Loading...
2000-23944 RESO RESOLUTION NO. 2000-23944 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 BOTH A JOINT PARTICIPATION AND REIMBURSEMENT AGREEMENT AND A LOCAL AGENCY PROGRAM AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION, TRANSFERRING THE IMPLEMENTATION OF A ROADWAY PROJECT AND ITS LIGHTING COMPONENT TO THE CITY, ALONG WITH A COMBINED $2,568,676.61 IN STATE AND FEDERAL FUNDS, FOR THE FINAL DESIGN, CONSTRUCTION, AND CONSTRUCTION INSPECTION PHASES OF AlA/COLLINS AVENUE, FROM 5TH STREET TO 15TH STREET; AND FURTHER ACKNOWLEDGING THAT CITY FUNDS WILL BE APPROPRIATED FOR THE PROJECT, IN THE RESPECTIVE FISCAL YEAR(S) THE FUNDS WILL BE NEEDED, FOR SUBSEQUENT REIMBURSEMENT BY FDOT, IN ACCORDANCE WITH THE PROVISIONS OF THE AGREEMENTS. WHEREAS, the Florida Department of Transportation (FDOT) programmed a roadway reconstruction project for AlA/Collins Avenue, from 5th to 15th Street (the Project); and WHEREAS, the Project was supposed to be constructed in Fiscal Year 2000-01 and take approximately fourteen (14) months to complete; and WHEREAS, the City requested that major changes and additions be made to the Project plans, to minimize impacts to and better serve the needs of the Art Deco Historic District; and WHEREAS, the City also requested that the Project construction be rescheduled to Fiscal Year 2002-03; and WHEREAS, after negotiations between the City and FDOT, it was mutually agreed that, in the best interest of all stakeholders and to ensure timely completion of the Project, the City should assume the lead role in the design and implementation of same; and WHEREAS, in order for the dedicated State and Federal funds to be transferred to the City for the purposes of the Project, a Joint Participation and Reimbursement Agreement, and a Local Agency Program Agreement for its lighting component, respectively, must be executed by the City and FDOT, prior to June 30, 2000; and WHEREAS, at future City Commission meetings, the City shall appropriate and advance funds for the Project, in the respective fiscal year(s) the funds will be needed, for subsequent reimbursements by FDOT; and WHEREAS, such reimbursements shall be made by FDOT within forty (40) days of receiving appropriate invoices from the City, for the Project. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission approve and authorize the Mayor and City Clerk to execute both a Joint Participation and Reimbursement Agreement and a Local Agency Program Agreement with the Florida Department of Transportation, transferring the implementation of a roadway project and its lighting component to the City, along with a combined $2,568,676.61 in State and Federal funds, for the final design, construction, and construction inspection phases of AlA/Collins Avenue, from 5th Street to 15th Street; and further acknowledge that City funds will be appropriated for the project, in the respective fiscal year(s) the funds will be needed, for subsequent reimbursement by FDOT, in accordance with the provisions of the Agreements. PASSED AND APPROVED this the 24th day of May , 2000. MA ytJ!l ATTEST: ~PwL CITY CLERK APPROVED AS TO FORM & LANGUAGE & fOR EXECUTION F\I'IAN\SAI,I,\AME[JA\[.oPF.S\JPRA~.15_WPD ~ strOll CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 htlp:\\ci. miami-beach. fl. us .___.~_.._......_._______..aa___.___________________________________________________________________________...--------------------------.-----..-....---------------------------------------------------------------------------------- TO: FROM: SUBJECT: COMMISSION MEMORANDUM NO. +'3 "l.. -00 Mayor Neisen O. Kasdin and Members of the City Commission DATE: May 24,2000 Lawrence A. Levy \ M City Manager ~ 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 BOTH A JOINT PARTICIPATION AND REIMBURSEMENT AGREEMENT AND A LOCAL AGENCY PROGRAM AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION, TRANSFERRING THE IMPLEMENTATION OF A ROADWAY PROJECT AND ITS LIGHTING COMPONENT TO THE CITY, ALONG WITH A COMBINED $2,568,676.61 IN STATE AND FEDERAL FUNDS, FOR THE FINAL DESIGN, CONSTRUCTION, AND CONSTRUCTION