HomeMy WebLinkAboutCity of Tamarac Resolution R-95-1111
MAY 17, 1995 -Temp. Reso. #7087 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-95--HL-
A RESOLUTION OF THE CITY COMMISSION
OF THE CITY OF TAMARAC, FLORIDA,
AUTHORIZING THE APPROPRIATE CITY
OFFICIALS TO EXECUTE AN AGREEMENT
BETWEEN THE STATE OF FLORIDA,
DEPARTMENT OF COMMERCE, DIVISION OF
ECONOMIC DEVELOPMENT AND THE CITY
OF TAMARAC TO ACCEPT FUNDS IN THE
AMOUNT OF TWO -HUNDRED AND SIXTY-
NINE THOUSAND, NINE -HUNDRED AND
THIRTY-SEVEN ($269,937.00) DOLLARS TO
AID IN THE CONSTRUCTION OF NW 67
STREET FROM PROPOSED HIATUS ROAD
TO NOB HILL ROAD; PROVIDING FOR
CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City Commission in Resolution R94-245 authorized the Mayor and
appropriate City officials to request financial assistance from the Florida Department of
Commerce, Division of Economic Development for road funds not to exceed Three -Hundred
Thousand ($300,000.00) Dollars; and
WHEREAS, the City Manager prepared an application for funding in the amount of
Two -Hundred Sixty -Nine Nine -Hundred Thirty -Seven ($269,937.00) Dollars to design and
construct NW 67 Street from proposed Hiatus Road to Nob Hill Road; and
WHEREAS, the application was submitted and presented to the Florida Department
of Commerce, Division of Economic Development on March 16, 1995; and
I—]
MAY 17, 1995 - Temp. Reso. #7087 2
WHEREAS, the Florida Department of Commerce accepted this application and has
awarded the City of Tamarac Two -Hundred Sixty -Nine Thousand Nine -Hundred Thirty -
Seven ($269,937.00) Dollars; and
WHEREAS, the City of Tamarac is required to enter into an agreement that governs
the disbursement of funds to finance the approved project; and
WHEREAS, the Director of Community Development recommends approval of
executing the agreement; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the
best interests of the citizens and residents of the City of Tamarac to execute this agreement
in order to receive funds in the amount of Two -Hundred Sixty -Nine Thousand Nine -Hundred
Thirty -Seven ($269,937.00) Dollars;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and is hereby made a specific part of this Resolution.
SECTION 2: That the City Commission of the City of Tamarac authorizes the
appropriate City officials to execute an agreement for funds in the amount of Two -Hundred
Sixty -Nine Thousand Nine -Hundred Thirty -Seven ($269,937.00) Dollars between the Florida
Department of Commerce Division of Economic Development and the City of Tamarac (a
copy of which is attached hereto and made a part hereof as Exhibit "1 ").
SECTION 3: All resolutions or parts of resolutions in conflict herewith are
MAY 17, 1995 - Temp. Reso. #7087 3
hereby repealed to the extent of such conflict.
SF,CTION 4: If any clause, section, other part or application of this Resolution
is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
SF,CTION 5: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this J q
L'
ATTEST:
CAROL A. EVANS
CITY CLERK
I HEREBY CERTIFY that I
have approved this
ORDINANCE as to form.
(—i —�— _IX
MITCHELL S. &AFT
CITY ATTORNEY
community development\c:\userdata\wpdata\res\connrdrs\ps
1
day of /116�v , 1995.
�1 r
r
►I YAV
RECORD OF COMN
MAYOR
ABRAMOWITZ
DIST. 1:
V / M KATZ
DI$T. 2:
COMM. MISHKIN _
DIST, 3:
COMM. SCHREIBER
DIST- 4:
COMM. MACHEK
IVOTE
rA
/P, (75-- / tl
•
A-.9REEMENRT
This Agreement, entered into this
-?4
day
of , 19'U~between the State of Florida Department
of Commerce, Division of Economic Development, hereinafter
referred to as the "Department", and the City of Tamarac,
hereinafter referred to as the "City".
