Loading...
2004-25706 Reso RESOLUTION NO. 2004-25706 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A MANAGEMENT AND OPERATION AGREEMENT BETWEEN THE CITY AND THE MIAMI BEACH TRANSPORTATION MANAGEMENT ASSOCIATION (MBTMA), WITH A MANAGEMENT FEE IN THE AMOUNT OF $169,950, FOR THE PERFORMANCE OF GENERAL MANAGEMENT SERVICES FOR OPERATION AND ADMINISTRATION OF THE LOCAL SHUTTLE PROJECT (pREVIOUSLY KNOWN AS ELECTROW AVE), COMMENCING ON OCTOBER 1, 2004 AND ENDING ON SEPTEMBER 30, 2005; AUTHORIZING THE ADVANCEMENT OF ONE FOURTH OF THE FISCAL YEAR 2004-05 OPERATING BUDGET FUNDS TO MBTMA, ON A QUARTERLY BASIS; PROVIDING FOR THE FILING OF QUARTERLY FINANCIAL AND ADMINISTRATIVE REPORTS, AS WELL AS ANNUAL AUDITS; AND FURTHER PROVIDING FOR THE RETURN OF ALL UNUSED FUNDS TO THE CITY, BY CLOSING OF THE CONTRACT YEAR. WHEREAS, the Miami Beach Transportation Management Association (MBTMA) developed and helped implement The Local Shuttle Service, previously known as Electrowave, (the Project), and acted as overseer of the Project's contracts and services from its inception in January 20, 1998, through September 30, 2001, on behalf of the City; and WHEREAS, in Fiscal Year 2001-02, MBTMA was hired as the General Manager for operations and administration ofthe Project; and WHEREAS, the City wishes to rehire MBTMA as the Project's General Manager for operation and administration in Fiscal Year 2004-05; and WHEREAS, the adopted Fiscal Year 2004-05 Shuttle Operating Budget is $2,058,935; and WHEREAS, the Project budget includes a Project Administration category, in the amount of $169,950, as direct compensation to MBTMA for performance of general management services, as set forth in the attached Management and Operation Agreement; said services commencing on October 1, 2004 and ending on September 30, 2005; and WHEREAS, the City shall advance, on a quarterly basis, one-fourth of the FY 2004- 05 Project budget funds to MBTMA, to cover all Project expenditures during that quarter; and WHEREAS, the City shall advance the quarterly funds, via wire transfers to an account established by MBTMA with a chosen financial institution; and WHEREAS, MBTMA shall file quarterly expenditure/progress reports with the City documenting and accounting for the use of the Project funds; file monthly reports with FDOT, as well as reports required by the Federal Transit Administration (FTA) for the Section 5309 capital funds awarded to the Project; and WHEREAS, the submission of a final report of expenditures, and annual audit are also required by the City. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the Mayor and City Clerk to execute the attached Management and Operation Agreement between the City and the Miami Beach Transportation Management Association (MBTMA), with a management fee in the amount of $169,950, for the performance of general management services for operation and administration of The Local Shuttle Project (previously known as Electrowave), commencing October 1, 2004 and ending September 30, 2005; authorizing the advancement of one fourth of the Fiscal Year 2004-05 operating budget funds to MBTMA, on a quarterly basis; providing for the filing of quarterly financial and administrative reports, as well as annual audits; and further providing for the return of all unused funds to the City, by closing of the contract year. PASSED AND ADOPTED this the 28th ,2004. ATTEST: ~M1r f(l,l~ ITY CLERK APPROVED AS TO FORM & LANGUAGE & FOR EXECUnON r:\AGENDA \2004ISep2804\Regular\Shuttle Mgmt by MBTMA-Reso,doc ~ ~e-r ~ '"Dlt8 CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY lD Condensed Title: A Resolution waiving, by 5/7ths vote, competitive bidding requirement and authorizing the execution of an Agreement with the Miami Beach Transportation Management Association (MBTMA), in the amount of $2,058,935 for the performance of general management services for operations and administration ofthe Local Shuttle project (Electrowave); authorizing fund advancements to MBTMA on a quarterly basis; providing for the filing or quarterly reports and annual audits; and for the return of unused funds by closing of contract vear. Issue: Shall the City contract with MBTMA for shuttle general management services? Item Summa IRecommendation: This item is contingent upon approval of the FY 2004-05 Shuttle Operating Budget. MBTMA has overseen the shuttle project since its inception in 1996, Under this contract, MBTMA is bound by an extensive Scope of Services and a set of measurable Goals and Performance Standards, while working closely with and under the supervision of the Director of Public Works. One line item of this quarterly transferred $2,058,935 shuttle budget is the MBTMA General Management Contract per se, in the amount of $169,950, as direct compensation for the costs incurred by MBTMA in the performance of its shuttle- related duties, The Administration believes it to be in the best interest of the City to waive competitive biddin and continue contractin with MBTMA, and recommends a roval of the Resolution, Advisory Board Recommendation: I N/A Financial Information: Source of Funds: $1,000,000 500,000 40,000 438,935 80,000 $2,058,935 Approved 480,0050,000491 Parking Budget 187,8000,312910 PTP funds 183,8000.334404 FDOT/JPA funds 158,8000,341226 Conc.Mitg/SoBe Projected 04-05 fare collection rev, Previously-adopted Shuttle Budget Ci Clerk's Office Le islative Trackin Robert Halfhill T:\AGENDA\2004\Sep2804\RegularlShullle