INSPECTION PHASES OF AlA/COLLINS AVENUE, FROM 5TH STREET TO 15TH STREET; AND FURTHER ACKNOWLEDGING THAT CITY FUNDS WILL BE APPROPRIATED FOR THE PROJECT IN THE RESPECTIVE FISCAL YEAR(S) THE FUNDS WILL BE NEEDED, FOR SUBSEQUENT REIMBURSEMENT BY FDOT, IN ACCORDANCE WITH THE PROVISIONS OF THE AGREEMENTS. ADMINISTRATION RECOMMENDATION Adopt the Resolution. ANALYSIS The Florida Department of Transportation (FDOT) had programmed, for FY 2000-01, a roadway reconstruction project and its lighting component for AlA/Collins Avenue, from 5th Street to 15th Street, estimated to take approximately 14 months. FDOT's final design/engineering plans were at 65% completion when the City requested that several changes and additions be made to the project, to minimize impacts to and better serve the needs of the Art Deco Historic District. The major changes and additions requested by the City were as follows: o That the FDOT -planned roadway reconstruction project become a milling/resurfacing project, due to the newly-defined neighborhood-collector nature of this narrow two-lane corridor and the intensive pedestrian activity in the area. o That at least sixteen (16) deep wells be installed to alleviate poor drainage conditions at critical intersections. AGENDA ITEM 1<- -r]) DATE ~- 2..'f-'--O a May 24,2000 Commission Memorandum JPRAfor Collins Avenue Project, 5th to 15th Streets Page 2 () That new traffic signals be installed at the intersections of Collins Avenue at 7th Street and 13th Street, due to the presence of public parking garages and intense pedestrian activity. () That special lighting be installed, reflective of the historic district's character. () That the project incorporate the limited one-way scheme developed by the City for the crossing streets, and maximize on-street parking opportunities. () That project implementation be rescheduled to Fiscal Year 2002-03, or to the City's convemence. In order to incorporate these substantial changes to the original project, the final design/engineering plans for the southern segment of Collins Avenue will have to be returned to the 30% completion level (from the present 65%). After negotiations by City and FDOT, it was mutually agreed that, in the best interest of all stakeholders and to ensure timely completion of the project, the City assume the lead role in the design and implementation of the modified project for Collins Avenue, from 5th to 15th Streets. The City would construct this project in FY 2002-03, after the Collins Avenue project from Lincoln Road to 26th Street is completed. State and Federal funds, in the total amount of $2,568,676.61 million, are programmed in the Miami-Dade Transportation Improvement Program (TIP) for construction in FY 1999-2000. In order for the City to take over the implementation of this project, the funding agencies require that both a Joint Participation and Reimbursement Agreement (JPRA) for the milling and repaving project, and its companion Local Agency Program Agreement for the lighting project, be executed by the City and FDOT prior to June 30, 2000, the end ofthe County's fiscal year. Both Agreements are attached hereto for your review. At the appropriate time, at future Commission meetings, City funds must be appropriated to cover the costs associated with the preparation of final design/engineering plans and construction documents, as well as for construction and construction inspection of this roadway project, for subsequent reimbursement by FDOT, under the provisions of the Agreements. For all the reasons above-listed, it is in the best interest of the City to execute both Agreements with FDOT for the Collins Avenue project, from 5th to 15th Street; therefore, the Administration recommends approval of the Resolution. L~~ F,\PI .AN\SAI,[ .'