W I T N E S S E T H-
WHEREAS, the Department has determined that the
construction of a transportation project, a description of which
is contained in the Economic Development Transportation Fund
Application, which is attached as Exhibit "A" hereinafter
referred to as the "Project", is necessary to facilitate the
economic development and growth of the State as contemplated by
Section 288.063, Florida Statutes, and
WHEREAS, the City is prepared to complete the
Project at an estimated total cost of $479,027, and
WHEREAS, the Department is prepared to provide
$269,937 toward the total project cost of construction of the
transportation project described below.
NOW, THEREFORE, in consideration of the mutual
undertakings and agreements hereinafter set forth and agreed
between the parties as follows:
0
-1-
a
0
C�
�J
C7
1. The Project is described as Follows:
Construct a two lane road from Nob
Hill Road to the proposed extension
of Hiatus Road. A distance of
approximately .379 miles in the City
of Tamarac.
and is in connection with the retention and expansion of
facilities by Illinois Tool Works Company hereinafter referred to
as the "Company".
2. The term of this Agreement shall commence upon
execution and continue through December 31, 1996, unless
terminated at an earlier date as provided herein.
3. Upon execution of this Agreement by the
Department and upon written request from the City, the Department
will transfer funds to the City to be applied toward direct
Project costs on a quarterly basis consistent with project needs.
4. Funds transferred to the City by the Department
shall be invested by the City until their actual expenditure, in
such income or revenue producing investments as authorized by law
for other City funds. All income, interest or other revenues
obtained from such investment shall be considered funds of the
Department. The income, interest or other revenues shall be
remitted to the Department on a semi-annual basis within fifteen
(15) days of the close of the months June and December,
regardless of the month in which funds were received. Upon
completion of the project, all remaining income, interest, or
other revenues shall be returned to the Department. All refund
or interest checks shall be mailed to Post Office Box 11010,
- 2 Y-
Tallahassee, Florida 32302 with the Purchase Order number
referenced, and a copy of this documentation shall be provided to
the De
partment's s Contract Manager.
S. Project funds made available by the Department
shall not be released until the following have been satisfied.
(a) The City shall agree by resolution to
accept future maintenance and other attendant costs occurring
after completion of the Project for the portion of the Project on
the City system and forward said resolution to the Department.
(b) The City shall certify to the Department
that the Company referred to in paragraph 1 above has secured the
necessary permits including but not limited to building permits
and initiated construction of the facilities referenced therein.
If the City fails to provide such certification to the Department
within 18.0 days of this contracts execution, the Department may,
at its discretion, terminate this Agreement.'
(c) Verification of invoices, statements or
other related documents duly submitted to the City for pre -audit
and approval by the City.
(d) The City shall certify that its adopted
local government comprehensive plan is in compliance with Chapter
163, Part II, Florida Statute, and that any amendments to the
adopted plan related to the transportation projects. or business
facility have been determined by the Department of Community
Affairs to be in compliance with Chapter 163, Part II, Florida
Statute.
�-T5-1a
(e) The City shall provide to the Department
certification and a copy of appropriate documentation
substantiating_ that all required right-of-ways have been obtained
and meet the definition of right-of-way set forth in Section
334.03(22), Florida Statutes.
6. Funds made available by -the Department pursuant
to this Agreement shall be expended solely for the purpose of the
Project. No such funds shall be used for the purchase of any
capital equipment, landscaping, mitigation planting, water and
sewer lines, for any legal action against the Department, for the
administration of the project fund or costs associated with
preparation of the application.
7. Funds may not be used for the purpose of
lobbying the legislature or a state agency per Section 216.347,
Florida Statutes.
8. As an inducement to the transfer of funds
referred to in paragraph 3 above, the City grants the assurances
that, if initiated, the Project will be carried through to its
completion and will not require the expenditure of any additional
funds from the Department. The City shall be liable for all cost
overruns on the Project.
9. The City agrees to design and construct the
Project in accordance with standards promulgated by the Florida
Department of Transportation (DOT) in accordance with Section
336.045 Florida Statutes, and to provide certification of same to
the Department upon completion of the Project. Such
certification shall be provided by a professional engineer
registered in Florida who shall certify that all design and
construction for the Project is in substantial conformance with
the standards established by DOT pursuant'to Section 336.045,
Florida Statutes.