Mgmt by MBTMA-Summary,doc AGENDA ITEM ~7 L DATE q-l1>q CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www,miamibeachfl,gov To: From: Subject: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission Jorge M, Gonzalez ~yv--r City Manager U Date: September 28, 2004 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, WAIVING, BY 5/7THS VOTE, THE COMPETITIVE BIDDING REQUIREMENT, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY; AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A GENERAL MANAGEMENT AGREEMENT BETWEEN THE CITY AND THE MIAMI BEACH TRANSPORTATION MANAGEMENT ASSOCIATION (MBTMA), IN THE AMOUNT OF $2,058,935 FOR THE PERFORMANCE OF GENERAL MANAGEMENT SERVICES FOR OPERATIONS AND ADMINISTRATION OF THE SHUTTLE PROJECT; AUTHORIZING THE ADVANCEMENT OF ONE FOURTH OF THE FISCAL YEAR 2004-05 OPERATING BUDGET FUNDS TO MBTMA, ON A QUARTERLY BASIS; PROVIDING FOR THE FILING OF QUARTERLY FINANCIAL AND ADMINISTRATIVE REPORTS, AS WELL AS ANNUAL AUDITS; AND FURTHER PROVIDING FOR THE RETURN OF ALL UNUSED FUNDS TO THE CITY, BY CLOSING OF THE CONTRACT YEAR. ADMINISTRATION RECOMMENDATION Adopt the Resolution. ANALYSIS This item is contingent upon approval of the proposed FY 2004-05 Shuttle Operating Budget, submitted as a previous item on this September 28th Commission Agenda. The Miami Beach Transportation Management Association (MBTMA) has overseen the shuttle project for the City, since its inception in 1996. In October 1, 2001, MBTMA became the General Manager for Administration and Operations, and was made solely responsible and accountable for all aspects of the City's shuttle project. There are several advantages to this City arrangement with MBTMA: 1. MBTMA is a public/private, not-for-profit organization created and funded by the Florida Department of Transportation (FOOT), and the City, for the purpose of developing and implementing attractive transit alternatives to the private automobile. Therefore, MBTMA is allowed to utilize city, county and state funds included in the shuttle budget. 2. If the City were to hire an outside contractor, other than MBTMA, the City would have to hire sufficient City staff to supervise all shuttle funds, pay all project invoices, prepare all requests for reimbursements, make all electronic filings with FTA, and prepare all reports required by FDOT and FTA, which duties are presently handled by MBTMA. A detailed Scope of Services (MBTMA Duties) is included as Exhibit "A" and made part of the proposed General Management Agreement with MBTMA. A summary of MBTMA's main duties regarding the Project follows: o MBTMA abides by the City-adopted annual shuttle operating budget. o Receives quarterly wire transfers (from City) of one fourth of annual operating funds. o Ensures proper expenditures and accounting of shuttle operating funds. o Maintains detailed accounting and filing systems for the project. o Files quarterly expenditure and administrative reports with the City. o Files quarterly and annual reports with FT A. o Files monthly reports with FDOT. o Abides by Federal/State/City procurement requirements. o Submits annual audit reports prepared by a professional accounting firm, as required. o Prepares/files quarterly invoices/requests for reimbursements with FDOT. o Contracts with and supervises the work of all firms/organizations that provide services to the shuttle project. o Administers and monitors the fare collection and depositing processes. o Marketing, public relations, and promotional services. o Route management and scheduling, and personnel training. o Passenger complaints and other service-related challenges. o Furnishes data/material needed for items requiring City Commission approval. o Responds to requests made by the City elected officials and/or Administration regarding the shuttle project. A set of measurable Goals and Performance Standards is also included as Exhibit "B" and made part of the General Management Agreement with MBTMA. The City conducts evaluations of MBTMA's performance, based on the above-mentioned standards. The City retains the following duties (Exhibit "C') regarding the shuttle project. o All major policy decisions regarding the continuation and/or expansion of services. o Approval of annual budgets, including City funding participation/local match. o Custody over the project operating funds. o The City advances one-fourth (1/4th) ofthe operating funds (shuttle budget) to MBTMA, on a quarterly basis, via wire transfers. o Full custody and responsibility over the project capital funds (FT A Section 5309 funds). o Ownership of all funds received from County Transit Surtax proceeds and funds reimbursed by FDOT, as part of the annual shuttle operating budget. o Consideration, approval, and execution offunding agreements with County, State, and Federal agencies, as applicable; o Preparation of all City Commission Agenda Items and L TCs regarding the Project; o Provision of shuttle buses/equipment/facilities from which the services are operated. One line item of the FY 2004-05 Shuttle Operating Budget is the MBTMA General Management Contract, in the amount of $169,950. Attached as Exhibit "O"to the contract, you will find a proposed budget for the specific administrative service costs to be incurred by MBTMA in the performance of its general management duties. The Administration believes it to be in the best interest of the City to waive competitive bidding and continue contracting with MBTMA; and recommends approval of the Resolution. JMG/RM/FB/RH/AJ Attachment: General Management Agreement (with its Exhibits ''A'' through "0") T:\AGENDA\2004\Sep2804\RegularlShuttJe Mgmt by MBTMA-Memo,doc OPERATION AND MANAGEMENT AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND THE MIAMI BEACH TRANSPORTATION MANAGEMENT ASSOCIATION (MBTMA) FOR THE PROVISION OF GENERAL MANAGEMENT SERVICES FOR ADMINISTRATION & OPERATION OF "THE LOCAL SHUTTLE" SERVICE, PREVIOUSLY KNOWN AS ELECTROW AVE, FOR FISCAL YEAR 2004-05 THIS OPERATION AND MANAGEMENT AGREEMENT made and entered into this 1 st day of October. 