.AMEl JA\I nPI':'<;VI'RA5.15. WI'I) WPI No. 6114413 JOB No. 87060-3581 F.P. No. 250236-1-52-01 FLORIDA DEPARTMENT OF TRANSPORTATION JOINT PARTICIPATION and REIMBURSEMENT AGREEMENT Milling and Resurfacing Agreement for Collins Avenue This AGREEMENT, made and entered into this JL.f'{.j) day of'~ fAJ 2000, by and between the State of Florida, Department of Transportation, here! after referred to as the DEPARTMENT, and the City of Miami Beach, a political subdivision of the State of Florida, hereinafter referred to as the CITY. WITNESSETH WHEREAS, the DEPARTMENT has a roadway project scheduled for Collins Avenue between the limits of 5th to 15th Street consisting of: new signing and pavement markings and improvements to existing drainage system including the installation of deep wells; milling and resurfacing the pavement; reconstruct the broken sidewalk and curb and gutter; update all pedestrian ramps to meet ADA standards; coordinate utility relocation; new landscaping; new signalization and signalization improvements; updating of street lighting and public involvement, all elements hereinafter referred to as the "PROJECT", See Exhibit A, Project Description and Itemized Cost Estimate; and WHEREAS, the PROJECT is within the DEPARTMENT'S right of way and shall be constructed in accordance with the DEPARTMENT'S standards and specifications; and WHEREAS, the CITY has agreed to complete the PROJECT design, let the consultant and construction contracts, administer and supervise the construction of the PROJECT, within the rules and guidelines outlined in this Agreement and the governing laws and ordinances; and WHEREAS, the DEPARTMENT estimated the PROJECT cost as $2,055,610.61 million dollars, See Exhibit A; and WHEREAS, the DEPARTMENT has agreed to reimburse the CITY for PROJECT costs in accordance with procedures outlined in this Agreement and the documentation submitted by the CITY; and WHEREAS, the DEPARTMENT and the CITY have determined that it would be to the best interest of the general public and the citizens of Miami Beach to enter into this Agreement; and Milling and Resurfacing of Collins A ve.l5th to 15th St. Page 2 of6 WHEEREAS, the parties are authorized to enter this Agreement pursuant to Section 339.08 (e), Florida Statutes (1999). NOW, THEREFORE, in consideration of the mutual covenants contained herein and other valuable considerations, the receipt and sufficiency of which is hereby acknowledged, the parties herein agree: 1. A. The CITY will complete the design plans (currently at 30% completion) in accordance with the DEPARTMENT'S standards and specifications. B. The CITY shall submit the design plans for review by the designated DEPARTMENT Project Manager, at 60%, 90% and 100% completion to ensure conformity to the DEPARTMENT'S standards and specifications. C. The DEPARTMENT will provide the CITY with copies of the following PROJECT documents: CADD files, lighting plans, traffic signal plans (for Collins and ih Street), parking stripping plans, all underground utility locations, scope of services for completion of final design, estimated cost for final design/engineering, permitting, construction and CEI services. D. It is understood and agreed by the parties hereto that the CITY shall comply with Section 287.055, Florida Statutes, Consultants' Competitive Negotiation Act, in the hiring of consultants for engineering, architecture or surveying services. At the discretion of the DEPARTMENT, the CITY will involve the DEPARTMENT in the Consultant Selection Process for all phases of the PROJECT. E. This Agreement involves construction and equipping of facilities on the State Highway System. The CITY shall submit to the DEP AR TMENT for approval all appropriate plans and specifications covering the PROJECT. The DEPARTMENT will review all plans and specifications and will issue to the CITY written approval with any approved portions of the PROJECT and comments or recommendations covering any remainder of the PROJECT deemed appropriate. Written approval by the DEPARTMENT shall not be unreasonably withheld. After resolution of these comments and recommendations to the DEPARTMENT'S satisfaction, the DEPARTMENT will issue to the CITY written approval with said remainder of the PROJECT. Failure to obtain this written approval shall be sufficient cause of nonpayment by the DEPARTMENT. 