10. Prior to the Department's release of any
requested funds, the City shall provide the Department with
written notification of either its intent to:
(a) Award the construction of the
transportation project to the lowest and best bidder in
accordance with applicable state and federal statutes, rules and
regulations. The City shall then submit a copy of the bid tally
sheet(s) and awarded bid contract, or
(b) Construct the transportation project
utilizing existing City employees, if the City can complete said
project within the time frame in paragraph 13 of this Agreement.
11. The City is encouraged to utilize "minority
business enterprises," as defined in Section 288.703, Florida
Statutes, as subcontractors or sub -vendors when permitted under
this Agreement and shall, report same to the Department.
12. Vendors providing goods and services to an
'agency should be aware of the following time frames. Upon
receipt, an agency has five (5) working days to inspect and
approve the goods and services, unless the bid specifications,
purchase order or contract specifies otherwise. An agency has 20
days to deliver a request for payment (voucher) to the Department
Ae
of Banking and Finance. 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.
P With the exception of payments
to health care providers for hospital, medical, or other health
care services, if a payment is not available within 40 days,
measured from the latter of the date the invoice is received or
the goods and services are received, inspected, and approved, a
separate interest penalty, set by the Comptroller pursuant to
Section 55.03, Florida Statutes, will be due and payable in
addition to the invoice amount. To obtain the applicable
interest rate, please contact the Agency's Fiscal Section at
(904) 488-8477 or the Purchasing Office at (904) 488-0225. The
interest penalty provision applies after a 35 day time period to
health care providers for hospital, medical, or other health care
. services from the date payment eligibility is determined, and the
daily interest rate is .03333%. Interest penalties of less than
one (1) dollar will not be enforced unless the vendor requests
payment. Invoices which have to be returned to a vendor 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 agency. A Vendor
Ombudsman has been established within the Department of Banking
and Finance. The duties of this individual include acting as an
advocate for vendors who may be experiencing problems in
obtaining timely payment(s) from a state agency. The Vendor
Ombudsman may be contacted at (904) 488-2924 or by calling the
:Tic
State Comptrollers Hotline, 1-800-848-3792.
'e- fs 111
13. The City further agrees:
(a) To maintain books, records, documents
and other evidence according to generally' accepted governmental
accounting principles, procedures and practices which
sufficiently and properly reflect all costs of any nature
incurred by the City in the performance of this Agreement and to
retain said books, records, documents and other evidence for a
period of three (3) years after termination of this Agreement.
(b) That aforesaid records, books, documents
and other evidence shall be subject at all times to inspection,
review or audit by state personnel of the Office of Auditor
General, Office of Comptroller and other state personnel
authorized by the Department.
(c) To include these aforementioned audit
and recordkeeping requirements in contracts and subcontracts
entered into by the City with any party for work required in the
performance of this Agreement.
(d) That three (3) months after the date of
execution of this Agreement and every three (3) months
thereafter, the City will provide the Department with a report
containing a detail of work completed according to the project
schedule; a description of any change orders executed; and a
budget summary detailing planned expenditures versus actual
expenditures; and identification of minority business enterprises
used as contractors and subcontractors.
-7-
14. Upon termination of this Agreement the City _
will provide the following:
(a) Certification that the Project has been
completed in compliance with the terms and conditions of this
Agreement.
(b) A report which shall specify (i) the
total funds transferred to the City by the Department pursuant to
this Agreement; (ii) the total income, interest or other revenues
obtained from the investment of said funds; (iii) the total
direct Project costs paid from funds made available by the
Department pursuant to this Agreement; (iv) the balance of any
unexpended Project funds; (v) the actual amount of the Company's
capital investment and (vi) the actual number of permanent full-
time jobs created by the Company.
. 15. Two (2) years after the Company has completed
•
the construction associated with this transportation project, the
City will provide the Department with the actual number of new
permanent full-time jobs created by the Company.