2004, by and between the CITY OF MIAMI BEACH, FLORIDA (hereinafter referred to as City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 and the MIAMI BEACH TRANSPORTATION MANAGEMENT ASSOCIATION (hereinafter referred to as MBTMA or Consultant), a not for profit 501(c)(4) organization, whose address is 777 41st Street, Suite 330, Miami Beach, Florida 33140. SECTION 1 DEFINITIONS Agreement: This written Agreement for operation and administration of The Local Shuttle Service between the City and Consultant. City Manager: The Chief Administrative Officer of the City. Consultant: For the purposes of this Agreement, Consultant shall be deemed to be an independent contractor, and not an agent or employee ofthe City. Services: All services, work and actions by the Consultant performed pursuant to or undertaken under this Agreement, as described in Section 2 and Exhibit "A." Project Coordinator: An individual designated by the City to coordinate, direct and review, on behalf of the City, all quarterly and other reports to be submitted by the Consultant to the City, as described in Section 2 and Exhibit "A." Fixed Fee: Management fee to be paid to Consultant. Risk Manager: The Risk Manager ofthe City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000, Ext. 6435, and fax number (305) 673-7023. SECTION 2 SCOPE OF WORK The scope of work to be performed by Consultant is set forth in Exhibit "A," entitled "Scope of Services" (Services). SECTION 3 FY 2004-05 LOCAL SHUTTLE OPERATING BUDGET/COMPENSATION 3.1 Consultant shall receive quarterly wire transfers from the City for the total Fiscal Year 2004-05 Operating Budget for The Local Shuttle Service, as approved by the Mayor and City Commission pursuant to Resolution No. , dated September 28, 2004, in an amount not to exceed Two Million Fifty Eight Thousand Nine Hundred Thirty Five and 00/100 Dollars ($2,058,935), which Budget incorporates and requires the provision of the Services set forth in Exhibit "A" hereto. As part of the above mentioned funds, a fixed management fee of$169,950 is included as direct compensation for the Services being provided by the Consultant pursuant to this Agreement. Consultant shall place all funds transferred by the City to the Consultant in an account designated solely and exclusively for general management of operations and administration of the Services. 3.2 Four quarterly fund transfers shall be made to the Consultant, commencing following the approval of this Agreement by the Mayor and City Commission and as of the effective date of the Agreement, October 1, 2004, Consultant shall be required to submit quarterly financial, management, and administrative reports, and other submissions which detail the Consultant's work performed each quarter, as set forth in Exhibit "A". Each quarterly payment shall be made in an amount not to exceed one fourth of the adopted FY 2004-05 Local Shuttle Operating Budget, excepting the third quarter when the 2 liability insurance coverage on the entire shuttle fleet is due for renewal. In addition, the City shall deduct from each quarterly transfer, whatever funds have remained unused by the Consultant during the previous quarter. SECTION 4 GENERAL PROVISIONS 4.1 RESPONSIBILITY OF THE CONSULTANT Consultant shall exercise that degree of skill, care, efficiency and diligence normally exercised by recognized professionals with respect to the performance of comparable Services. In its performance of the Services, Consultant shall comply with all applicable laws and any and all applicable ordinances and regulations, including but not limited to, any and all applicable laws, ordinances, and regulations of the City, Miami-Dade County, the State of Florida, and federal government, ADA, EEO Regulations and Guidelines. 4.2 RESPONSIBILITY OF THE CITY 4.2.1 The City shall provide certain goods and services to The Local Shuttle Project, as set forth in Exhibit "C," "Duties of the City." 4.2.2 The City shall evaluate the Consultant's performance on a quarterly and annual basis, utilizing a set of parameters established by the City, and agreed to by the Consultant, as set forth in Exhibit "B," entitled "Goals and Performance Standards." 4.3 PUBLIC ENTITY CRIMES State of Florida Form PUR 7068, Sworn Statement under Section 287. 133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Division. 4.4 PROJECT MANAGEMENT The City hereby approves Consultant's General Manager, (Judy Evans, Executive Director of MBTMA), who shall continue to serve as the Project Manager and the City's primary contact regarding the day to day administration, operation and management of The Local Shuttle and of the Services to be provided pursuant to this Agreement. Any replacement or subsequent General Manager must be approved by the City, which approval shall not be unreasonably withheld, prior to commencement of the replacement manager's appointment. 