2. Milling and Resurfacing of Collins Ave./5lh to 15th St. Page 3 of6 F. Except as otherwise authorized in writing by the DEPARTMENT, the CITY shall not execute any contract or obligate itself in any manner requiring the disbursement of DEPARTMENT funds, including consulting or construction contracts or amendments thereto, with any third party with respect to the PROJECT without the written approval of the DEPARTMENT. Failure to obtain such approval shall be sufficient cause [or nonpayment by the DEPARMENT. The DEPARTMENT specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of same. G. The CITY shall obtain all necessary permits from the DEPARTMENT, and other concerned agencies prior to entering upon DEPARTMENT'S right of way to accomplish the construction. H. The CITY will supervise and inspect all aspects of PROJECT construction. I. The following PROJECT elements shall be completed pursuant to this Agreement: new signing and pavement markings and improvements to existing drainage system including the installation of deep wells; milling and resurfacing the pavement; reconstruct the broken sidewalk and curb and gutter; update all pedestrian ramps to meet ADA standards; coordinate utility relocation; new landscaping; new signalization and signalization improvements and public involvement. J. The updating of the street lighting will be performed by the CITY, and reimbursed by the DEPARTMENT, pursuant to a Local Agency Program Agreement (LAP). K. Upon completion of this PROJECT, the CITY shall be solely responsible for maintaining the landscaping associated with this PROJECT. All landscaping within the DEPARTMENT'S right of way, must be maintained in accordance with the D EP AR TMENT' S landscaping standards and specifications. A. Pursuant to this Agreement, the DEPARTMENT will reimburse the CITY for all eligible PROJECT costs up to $2,055,610.61 dollars. Both parties further agree that if the final auditing of the eligible PROJECT costs indicates that the eligible cost exceed $2,055,610.61 million dollars, the parties shall enter into a supplemental agreement in which the DEPARTMENT will agree to reimburse the CITY for the difference. Milling and Resurfacing of Collins A ve./5th to 15th St. Page 4 of6 B. The parties further agree, that if the there are additional PROJECT costs that are not eligible, the DEP AR TMENT shall not be obligated or liable to the CITY, third parties or their agents or employees for such reimbursement. C. The CITY shall charge to the PROJECT account all eligible costs. Eligible costs for services and materials used for design and construction shall be determined, reviewed and approved by the DEPARTMENT. D. All costs charged to the PROJECT, including any approved services contributed by the CITY or others, shall be supported by properly executed payrolls, time records, invoices, contracts or vouchers evidencing in proper detail the nature and propriety of the charges. E. The provisions of this section have preference over any other provision of this or any related contract. F. Upon final payment to the CITY'S contractor for the PROJECT, the CITY shall, within one hundred eighty (180) days furnish the DEPARTMENT with two (2) copies of its final and complete billing of all costs incurred in connection with the PROJECT. G. The final billing shall show the description and site of the PROJECT; the construction materials used; the date on which the first work was performed or the date on which the earliest item of billed expense was incurred; the date on which the last work was performed or the last item of billed expense was incurred; and the location where records and accounts billed can be audited. All cost records and accounts shall be subject to audit by a representative of the DEPARTMENT for a period of three (3) YEARS AFTER FINAL BILLING. 3. To the extent permitted by Section 768.28, Florida Statutes, the parties agree to indemnify each other for liability due to any act or omission, neglect or wrongdoing of a party or any of its officers, agents, or employees. Further the parties agree to defend each other against any and all such claims or demands which may be claimed and have arisen as a result of or in connection with the parties' participation in this Agreement. Nothing contained herein shall be construed to contradict the provisions of Section 768.28, Florida Statutes (1999). Nor shall this Article be construed to require either party to indemnify the other for the negligent acts of the other. 