pedestrian railing, pedestrian bridges, pedestrian bridges, landscaping, hardscape features, lighting, signing, pavement markings and replacement of the existing seawall. The CEI must be an FDOT pre -qualified consultant Reason for Supplement and supporting engineering and/or cost analysis: 1. Update Audit requirements in Exhibit 1", as federal funds on phase 68 ($150,000.00) were removed and replaced with state funds 2. Extend the LAP agreement from July 31, 2015 to October 31, 2015 for sufficient time to finalize construction contract. 3. 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 525-01032 SPECIFICATIONS AND ESTIMATES 01/15 Page 2 of 5 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: 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 (FAG) 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 FDOTS ingleAudit@dot. state. fi.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. 525-010-32 SPECIFICATIONS AND ESTIMATES 01/15 Page 3 of 5 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. 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(o)dot.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 430913-1-58/68-01 SUPPLEMENTAL DUNS NO. AGREEMENT CONTRACT NO. 80-939-7102 AQX68 TYPE OF WORK B Fiscal Year Y FUNDING PREVIOUS TOTAL U PROJECT FUNDS t2) ADDITIONAL PROJECT FUNDS t3) CURRENT TOTAL PROJECT FUNDS (A TOTAL AGENCY FUNDS (5) TOTAL STATE & FEDERAL FUNDS Planning FY: FY: FY: FY: FY: FY: Total Planning Cost 0.00 10.00 0.00 0.00 Project Development & Environment (PD&E) FY: FY: FY: FY: FY: FY: Total PD&E Cost lom 0.00 10.00 0.00 10.00 Design FY: FY: FY: FY: FY: FY: Total Design Cost 0.00 10.00 0.00 10.00 10.00 Right -of -Way FY: FY: FY: FY: FY: FY: Total Right -of -Way Cost Construction FY: 2012-2013 FY: FY: FY: FY: FY: Total Construction Cost Construction Engineering and Inspection (CEI) FY: 2012-2013 FY: FY: FY: FY: FY: Total CEI Cost Total Construction & CEI Costs $0.00 $7,019,810.00 $0.00 10.00 $7,019,810.00 0.00 $2,900,000.00 0.00 $4,119,810.00 J7,01%810.00 $150,000.00 10.00 _$_7019810.00 $150,000.00 §2,900,000.00 ;4J19,810.00 $150,000.00 $150,000.00 0.00 $150,000.00 $0.00 $150.000.00 $7,16%810.00 0.00 7,169,810.00 S2,900,000.00 4 269 810.00 TOTAL COST OF THE PROJECT $7,169,810.00 $0.00 $7,169,810.00 $2,900,000.00 $4,269,810.00 525-010-32 SPECIFICATIONS AND ESTIMATES 09111 Page 5 of 5 SUPPLEMENTAL NO. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FPN 1 LOCAL AGENCY PROGRAM 430913-1-58/68-01 SUPPLEMENTAL DUNS NO. AGREEMENT CONTRACT NO. 80-939-7102 AQX68 IN WITNESS WHEREOF, the parties have caused these presents to be executed the day and year first above written. AGENCY City Of Sanford By: Name: SQ t F Title: rr\#�4 o :st: Name: Title: offi Date: G � z Legal Review: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION rr By: Name: Fran J. O'Dea, P.E. Title: Direc or of Transportation Development Attest: IA&JYt5a,,�'& Name: S tVL 134 S5 Title: E � G2 $1 ve- Sew+l- - Date:1�ld i STATE nrFLORIDA DEPARTMENT OF TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT IW140111=111iffil FEDERAL FINANCIAL ASSISTANCE (SINGLE AUDIT ACT) FEDERAL RESOURCES AWARDED PURSUANT TOTHIS AGREEMENT ARE AS FOLLOWS: CFDANo: 20205 CFD4Title: Highway Planning and Construction Federal -Aid Highway Program, Federal Lands HighwoyPmgram oFD&Program Site: Award Amount: *4119810.00 Awarding Agency: Florida Department ofTransportation Award isfor R&D: No Indirect Cost Rate: N/A 525-010-40 SPECIFICATIONS AND ESTIMATES 1n» Page 1 FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE 2CFR Part 2OO—Uniform Administrative Requirements, Cost Principles & Audit Requirements for Federal Awards OMB Circular A-1 33, Audits of States, Local Governments and Non -Profit Organizations OMB Circular A-133Compliance Supplement 2Oi4 hftp:/A&,ww.whftehouse.gov/omb/circulars/al33 compliance supplement 2014 FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TO THE OMB Circular A-87(Fleviaed).Cost Principles for State, Local and Indian Tribal Governments OMB Circular A-1 02, Grants and Cooperative Agreements with State and Local Governments hftp:/AArww.whitehouse.gov/omb/circulars a102/ Title 23—Highways, United States Code Title 4S—Transportation, United States Code Mnp-21—Moving Ahead for Progress inthe 21mCentury, Public Law 112-141 Fedena|HighvveyAdnninbtnsUon—F|ohdaDkviaion Federal Funding Accountability and Transparency Act (FFATA) Sub -award Reporting System (FSRS) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONTRACT STATUS CHANGE/CHECKLIST Info Provider: Joyce Horne -Harley Return to: _IKeith Smith Denise Lipsomb STATE COMPTROLLER USE: Received date: Approved date: Mail Station: MS 4-520 Approved by: Phone # of Info Provider: 386-943-5153 CONTRACT NUMBER: AQX68 SITE/DISTRICT: 5 Total Executed Contract Amount: $ 4,269,810.00, / $ 0.00 Tn r�iata This action COMPTROLLER 01108 Status Code (choose one) ® 10 = Executed Contract ❑ 4X or 6X = Audit Status (Indicate Year) ❑ 20 = In Claims ❑ 99 = Post Design Service ❑ 50 = Complete/Terminated Contract ® Original Contract ❑ Amendment (Indicate #) ❑ Renewal ❑ Addition (Indicate #) _ ❑ Award ® Supplemental (Indicate #) 1 ❑ Letter of Authorization (Indicate #) ❑ Time Extension ❑ Close Contract ❑ Other Changes (must include comments) LETTING DATE: AWARD DATE: DATE OF CONTRACT EXECUTION (Last Signed Date): 7/2/2015 If last date signed > contract start date you must submit emergency certification (287.059 F.S. (2) 1) or Certificate of noncompliance (287.059 F.S. (2)) or settlement document (CM4(87-88) or CM11 (91-92)). CONTRACT BEGINNING DATE: 3/14/2013 SERVICES BEGINNING DATE: 3/14/2013 VENDOR NAME: City of Sanford PROJECT NUMBER: 430913-1-58-01 PROJECT NUMBER: CAN THIS CONTRACT BE RENEWED? ® YES ❑ NO PAGE NUMBER RENEWAL CLAUSE IN CONTRACT: ENDING DATE: 10/31/2015 SERVICES ENDING DATE: 10/31/2015 VENDOR NUMBER (FEID/SS): F596000425025 PROJECT NUMBER: 430913-68-01 PROJECT NUMBER: SERVICE TYPE: Comments: Please update the end date in CFM, contract begin date is 10/31/2015. Updated Audit language changed funds on phase 68 from federal funds to state funds. Certification Statement: I certify that the above information is correct and a true reflection of information contained in the above referenced contract. Approved by: (Printed or typed) Keith SMith /Denise Lipscomb Title: Financial Services Manager Approval Signature: Approval Date: