Loading...
HomeMy WebLinkAboutExhibitSTATE OF ='_ORIDA DEPARTMENT OF 7RANSPORTATIOK PUBLIC TRANSPORTATION SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT Number . 2E-030.0' PUBU: TRANS.DR7a71Dti asr PaOE 7 of z Financial Project No: (item-segment-pnas e-seq u enre ) Contract No.: Catalog of Federal Domestic Assistan Fund: Function: Federal No DUNS No.: ce Number: 80-939-7102 Catalog of State Fin FLAIR Category: Object Code: Oro. Code: Vendor No.: anciai Assistance Number: THIS AGREEMENT, made and entered into this day of by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida, hereinafter referred to as the Department, and hereinafter referred to as Agency. WITNESSETH: WHEREAS, the Department and.the Agency heretofore on the day of entered into a Joint Participation Agreement; and WHEREAS, the Agency desires to accomplish certain project items as outlined in the Attachment "A" appended hereto; and WHEREAS, the Department desires to participate in all eligible items for this project as outlined in Attachment "A" for a total Department Share of NOW, THEREFORE THIS INDENTURE WITNESSETH: that for and in consideration of the mutual benefits to flow from each to the other, the parties hereto agree that the above described Joint Participation Agreement is to be amended and supplemented as follows: 1.00 Project Description: The project description is amended 2.00 Project Cost: Paragraph 3.00 of said Agreement is increased/decreased by bringing the revised total cost or the project to $ 72s-o3ao7 P J3LIC TRANSPDR,: A7igt< 04/37 ?age. 2 of4 Paragraph 4.00 of said .Agreement is increased/decreased by bringing the Department's revised total cost of the project to $ 3.00 Amended Exhibits: Exhibit(s) 4.00 Contract Time: Paragraph 18.00 of said Agreement of said Agreement is amended by Attachment "A". Financial Project No. Contract Nc. 725-030-07 PJ3_i� TRANSPDP7KFI3N 04/07 Page 3 d. Agreement Date Except as hereby modified, amended or changed, all other terms of said Agreement dated and any subsequent supplements shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written. AGENCY FDOT AGENCY NAME SIGNATORY (PRINTED OR TYPED) SIGNATURE TITLE See attached Encumbrance Form for date of Funding Approval.by.Comptroller LEGAL REVIEW DEPARTMENT OF TRANSPORTATION DEPARTMENT OF TRANSPORTATION TITLE Financial Project No. Contract No. '2-C3b0' PUSJ: TRANS°OF Tom: iDn 04!C !=•a2e h o < Agreement Date ATTACHMENT "A" SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT This Attachment forms an integral part of that certain Supplemental Joint Participation Agreement between the State of Florida, Department of Transportation and dated DESCRIPTION OF SUPPLEMENT (Include justification for cost change): I. Project Cost: As Approved As Amended Net Change Total Project Cost Fund Participation: Department: Agency: Other: Total Project Cost As Approved As Amended Net Change Comments: 725-030-D7 -SAr:S 3R kTl3N U4/07 r oolllona PagE MULTI -YEAR OR DEFERRED REIMBURSEMENT PROJECT FUNDING If a project is a multi -year or prequalified project subject to paragraphs 4.10 and 17.20 of this agreement, funds are programmed in the Department's Work program in the following fiscal year(s): FY FY FY FY FY FY FY FY FY FY FY FY FY FY FY FY FY FY FY FY Project years may be advanced or deferred subject to Legislative appropriation or availabity of funds. Suppiementa! Agreement to the City of Miami Streetcar Studies Public Transportation Joint Participation Agreement (JPA), Financial Project No.: 41960619401. Contract No.: AOA01 Agreement Date: April 12, 2006 CSFA: 55014 INSERT IN SJPA FORM 1.00 Project Description: The project description is amended to provide Department Intermodal Development Program funding for the City of Miami Trolley Program for the purpose of obtaining capital equipment including rubber -wheel trolley vehicles, fare collection devices, and shelters for trolley stops. These capital expenditures and related services are necessary for the provision of transit revenue service to the four trolley routes. The City is proposing to modify the Miami Streetcar Joint Participation Agreement (JPA) and its scope of services and assign the JPA to the City of Miami Trolley Program. The City is requesting to maintain the same Agency and Department Participation as noted in the original budget which had a total project cost of $5,580,000. The remaining funds for the Agency Participation are $964,972 and for the Department Participation the unspent funds are $1,899,151 for a total project cost of $2,864,123. 