4. This Agreement shall be governed and construed in accordance with the laws of the State of Florida. Milling and Resurfacing of Collins A ve.l51h to 15th St. Page 5 of6 5. If any part of this Agreement shall be determined to be invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, if such remainder continues to conform to the terms and requirements of the applicable law. 6. The CITY shall, by the issuance of resolution by its board of commissioners ratify this Agreement. Such resolutions will be hereby attached to this Agreement as Exhibit B. 7. Notices: All notices, requests, demands, consents, approvals and other communication which are required to be served or given hereunder, shall be in writing and shall be sent by registered mail or certified U.S. mail, return receipt requested, postage prepaid, addressed to the party to receive such notices as follows: To Department: Florida Department of Transportation 1000 Northwest 111 th Avenue, Room 6207 Miami, Florida 33172-5800 Attention: Director of Production To City: City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Attention: City Manager Either party may, by notice given as aforesaid, change its address for all subsequent notices. Notices given in compliance with this section shall be deemed given when placed in the mail. 8. Nothing in this Agreement shall be construed to violate the provisions of Section 339.135 (6)(a), Florida Statutes (1999), which provides as follows: The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection, is null and void and no money may be paid on such contract. The Department shall require a statement from the Comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of a contract for periods exceeding one year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding Milling and Resurfacing of Collins A ve.l5th to 15th St. Page 6 of6 fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000 and which have a term for a period of more than one year. 9. This Joint Project and Reimbursement Agreement is the entire agreement between the parties hereto and all previous negotiations leading thereto, and it may be modified or amended only by mutual consent of the parties in writing and evidenced by the District Secretary and the CITY'S duly authorized representative as designated by the Board of City Commissioners and spread upon the Board's respective minutes. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, on the day and year above written. CITY OF MIAMI BEACH STATE OF FLORIDA, DEPARTMENT OF TRANSPORT A TION BY: TITLE: ifl1 MAYOR AITEST: J~u tu~TTEST: ~ ,t--d~'A=-", TITLE: CLERK TITLE: EXECUTIVE SECRETARY Legal Review -d1/lJ. ;/J City Attpj <;15 TO FORlv\ & .NGUAGE & FOR EX CUTION ,/ 1t~ :4JlfV Dt:r;~~ PROJECT LOCATION: COLLINS AVENUE FROM 5TH STREET TO 15TH STREET PROJECT SCOPE: THE SCOPE OF WORK CONSISTS OF MILLING AND RESURFACING OF S.R. A1A (COLLINS AVE.) IN THE CITY OF MIAMI BEACH FROM 5TH STREET TO 15TH STREET. THIS PROJECT ALSO INCLUDES REPLACING THE EXISTING LIGHTING SYSTEM, ALLEVIATING EXISTING DRAINAGE SYSTEM AT FLOOD PR.ONE AREAS WITH DEEP WELLS, NEW SIGNING AND PAVEMENT MARKINGS, UPDATING ALL PEDESTRIAN RAMPS TO MEET ADA STANDARDS, REPLACING ANY BROKEN SIDEWALK AND CURB, SIGNALIZATION IMPROVEMENTS AND NEW LANDSCAPING. = ACTIVITY SUBACTIVITY DESCRIPTION HOURS/ NUMBER STAFF UNIT Y!!!I SHEETS HOURS ROADWAY DESIGN ANALYSIS LS 0 120 DRAINAGE ANALYSIS/REPORT LS 0 120 KEYSHEET EA 8 1 8 TYPICAL SECTION SHEET EA 16 2 32 DETAIL SHEET EA 8 1 8 GENERAL AND PAY ITEM NOTES EA 8 2 16 TABULATION OF QUANTITIES EA 8 1 8 ROADWAY PLAN SHEETS EA 32 15 480 DRAINAGE DETAIL SHEET EA 8 2 16 DRAINAGE STRUCTURE SHEET EA 16 3 48 SUMMARY OF DRAINAGE SHEET EA 16 1 16 TRAFFIC CONTROL SHEETS EA 8 4 32 CESISUMMARY OF PAY ITEMS LS 1 8 8 SIGNING/MARKING PLANS KEYSHEET EA 4 1 4 TABULATION OF QUANTITIES EA 8 1 8 PLAN SHEETS EA 12 15 180 CESISUMMARY OF PAY ITEMS LS 1 8 8 SIGNALIZATION PLANS KEYSHEET EA 4 1 4 TABULATION OF QUANTITIES FA 8 1 8 PLAN StilL I lA 1G 3 48 DETAIL SHEET EA 2 2 4 CESISUMMARY OF PAY ITEMS LS 1 8 8 LIGHTING PLANS KEYSHEET EA 4 1 4 TABULATION OF QUANTITIES EA 12 1 12 POLE DATA EA 12 1 12 LIGHTING PLANS EA 24 15 360 LIGHTING ANALYSIS REPORT lS 1 24 24 CES/SUMMARY OF PAY ITEMS LS 1 8 8 LANDSCAPE PLANS KEYSHEET EA 4 1 4 SUMMARY OF QUANTITIES EA 4 1 4 PLANT LOCATION SHEET EA . 