3 4.5 DURATION AND EXTENT OF AGREEMENT The term ofthis Agreement shall be for a period of twelve (12) months, commencing on October 1,2004, and ending September 30, 2005. Funding for any additional term(s) shall be subject to approval by the City, at its sole discretion, and be contingent upon a favorable evaluation of the MBTMA by the City and the Florida Department of Transportation (FDOT). Notwithstanding the aforestated language, however, the City shall have no future obligation to renew this Agreement beyond the twelve-month term set forth herein. 4.6 OWNERSHIP OF DOCUMENTS AND EOUlPMENT All documents prepared by the Consultant pursuant to this Agreement are related exclusively to the Services described herein, and are intended or represented for ownership by the City. Any re-use by Consultant or the parties shall be approved in writing by the City prior to such intended re-use.. 4.7 INDEMNIFICATION Consultant agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its employees, agents, sub-consultants, or any other person or entity acting under Consultant's control, in connection with the Consultant's performance of the Services pursuant to this Agreement; and to that extent, the Consultant shall pay all such claims and losses and shall pay all such costs and judgements which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1 %) of the total compensation to the Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's Indemnity Agreement. The Consultant's obligation under this Subsection shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any actions or claims which proximately result from negligent acts or omissions or other wrongful conduct of the City and its officers, employees and agents. The parties each agree to give the other party prompt written notice of any claim coming to its knowledge that in any way directly or indirectly affects the other party. 4 4.8 INSURANCE REQUIREMENTS The Consultant shall not commence any servIces pursuant to this Agreement until all insurance required under this Subsection has been obtained and such insurance has been approved by the City's Risk Manager. The Consultant shall maintain and carry in full force during the term of this Agreement and throughout the duration of the services the following Insurance: 1. Professional General Liability in the amount of $1,000,000.00. 2. Workers Compensation & Employers Liability, as required pursuant to Florida Statute. All policies are subject to the following provisions: All insurance must be furnished by insurance companies authorized to do business in the State of Florida and approved by the City's Risk Manager, The Citv of Miami Beach. Florida must be named as an additional insured. Original certificates of insurance for the above mentioned coverages, or any other form of insurance as may be required by the City or the City designee, must be submitted to the City's Risk Manager for approval prior to any services commencing. These certificates will be kept on file in the office of the Risk Manager, 3rd Floor, City Hall. The Consultant is responsible for obtaining and submitting all insurance certificates for its consultants. All insurance policies must be issued by companies authorized to do business under the laws of the State of Florida. The companies must be rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City's Risk Manager. Compliance with the foregoing requirements shall not relieve the Consultant of the liabilities and obligations under this Subsection or under any other portion of this Agreement, and the City shall have the right to obtain from the Consultant specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. 4.9.1 ENDORSEMENTS All of Consultant's certificates, above, shall contain endorsements providing that written notice shall be given to the City at least thirty (30) days prior to termination, cancellation or reduction in coverage in the policy. 5 4.9.2 CERTIFICATES Unless directed by the City otherwise, the Consultant shall not commence the Services until the City has received and approved, in writing, certificates of insurance showing that the requirements ofthis Subsection (in its entirety) have been met and provided for. 4.10 TERMINATION. SUSPENSION AND SANCTIONS 4.10.1 Termination for Cause If the Consultant shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City shall thereupon have the right to terminate this Agreement and the Services then remaining to be performed. Prior to exercising its option to terminate for cause, the City shall notify the Consultant of its violation of the particular terms of this Agreement and shall grant Consultant ten (10) days to cure such default. If such default remains uncured after (10) days, the City, upon seven (7) days notice to Consultant, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of/or by virtue of this Agreement. In that event, all finished and unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports and other work products prepared by the Consultant (and its subconsultants) shall be properly assembled and delivered to the City, at the Consultant's sole cost and expense. Consultant shall be paid for any Services satisfactorily performed up to the date of termination, provided, however, that if Consultant shall not comply with this paragraph, the City shall have the right to withhold any payments to Consultant until such time as Consultant has complied. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. The City, at its sole option and discretion, shall additionally be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party. The City shall be entitled to recover all costs of such actions, including reasonable attorney's fees. 4.10.2 Termination for Convenience ofCitv NOTWITHSTANDING SUBSECTION 4.10.1 ABOVE, THE CITY MAY, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE SERVICES 6 THEN REMAINING TO BE PERFORMED AT ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION, WHICH SHALL BECOME EFFECTIVE NINETY (90) DAYS FOLLOWING RECEIPT BY THE CONSULTANT OF THE WRITTEN TERMINATION NOTICE. IN THAT EVENT, ALL FINISHED OR UNFINISHED DOCUMENTS AND OTHER MATERIALS, AS DESCRIBED IN SECTION 2 AND IN EXHIBIT "A" SHALL BE PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONSULTANT'S SOLE COST AND EXPENSE. IF THE AGREEMENT IS TERMINATED BY THE CITY, AS PROVIDED IN THIS SUBSECTION, CONSULTANT SHALL RETURN TO THE CITY A PROPORTION OF THE $50,000 IN FUNDS THAT WILL BE FRONTED BY THE CITY TO THE CONSULTANT, AS A LUMP-SUM AMOUNT. CONSULTANT SHALL ALSO PROMPTLY ASSEMBLE AND DELIVER TO CITY AT CONSULTANT'S SOLE COST AND EXPENSE, ALL FINISHED OR UNFINISHED DOCUMENTS AND OTHER MATERIALS, AS DESCRIBED IN SECTION 2 AND IN EXHIBIT "A" SHALL BE PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONSULTANT'S SOLE COST AND EXPENSE. 4.10.3 Termination for Insolvencv The City also reserves the right to terminate the remaining Services to be performed in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 4.10.2. 4.10.4 Sanctions for Noncomoliance with Nondiscrimination Provisions In the event of the Consultant's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as the City or the State of Florida may determine to be appropriate, including but not limited to, withholding of payments to the Consultant under the Agreement until the Consultant complies and/or cancellation, termination or suspension of the Services, In the event the City cancels or terminates the Services pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.10.2. 4.10.5 Chan!!:es and Additions This Agreement shall only be modified, changed or amended by an instrument of equal dignity, executed by the officers and agents duly authorized by each respective party. 7 AUDIT AND INSPECTIONS At any time during normal business hours and as often as the City may deem necessary, there shall be made available to the City and/or such representatives as the City may deem to act on its behalf, to audit, examine and make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. Consultant shall maintain any and all records necessary to document compliance with the provisions of this Agreement. 4.12 ACCESS TO RECORDS Consultant agrees to allow access during normal business hours to all financial records to the City and/or such authorized representatives as it may deem to act on its behalf, and agrees to provide such assistance as may be necessary to facilitate financial audit by the City or its representatives when deemed necessary to insure compliance with applicable accounting and financial standards. Consultant shall allow access during normal business hours to all other records, forms, files, and documents which have been generated in performance of this Agreement, to those personnel as may be designated by the City. 4.13 ASSIGNMENT. TRANSFER OR SUBCONTRACTING The Consultant shall not subcontract, assign, or transfer any work under this Agreement without the prior written consent of the City. 4.14 SUB-CONSULTANTS The Consultant shall be liable for the Consultant's servIces, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of sub- consultants, and any other person or entity acting under the direction or controls of the Consultant. When the term "Consultant" is used in this Agreement, it shall be deemed to include any sub-consultants and any other person or entity acting under the direction or control of Consultant. All sub-consultants must be approved in writing prior to their engagement by Consultant. 4.15 EOUAL EMPLOYMENT OPPORTUNITY In connection with the performance of this Agreement, the Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, national origin, place of birth, marital status, or physical handicap, The Consultant shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, religion, ancestry, sex, age, national origin, place of birth, marital status, disability, or sexual 8 orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or termination; recruitment or recruitment advertising; layoff or termination; rates of pay, or other forms of compensation; and selection for training, including apprenticeship. 4.16 CONFLICT OF INTEREST The Consultant agrees to adhere to and be governed by the Metropolitan Miami-Dade County Conflict of Interest Ordinance (No. 72-82), as amended; and by the City of Miami Beach Charter and Code, as may be amended, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder. The Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Consultant further covenants that in the performance of this Agreement, no person having any such interest has been employed by the Consultant. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 4.17 PATENT RIGHTS: COPYRIGHTS: CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, design specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Consultant or its employees or subcontractors. 