16. The "City" shall provide copies to the
"Department" of all audit reports made pursuant to:
(a) Sections 11.45, 125.01(1) (x), and 218.33
Florida Statutes, and
(b) Section 216.349(2) Florida Statutes, which
provides:
(1) "If the amounts received exceed $100,000,
have an audit performed in accordance with the Rules of the
R``6//J
Auditor General promulgated pursuant to s. 11.45", or
(2) "If the amounts received exceed $25,000,
but do not exceed 000 100 performed in accordance
$ have an audit t
with the Rules of the Auditor General promulgated pursuant to s.
11-45 or have a statement prepared by an independent certified
public accountant which attests that the receiving entity or
organization has complied with the provisions of the grant", or
(3) "If the amounts received do not exceed
$25,000 have the head of the entity or organization attest, under
penalties of perjury, that the entity or organization has
complied with the provisions of the grant", encompassing any and
all project records and documents made during the term of this
Agreement.
17. The City shall act as an independent
contractor and not as an employee of the Department in the
performance of this Agreement. The City covenants and agrees
that it will indemnify, and hold harmless the Department and all
of the Department's officers, agents, and employees from any
claim, loss, damage, cost, charge or expense arising out of any
act, action, neglect or omission by the City during the
performance of the contract, whether direct or indirect, and
whether to any person or property to which the Department, or
said parties may be subject to, except that neither the City nor
any of its sub -contractors will be liable under this section for
damages arising out of injury or damage to persons or property
directly caused or resulting from the sole negligence of the
,f,g5111
C�
11
Department or any of its officers, agents or employees.
18. Unless terminated earlier, the construction of
the transportation project shall commence no later than
December 31, 1995 and shall be completed on or before
August 31, 1996. The Department shall have the immediate option
to terminate this Agreement should the City fail to meet either
of the above required dates.
19. Upon termination or expiration of this
Agreement, any funds made available by the Department pursuant to
this Agreement that have not been expended at that time shall be
returned to the Department. All investment earnings realized
pursuant to paragraph 4 above shall be returned to the
Department.
20. Any Project funds made available by the
Department pursuant to this Agreement which are determined by the
Department to have been expended by the City in violation of this
Agreement, other applicable law or regulation shall be promptly
refunded in full to the Department. Acceptance by the Department
of any documentation or certifications required or permitted to
be filed by the City shall not constitute a waiver of the
Department's rights as the funding agency to verify all
information at a later date by audit or investigation.
21. This Agreement may be terminated by the
Department in the event the City fails to perform or honor the
requirements and provisions of this Agreement, upon no less than
24 hours notice in writing delivered by certified mail, return
receipt requested, or in person with proof of delivery. In the_
event of such termination, the City shall return funds in
accordance with paragraphs 19 and 20, of this Agreement within 3
9 0
days of the termination of this Agreement.
22. In the event the City desires to modify any of
the terms and conditions of this Agreement, the City shall make
such request for modification in writing to the Department at
anytime during the term of this Agreement. However, where the
request for modification relates to changes in the project
commencement and/or project completion date, such request must be
received by the Department prior to the expiration of the current
commencement or project completion date. If the request for
modification of the commencement or completion date is made after
the expiration of such date, the Department shall have the option
to terminate this Agreement.
23. By the execution hereof, the parties covenant
that the provisions of this Agreement have been duly approved and
signatories hereto are duly authorized to execute this Agreement.
24. This Agreement is executed in duplicate
originals.
0 -11-
I
r -I
J
•
IN WITNESS WHEREOF, the parties hereto have caused
their hands and seals to be set to this twelve (12) page
Agreement the day and year first above written by their
respective officials thereunto duly authorized.
STATE OF FLORIDA
DEPARTMENT OF COMMERCE
DIVISION OF ECONOMIC DEVELOPMENT
BY:
TITLE:
ATTEST:
TITLE:
-12-
CITY COMMISSION
CITY TAMARAC, FLORIDA
BY: n n
Robert S. Noe, Jr.