4 1 4 GENERAL NOTES SHEET EA 4 1 4 DETAIL SHEET EA 4 2 8 PLAN SHEET EA 8 3 24 CESISUMMARY OF PAY ITEMS LS 1 8 8 HOURLY TOTALS 1660 30% REDUCTION 498 TOTAL HOURS 1162 HOURLY RATE CLASSIFICA nON PERCENTAGE HOURS COST $32.00 PROF. ENGINEER 10% 116.2 $3,718.40 $25 DESIGN ENGINER 35% 406.7 $10,167.50 $17.00 TECHNICIAN 60% 697.2 $11,852.4 $12.00 SECRETARY 5% 58.1 $697.20 TOTAL COST $26,435.50 OVERHEAD $42,296.80 OPERATING MARGIN $8,247.88 PERMITS $20,000 TOTAL LUMP SUM FEE $96,980.18 EXHIBIT A 1 of .14 Construction Cost ACTIVITY DESCRIPTION ROADWAY/MOT (180 DAYS) SIGNING/MARKING PLANS LIGHTING SIGNALIZATION LANDSCAPING STATE FUNDS $1,379,027.05 $101,530.87 ~ PAID FOR UNDER LAP AGREEMENT $86,044.20 $6,120 SUBTOTAL $1,572,722.12 $235,908.32 PUBLIC INVOLVEMENT COST CEI COST 15% OF CONSTRUCTION COST 150,000 TOTAL COST $1.958.630 TOTAL CONSTRUCTION COST TOTAL STATE FUNDS (CONSTRUCTION & DESIGN)= GRAND TOTAL= (CONSTRUCTION COST + DESIGN COST)= LIGHTING (CONSTRUCTION & CEI UNDER LAP AGREEMENT) = EXHIBIT A $1.958.630.44 $2,055,610.61 $2,055.610.61 $513,066 2 of 14 " ~y. .. ~ . _ 'L.~' ....p ~.1,j ""~ ~ \ COLLINS AVENUE FROM 5th STREET TO 15th STREET PUBLIC INVOLVEMENT GENERAL SCOPE OF SERVICES COMMUNITY A\VARENESS PLANS (CAP) J A community awareness plan must be developed for each project during plans. production. These actions are in addition to public contact which may have occurred during the Project Development phase. The plan shall detail the actions to be taken on that specific project to inform all those affected by the project, either temporarily during construction, or permanently upon completibn. The actions outlined in the plan shall be consistent with the Principles of Access Managenlent identified in the Directive dated JUlf~ 6, 1997 (Topic No: 625-010-021 a). Objective of CAP The objective of the plan is to notify local governments, affected property owners and tenants and the public of the Department's proposed construction and the anticipated impact of that construction. In addition to the benefits of advance notification, the process should allow the Department to resolve controversial issues during the design phase. Three areas of specific concern are: 1) Influences on access to business; 2) Drainage; and 3) Maintenance of Traffic during construction. This procedure establishes a process for achieving these community involvement objectives. Principal responsibility for devising and canying out the Community Awareness Plan lies with the Project Mam\2er. The District's Community Awareness Review Team is responsible for ensuring that an appropriate plan is followed for each project in the work program. I , f General Provisions of CAP The Project Manager shall develop and ensure the implementation of a Community Awareness Plan for each project during the plans production phase. This Plan shall be in accordance with the provisions of this procedure to accomplish proper advance notification and appropriate consideration of all maintenance of traffic and other impacts on motorists and businesses. A Production Activity Event Nu'mger shall be established and used to schedule the completion of a Community Awareness Plan by the Project Manager. This event shall be no later than Phase I Design. The Plan will be reviewed for possible updating at the completion of each phase by the Project Manager. The Plan shall be submitted to the District Design Engineer for in-house projects or the Consultant Management Administrator for consultant projects. The appropriate department head shall review and approve the Plan for implementation. A District Community Awareness