1 ATTACHMENT "A" SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT DESCRIPTION OF SUPPLEMENT: The Miami Trolley Program, which includes four circulator routes, meets the intent of the Intermodal Development Program, the funding source of the existing Miami Streetcar JPA. Pursuant to the Intermodal Development Program, Florida Statutes, Chapter 341.053 (6), the section identifies the eligible projects for funding under this program and they include 'intercity bus service and projects which otherwise facilitate the intermodal or multimodal movement of people and goods." Pursuant to the Intermodal Development Program, the Trolley Program is also consistent with the City's adopted Capital Improvement Program and the Miami Comprehensive Plan. The Miami City Commission deliberated on the proposed Trolley Program on November 18, 2010, and, was unanimously in support of implementing the rubber -wheel trolley circulators. For these reasons, the City Administration has found the Trolley Program instead of the Miami Streetcar Project as the most advantageous public transit mode in addressing traffic congestion and supporting the mobility needs of visitors and residents throughout the trolley corridors. The Intermodal Development Program funds previously allocated to the Miami Streetcar Project will be applied to similar tasks for the Trolley Program, a transit circulator. The new Project Description addresses the need -for capital expenditures for acquisition of rubber -wheel trolley vehicles, fare collection devices and trolley station shelters needed to implement the Miami Trolley Program. The source of funding for the Agency Participation has been allocated in the City's adopted Fiscal Year 2010-2011 Budget as the Transportation and Transit Special Revenue Fund 15600 from the one-half cent Transit Surtax. The trolley program includes the Brickell/Biscayne, Overtown/Allapattah, Coral Way, Health District alignments, •and the potential extension to the Marlin's Stadium. The intent of the citywide trolley program would be to complement the existing Miami Dade Transit (MDT) system that includes Metromover, Metrorail and Metrobus service. The proposed trolley service meets the requirements of the Intermodal Development Program in its connectivity to and from other transportation terminals. Project Location: The four proposed trolley routes located within the City of Miami as noted in the attached map are: ❑ Brickell/Biscayne — This route primarily serves the north -south corridor of Biscayne Boulevard and Brickell Avenue, connecting the Miami -Dade Transit Bus Depot/Omni Metromover Station to the north, Brickell Metrorail and Metromover Station, and to the existing Park -and -Ride lot at SE 26th Road to the south. The route alignment includes an extension along Flagler Street. ❑ Overtown/Allapattah — This route serves the areas of Overtown and Allapattah along the NE 14th Street/NW 3rd Avenue/NW 20th Street corridor, which extends westward from the Miami- ransit $us Depot/People-MnverOmni-Statior -to . t aiso providers access to the Health District. ❑ Health/Stadium District — This route is a circulator system that serves the Health District and, 2 potentially; the Mariin's Stadium. The Health District includes the Miami -Dade Coliege Medical Center, the University of Miami -Jackson Memorial Medical Center, the Miami Veterans Affairs Medical Center and Miami -Dade County Courts. Coral Way — This route serves the east -west corridor alone Coral Way as it extends from the Brickell area westward connecting to the City of Coral Gables Trolley. Project Scope of Services: The Miami Trolley Program scope of services/tasks is the following: 1. Rubber Trolley Vehicles acquisition according to specifications recommended by the City. Unit Cost- $200,000. Quantity- 10. The total cost includes the base vehicle and ancillary equipment and installation. The vehicle make is a Supreme Classic American or approved equal. The vehicle type is a trolley with wood bench style seating or approved equal. The capacity is a minimum of 25 passengers. The vehicle must meet ADA requirements for public transit vehicles. The power/fuel type is flexible although the City is suggesting hybrid/electric or similar approved alternative fuel vehicle. The vehicles must meet the requirements of Florida Administrative Code 14-90 (Le. passenger door mirror height, etc.). The system fleet must meet all local, state and federal requirements as applicable to public transit vehicles. Any vehicle provided by this program must not be more than three (3) years old when placed in service and not -more-than seven-(7)-years.old-at-anytime-during-the-period of the program. 2. Fare Collection Devices - this task includes selection and acquisition of preferred fare collection system and fumishing and installation of the devices in the vehicles. Unit Cost- $15,000. Quantity- 10. The vehicles must have registering electronic fare boxes. 3. Shelters for Trolley Stops, Capital Acquisition- this task includes new shelters for trolley stops. Unit Cost, approximately $10,000. Preliminary need for shelters 62 shelters. Includes final design and CEI services at slightly over 15% in the amount of $94,123. Detailed Project Budget: 1. Rubber Trolley Vehicles, Capital Acquisition 2. Fare Collection Devices, Capital Acquisition 3. Shelters for Trolley Stops, Capital Acquisition CEI and Design for Trolley Stops TOTAL $ 2,000,000 $ 150,000 $ 620,000 $ 94,123 $ 2,864,123 3