TITLE: City ManaQer
ATTEST:
Carol A. Evans
TITLE:
BY:
Norman Abramowitz
TITLE: Mayor ----
BY
itchell S.. raft
TITLE: Cit . Attorne
'P-fC/,
EXHIBIT "A"
1-1
•
ECONOMIC DEVELOPMENT TRANSPORTATION FUNDt @.3@w
FLORIDA DEPARTMENT OF. COHMERCI; J
DIVISION OF ECONOMIC DEVELOPMENT
Applicants are advised that this application m'tl, be submitted
accordance with the provisions of Florida Stat' ,
288•.P63, and Rule 8-6 FAC adopted by the Divis
. Development....
I. APPLICANT
Local Government Applicant: CITY OF TAMARAC
Local Government Federal Employee Identification Number
59-1039-552
Name of Primary Contact: ROBERT S. NOE, JR.
Title: CITY MANAGER
Address--.- 7525 N.W. 88TH AVENUE
TAMA.RAC FLORIDA 33321
(City) (State) (Zip) -.
Telephone: (305) 724-1230 Fax: (305) 724-1212
II.• COMPANY PROVIDING EMPLOYMENT (only one company may be
listed)
Company: F ILLINOIS TOOL WORKS COMPANY
Primary Contact: ARNO PROCTOR
Ti t l e: PRESIDENT
Address: 1081 HOLLAND DRIVE
BOCA RATON FLORIDA 33487
(City) (State) (Zip)
Telephone: (407) 241-8222
Fax:
(407) 24 1-6 186
Principal Business Activity: STRETCH WRAPPING SYSTEMS AATD PACKAGII\TG
SIC Code Number.
35 65 SYSTEMS
• Type of Facility: New (-:") Existing ( ) Expansion (�X)
Estimated Time for Construction: EIGHT (8) MONTHS
Estimated Square Feet of Facility: 125 000 in 2 S n l—ros
-1-
It
Full-time Employment Generated/Retained:
New Retained 273, R-g$~/�
L
(Must be at Mast 100 if grant request is S200, 000-
$1,000,000 or 200 if request is greater than $1,000,000)
New Capital Investment Generated: S5 000 000.00
IIriefly_ Desdt.ibe the Facility (New or Existing) or' the Expansion:
PROPOSED FACILITY WILL BE A 909'000 SQUARE FOOT MANUFACTURING PLANT (111NI MIMA)
AND A 35 000 SQUARE FOOT MANUFACTURING PLANT (ITW LOVESHAW).
YII• TR�SPORTATION (Attach a rough site plan With facility in
''relation to the requested transportation improvements.),
A• Briefly describe the transportation .problem*'�which is
an impedi<•ment to the company described above and give
its importance to the company's decision.
CURRENTLY THERE EXIST NO EAST/WEST ROADWAY AT THE PROPOSED SITE
LOCATION RENDERING IT INACCESSIBLE. PRIKILRY ACCESS
WILL BE OFF OF NOB HILL ROAD WHICH RUNS NORTH AND SOUTH. THE SITE
�r. _ WOULD REMAIN INNACCESSIBLE WITHOUT THE ROAD. CONSTRUCTION
OF THE ROAD IS IMPERATIVE TO THE FEA.SABILITY OF CONSTRUCTION.
B •(SEE Briefly describe the transportation project which
will alleviate the transportation problem:
THE PROPOSAL WILL SERVE AS A TWO (2) LANE SERVICE ROAD RUNNING
EAST/WEST BETWEEN NOB HILL ROAD AND THE PROPOSED EXTENSION OF
HIATUS ROAD. IN ADDITION TO PROVIDING IMIEDIATE ACCESS TO THE
PROPOSED ITW ; - MANUFACTURING PLANTS`; THIS ROAD WILL PROVIDE
ACCESS TO FUTURE BUSINESS DEVELOPMENTS IN THE PROPOSED NOB HILL
INDUSTRIAL PARK. (SEE EXHIBIT 2A)
WTTM (effeetiMe -..1
-2-
;�'
L0
0
C. Estimated Cost of the Transportation Project:
construction: $_ 234 , 728�4—
Right-ofLWay: $ 21 +�
Design & Engineering: $_.35 209__Zn----- -
TOTAL COST: $ 479.937.�9
*May. -be Uked 'as matching dollars if acquisition is required from
a third party in order to construct the transportation facility.
