Loading...
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