4.18 NOTICES All communications relating to the day-to-day activities shall be exchanged between the Project Manager appointed by Consultant and the Project Coordinator designated by the City. The Consultant's Project Manager and the City's Project Coordinator shall be designated promptly upon commencement ofthe Agreement. All other notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Consultant and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). 9 Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONSULTANT: Miami Beach Transportation Management Association (MBTMA) Judy I. Evans, Executive Director 777 41 st Street, Suite 330 Miami Beach, Florida 33140 (305) 535-9160 (305) 535-9157 - fax mbtma(al,earthlink,net TO CITY: City of Miami Beach Fred H. Beckmann, Director Director of Public Works 1700 Convention Center Drive, 4th Floor Miami Beach, FL 33139 (305) 673-7000, Ext. 6922 FredBeckmann@miamibeachtl.gov Notices hereunder shall be effective: If delivered personally, on delivery; if mailed to an address in the city of dispatch, on the day following the date mailed; and if mailed to an address outside the city of dispatch on the seventh day following the date mailed. 4.19 GOVERNING LAW AND EXCLUSIVE VENUE This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, if in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WANE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 4.20 ENTIRETY OF AGREEMENT This writing and the Services embody the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written with reference to the subject matter hereofthat are not merged herein and superseded hereby. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City. This Agreement shall be governed by and construed according to the laws of the State of Florida. 10 4.21 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $1 0,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of $10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes, 11 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as ofthe date first entered above. FOR CITY: ATTEST: ~ . AJJt ~M~ ity Clerk FOR CONSULTANT: ATTEST: CITY OF MIAMI BEACH, FLORIDA MIAMI BEACH TRANSPORTATION MANAGEMENT ASSOCIATION (MBTMA) Corporate Seal APPRovED AS TO FORM & LANGUAGE & FOR EXECUnON T:\AGENDA \2004\Sep2804\Regular\Shuttlc Mgmt by MBTMA-Agreement.doc 12 EXHIBITS FY 2004-05 GENERAL MANAGEMENT AGREEMENT WITH MBTMA FOR OPERATIONS AND ADMINISTRATION OF THE LOCAL SHUTTLE Pages o EXHIBIT" A" - Scope of Services (MBTMA Duties) 1 - 4 o EXHIBIT "B" - Goals and Performance Standards for MBTMA 5 - 6 o EXHIBIT "C" - Scope of Services (City Duties) 7 - 8 o EXHIBIT "D" - MBTMAlShuttle Contract Management Budget 9 EXHIBIT "A" SCOPE OF SERVICES (MBTMA DUTIES) MANAGEMENT AGREEMENT FOR THE LOCAL SHUTTLE SERVICE For the upcoming FY 2004-05, the Administration proposes to retain the Miami Beach Transportation Management Association (MBTMA) as the General Manager for administration and operations of the Local Shuttle Service. Among the MBTMA duties, the following are the most important: Financial/Accounting Duties: o MBTMA will abide by the adopted FY 2004-05 Shuttle Operating Budget, in the amount of $2,058,935. o Submit a written request to the City's Transportation section of the Public Works Department for the advancement of funds by the City, based on projected expenditures for each upcoming quarter of the year. The City will advance the requested amount of quarterly funds, out of the adopted shuttle operating budget. Note: this written request for advancement does not apply to the first quarter of the fiscal year (October-December 2004), when the City will automatically advance one-fourth of the total budget funds to MBTMA. o Maintain an Local Shuttle bank account that is separate and independent of the MBTMA bank account, and suitable to receiving wire transfers. o Maintain a detailed accounting system for the project. o Ensure proper expenditures of shuttle operating funds, as budgeted; and review, approve and pay all invoices. o Maintain computer spreadsheets and comprehensive file system for accounts paid. This practice will help ensure budget control, and maintain daily expenditure and balance totals. o Prepare and submit quarterly expenditure reports to the City-designated Project Manager, attn: Transportation Coordinator, documenting how advanced funds were spent during the particular month, Similar report shall also be submitted to the Florida Department of Transportation (FDOT) and Miami-Dade Transit (MDT), and the Federal Transit Agency (FT A), if so required by these agencies. 1 o Utilizing accounts-paid documentation, prepare and submit Quarterly invoices/requests for reimbursements with the various State and other grant agencies, as applicable, helping fund the shuttle operations. In addition, a transmittal letter and standard City invoice, signed by the City's Project Coordinator shall always accompany the quarterly requests for reimbursement. o All fund reimbursements shall be payable to the City of Miami Beach and addressed to the City's Finance Department. o City maintains the right to audit books at anytime using internal or external auditors. o Submit to City a Projected Expenditure Report plus a Proposed Budget with identified funding sources for the new fiscal year, no later than July 31,2005. o Submit a Final Expenditure Report no later than October 31, 2005. o Submit to City and other funding agencies an annual Audited Financial Statements, prepared by a professional accounting