D. Transportation Project Funding Sources:
City: $__210,000.00 7RiGHT-0F J,!A 'TO BE DONATED)
County: $ -0-
Cori ? ny: $ 0.00
IV.
V.
(NOTE:
Request from the Economic Development
Transportation Fund
($2,000,000) maximum): $269,937.39
TOT.XL COST: $ 479,937.39
(NOTE: dust add up to Total Cost in C. above)
E. Estimated -time for construction:
PROJECT LOChTION
EIGHT (8) HONTHS
A. Located in an Enterprise Zone? Yes �No
B. Located in the Target Area of a Co=unity
Development Corporation? Yes _E—NO
SELECTED ECONOMIC INDICATIONS
A. Unemployment. Rate: 5.822
Information Source:�9U—u.5. CENSUS -
B. Per Capita Income: $18,012.00
Information Source:-r=.S. CENSUS
Co Poverty Rate: 4.41
Information Source: 1996 U.S. CENSUS
Source must be acceptable to the Division):
JEDTF02 (c(hcwr J
- 3 --
t
C7
0
•
V S •
OTHER CONSIDERATIONS
A. Is the adopted local government comprehensive plan for
the Jurisdiction in compliance with Chapter 163, Part
II, Florida Statutes? XX Yes No
If not, what is the expected time frame for compliance?
B. What is the Future Land Use Man designation for the
business facility state? INDOSTRIAL USE DESIGNATION
C. Are the transportation project and. business facility
consistent with the adopted local government
comprehensive plan? XX Yes No
if not, describe the. - inconsistency and give the time frame for
amending the plan:
D. Does construction of the business f acility. trigger
concurrency requirements other than for transportation
facilities? Yes No
If so, explain:
E. Does construction of the business facility trigger
concurrency requirements for transportation facilities?
Yes No • •
If yes, what transportation management alternatives have been
considered? THE CU&UNT T-EyEL, or srgyTrr r THEEQAD1RE01=rLLKG
THE PROPOSED SITE 'LOCATION IS ADEQUATE TO SUPPORT THE TRAFFIC
GENERATED BY THE SITE AFTER THE SERVICE ROAD IS CoSslgpr.rn_
F. Does the adopted plan include an Economic Development
Element? Yes XX No
THE CITY'S ADOPTED PLAN DOES NOT CURRENTLY INCLUDE AN ECONOMIC
DEVELOPMENT ELEMENT. HOWEVER, THE CITY ENVISIONS COMPLETION
OF AN ECONOMIC DEVELOPMENT ELEMENT IN THE NEAR FUTURE.
IEDTFOI (c(fecurc
Z-C
It
•
•
G. Is the applicant's transportation project linked to D
other publicly funded economic development Programs?
If so, how does it further those efforts?
PROJECT WILL Br A CONNECTOR ROAD BETWEEN NOB HILL RO X1STTKG)
AND A PROPOSED PUBLICALLY FUNDED EXTENSION OF HIATUS
THESE TWO ROADS WILL OPEN UP ACCESS TO THE NOB HILL INDUSTRIAL PARK.
(SEE EXHIBIT 2A)
H. Will low to moderate income workers be eligible for
employment within this facility? Yes No
n.t?
Vil. PROJECT INFORHATION
Location of Project (Road Number) : NW
b? Streit ._
U.S. State County
City
Party responsible for maintenance and
upkeep:
State County City ,� xx
_ (If more than
one is applicable, please indicate.)
Total Length of Project: , _ 17o
mile (s)
Brief Description of Project: PROJECT FILL BE
A TWO (2) LANE SERVICE
ROAD CONNECTING NOB HILL ROAD AND THE PROPOSED EXTENSION OF HIATUS -ROAD . THTIS
SERVICE ROAD KILL PROVIDE ACCESSIBILITY TO NOB HILL ROAD FOR THE PROP T
AS WELL AS FOR FUTURE BUSINESS DEVELOPPLNTS
IN THE PROPOSED N T R
p
Is :LARK.
Ean alternative that would provide more, cost
effective access to the project? Yes
XX No
Are there any additional traffic inpacts?
Yes XX No If
yes, does th-e project provide for additional
impact?
--.Yes -No If no, please explain:
OEGTF02 fcffceyvc —�
-5-
t
U
NOT
VIII . TRAFFIC IMPACTS ORR IPROJECTS NVOLVING 5 T H GHi:AYS
Traffic generation estimates (in number of vehicles daily):
1. Number of Cars Number of Trucks,_
AM Peak_Hour' a.m. to a.m.: Indicate Number of:
2. Inbound Cars Inbound Trucksw
Outbound Cars Outbound Trucks
PM Peak Hour p.m. to o.m.: Indicate Number of:
3. inb.Dund Cars _ Inbound Trucks
Outbound Cars Outbound Trucks
If this application is for a city road, the city must agree to
Maintain the road. If a county road is involved, the county must_
acree 'a rza4ntain the road. This will be stipulated in all
contracts 'involving expenditure of the Economic Development
Transportation Fund.
DOT form, letter from applicant, letter from the benefiting
company and a map showing the relationship of the facility to the-
transportation project must accompany .this application.
1
Please type: NORMAN ABRAMOWITZ
(Name)
MAYOR CITY OF TAMA.RAC
/- n (Title) `
Signature:
(� gnature must be that of an e1W ed city or county
fficial) ---- - - ..
Specific Authority 288.063, 120.53 (1) (a), F. S.
Laws Implemented 288.063, 120.53 (1) (a), F. S.
fWTFM (crrecL;vc _
-6-
it
C�
FLOAIDA DEPARTMENT OF COMMERCE
ECONOMIC DEVELOPMENT TRANSPORTATION PROJECT
FOR SUBMISSION TO YOUR DOT'DISTRICT SECRETARY'S OFFICE
IX. OT_TRAYS PORTATION PROJECT CONSTRUCTION COST EST MATE
ased on'inf ormation rov'ded with this av 1'cat'o
Estimated cost of construction: $ $234,728.19
Estimated cost of right-of-way: $ $210,000
.:stimaz=d cost of design and engineering: S $35,209.2
Has design anal engineering been completed? Yes X No'
Was cost overrun considered in total cost? Yes X No
If yes, how much?
Is design in accordance with DOT specifications? N/A -not on State
system
How many days estimated for completion?Unknown at this time
DOT Comments: More specific information re ardi o � prniect
be developed as a part of the project design.'
(Signature Of DOT )'
Joseph M. Yesbeck
Director of Planning and Programs
District 4
The signature of FDOT only attests to EDTF transportation project
cost. estimates and does not commit FDOT to automatically approve
any permits associated with this project.
0 ) 9=- TFo2 (crtecuve )
fA
Figure 3.5
Alignment Option 1
ucNob ROaa
:w
• ''' 1
TAuARAC MARKET
TEE ASH
i
PLACE
PLAT
PLAT
-
(FEDERAL DEPOSIT
BROWARD
0 �
INSURANCE CORP.)
COUNTY
;
`
EXPRESSWAY
AUTHORITY
,
�l 1
CORREIA
TAUARAC
LAND TRUST
V1�
BUTTERS
PLAT
19
c
(ROBERTS)
0
c
7
Connector Rood
°
3
COULD
BUTTERS
c
3
a
SAKI -PIP
h
CA
`o
Q
k
ARCHOIOCESE
c
LWIN
OF u1AIAI
..,.,:..��...
Bar. irl
c
BROWARD
r
COUNTY
CITY OF
EXPRESSWAY
{� TAUARAC
AUTHORITY
O
o
s�
WESTPOINT DRI
SECTION T ASSOCIATION
0
LEGrN
MMHIATUS ROAD ALICN6ENT
A 1 ones
Mop, 2 'D CaDR ROAD ALICN.[Ni
Y!PROPEATT boUMOAAMS
ROADS
?7
It
OMMc c1al Boulevorp
f