firm. Procurement Duties: o Coordinate and manage all functions necessary to procure a route service operator, vehicle maintenance, electricity, propane and fuel, marketing, public relations, and advertising, and miscellaneous goods and services. These services include the preparation of requests for proposals and bids, contract requirements, documents, negotiations, hiring and firing. o Abide by Federal, State and City procurement requirements; o Work closely with the appropriate City personnel when preparing and submitting requests for qualifications, proposals, or bids; and during annual budget preparation. In addition, furnish all data and materials needed for the preparation of items requiring City Commission approval. o Contract with a transit operator for the operation of the existing routes, utilizing the transit operator's own drivers, dispatchers, and supervisors; o Contract with the Electric Transit Vehicle Institute (ETVI), which has successfully provided technical expertise and mechanical maintenance services to the electric buses and batteries, since August 6, 2001. o Contract for other services needed for the proper delivery of duties regarding the project, but within the constraints of the City-adopted operating budget for the Project. 2 Revenue-Producing Duties: o Utilize and pay for a proportional share of a contract the City's Parking Department has with Loomis Fargo for the retrieval, counting, and depositing of transit fare revenues collected by the service in a City/Shuttle-designated bank account. o Administer and monitor the fare collection and depositing processes. Reconcile passenger count data (paying customers minus Golden Passport, Special Transportation Services-STS, and Military Pass riders) with collected fare revenue. o Coordinate a Park & Ride and debit card promotion, in partnership with the City's Parking Department. o Advertise, solicit and collect monthly dues from prospective customers for the on- board advertising program, which helps fund shuttle operations. All advertising revenues shall be deposited with the City cashier, utilizing a shuttle-designated revenue account. General Duties: o Be solely responsible and accountable for all aspects of the Local Shuttle service administration, management, operations and services. o Be solely responsible and accountable for the marketing, public relations, and promotional services of the Local Shuttle service. o Develop and maintain documents and procedures for all areas of shuttle operation and fleet maintenance. o Strive to meeting and/or exceeding the set of Performance Standards for the Project per se and for the contractor services to the Project. MBTMA's performance as General Manager will be evaluated on a quarterly and annual basis, pursuant to these standards. o Establish and maintain most local, regional, and national contacts which are essential to the Local Shuttle project's continued success; search for new funding sources, and apply for additional funding to help meet the capital and operating needs of the project. o MBTMA shall be the City-designated expert and coordinator for FTA-related matters, including all report and/or application preparation, and filing requirements. 3 o Research all funding opportunities, prepare and submit applications to support the continuation of contracts and services. o Prepare all non-technical provisions for the shuttle service, including verifying compliance with all Federal, State, County, and local requirements. o Perform route management and scheduling; plan and implement route enhancements, personnel training; and handle all passenger complaints and other service-related challenges. o Custodian of all shuttle records, and in charge of all coordination with FOOT, MDT, FTA, and other funding and/or permitting agencies. o Monitor safety requirements and documentation. Prepare and file annual safety report with FOOT, which filing requires City signature. o Manage vehicle maintenance activities. o Monitor operations and quality of services on a daily basis. Analyze and implement changes as required to ensure efficiency and effectiveness. o Respond and resolve all complaints, and respond to any and all inquiries concerning the project and its services. o Coordinate and conduct driver training and orientation, on a regular basis. o Survey the ridership on a quarterly basis and the South Beach community on an annual basis to monitor efficiency and effectiveness of services. Additional Reporting Duties: o Prepare any additional reports as required by the City, the Florida Department of Transportation (FOOT), the Miami-Dade Transit (MDT); prepare and file the Federal Transit Administration (FT A) Section 15 Reports, within required deadlines. o MBTMA will file all reports with the City's Transportation section of Public Works, and will report to the Department Director. o Prepare and file with the City, quarterly reports for all City-requested non- scheduled services, dates, purpose, and costs included. Alert the City when such non-scheduled services have the potential to exceed budget. o City maintains the right to audit MBTMA books at anytime using internal or external auditors. 4 EXHIBIT "B" GOALS AND PERFORMANCE STANDARDS FOR MBTMA A set of Goals and measured Performance Standards has been established for the period of October 1, 2004 - September 30, 2005 for the general management services provided by the Miami Beach Transportation Management Association for the Local Shuttle Project. MBTMA shall respond to all applicable goals when filing the required quarterly reports with the City. Such reports shall be filed to the attention of the City's Transportation Coordinator. A review meeting may be scheduled with the Director of Public Works, if needed. The FY 2004-05 Goals and Performance Standards are: 1. Increase ridership by 10% by the end of the performance period (September 30, 2006). 2. Improve headways to 8-10 minutes, by the end of the performance period (September 30, 2006). 3. Maintain availability at 90% of the existing fleet, or better. 4. Maintain the number of tows (road calls) to no more than 5 per month. 5. Maintain and improve computer program to track and print out the following performance-related items, automatically and on demand. a. Ridership counts by fiscal year, month, week, day, route, and totals b. Gold Passport, STS, and Military Pass counts: same as above c. Hourly ridership counts per bus/per route, after on-bus counters are purchased and installed. d. Ridership counts during special events e. Fare revenues f. Loss of fare revenues due to special event services performed by rented buses. Quarterly progress reports on the above six points shall be submitted. 6. Conduct bi-annual evaluations of service hours, ridership demands, and efficiency of service for submission to the City. Bi-annual progress reports shall be submitted. 5 7. Monitor and evaluate communications between operations and fleet maintenance, Conduct quarterly performance evaluations of both, and meet with City for review of results. This will help MBTMA track the below-mentioned performance measurements: a. Safety/accident reports b. Road calls c. Battery service d. Work orders submitted e. Work orders completed. 8. On a quarterly basis, prepare/submit requests for reimbursement by FDOT (Service Development Program, which helps fund shuttle operations. 9. Up to the point when the City's Finance Department is fully trained to take over the duties, MBTMA shall prepare and submit, electronically, the application papers required by FT A for the bus/bus equipment capital funds that have been previously earmarked and/or allocated for the shuttle project. This shall be accomplished within a timeline that is mutually agreed upon, in writing, by the City and MBTMA. MBTMA shall have no duties regarding the FTA capital funds allocated to the intermodal facility project. 1 O.AII Shuttle/MBTMA-related items that require consideration and approval by the City Commission, shall be submitted to the Transportation Section of Public Works no later than 30 days prior to the specified meeting date. 6 EXHIBIT "e" SCOPE OF SERVICES (CITY DUTIES) THE LOCAL SHUTTLE PROJECT The City will retain the following duties regarding the Local Shuttle Project (the Project): o Maintain ownership of all buses, equipment, tools, and facilities from which the services are operated. o Consideration and approval of all major policy decisions regarding the capital and operating Project funds and expenditure of future funds; o Consideration, approval and appropriation of annual budgets, after preparation and submission by MBTMA (including proposed City funding participation); o Maintain custody over the Project funds (capital and operating); o Transfer of one-fourth of the Project operatinq funds to MBTMA, on a quarterly basis, beginning October 1, 2004, utilizing the procedures and method established in Section 2 of the General Management Agreement, as executed by the City and Consultant for the Project. o Consideration, approval, and execution of agreements with County, State, Federal agencies; o After receiving specialized FTA training, the City's Finance Department, will electronically process and submit all applications, reports, and requests for reimbursement to FTA, for all FTA capital funds that have been earmarked and/or allocated for the purchase of bus and bus-related equipment, and for the intermodal facility project. o Administrative, management and accounting services for the FTA-funded capital program.. o Review all reports and quarterly requests for reimbursement of operating funds prepared by MBTMA, prior to their submission to FOOT. These will become official City submissions executed by an authorized City official, and submitted by MBTMA. o Preparation of all City Commission Agenda Items and L TCs regarding the shuttle project, utilizing data and input provided by MBTMA; 7 o Applicable City Departments shall invoice MBTMA for certain City-support services to the Local Shuttle service, which may prove to be unsuited to outsourcing, such as certain internal service costs for sewer and fare collection- related contract with the Parking Department/Loomis Fargo. F:\WORK\$TRAIAMELlA\EWlMBTMA Shuttle Scope-Goals-CityDuties,doc 8 EXHIBIT "0" MBTMA/SHUTTLE CONTRACT MANAGEMENT BUDGET SUMMARY FY 2004/2005 The FY 2004-05 MBTMA/Shuttle Contract Management Budget, at $169,950, reflects actual projected expenses related to general management for operations and administration of the Local Shuttle Service. SALARIES: (Includes Social Security and Employment Taxes) TOTAL SALARIES: $ 47,306 37,282 25,228 17,934 1,590 $ 129,340 o Executive Director o Associate Director o Marketing Coordinator o Clerical Support o Temporary Hourly TRAVEL: $ 1,500 OFFICE SPACE: 18,960 OFFICE/OPERATING SUPPLIES: 9,000 TELEPHONE: 2,400 POSTAGE: 3,500 ANNUAL AUDIT: 5.250 PROJECT TOTAL: S 169,950 9