Review Team shall be established, chaired by senior management in the District. The members of the Review Team will include the District Director of Production, District Director of Operations and the District Public Information officer. Other members may be appointed as deemed appropriate. The Review Team shall meet at least once every six months to review and comment on all Plans that have been flied. EXHIBIT A 3 of 14 .. f,I r f Maintcllancc of Traffic (MOT) Design Considerations. A Community Awareness Plan is not complete without evaluating the project's potential impacts on the public and businesses, and designing the project to minimize those impacts both during .and after construction. The following must be addressed on each project: - Construction Schedule - The schedule should consider whether the time of the letting or the time of the construction should be restricted. The schedule should consider restrictions of working hours during the peak hours, longer workdays, night work, weekend work, holiday restrictions, delivery restrictions and incenti~e/disincentive clauses. Although these options add cost they have become. the traditional approach to contract provisions and scheduling. The District is prepared to accept additional cost where such action is reasonable, cost-effective and geared to limiting the adverse impact of the project on motorists and neighbors. Contracts Time - Time should be minimized. Many of the scheduling options listed above may be effective. Design is not complete until contract time established by construction. has been carefully analyzed and agreed to. Maintenance of Traffic (MOT) Plan - A conceptual MOT Plan shall be devised by Phase 1. Duration and design of detours should receive early attention. .:Consideration should be given to the impacts of construction on local access to adja.cent properties. Accessability Impacts Identification Permanent accessability impacts should be identified early.in the design process. Affected property owners and tenants. must be advised of the impacts at an early date. A high level of notification is required for media.n opening closures, traffic signal removal, restrictive channelization, restrictive driveway modification and other such direct impacts. Public Involvement Levels The Project Manager shall designate the project according to public involvement levels as defined below. Levell. Project is non-controversial, causes negligible accessibility impacts and minimal traffic disruption. Examples are work outside the roadway, simple rural resurfacing, some signal work, pavement markings and bridge repairs out of traffic. Level 2. Project has general public acceptance, little impact on access and moderate degree of traffic disruption. Examples are urban resurfacing, bridge repairs and other construction activities that require lane closures. EXHIBIT A 4 of 14 . " .'- '1 1 . Level 3. Project may be controversial, will significantly impact traffic flow or will significantly affect accessibility to properties (temporarily or permanently). Examples are parking removal, median opening closures, traffic signal removal, roadway widening, major reconstruction and projects including detours. Level 4. Project involves Interstate work including maintenance work, road widening, temporary ramp closures, construction of new interchanges and major reconstruction. Also included in Level 4 are all projects that require total closure, either permanent or temporary (i.e. for the duration of the construction or maintenance work) ofroadways, bridges and railroad ,crossings. The level definition will assist in determining the appropriate level of community involvement. . Each Plan shall be prepared, however, in consideration of its special circumstances. Designation oflevel does not in any way restrict or designate required actions. Community Awareness Activities Cl[C listed below with Cl typicCll time of occurrence. The level designation may be used as a rule of thumb in considering l!se of each option but does not replace good judgement. These Activities are to occur throughout the life of a project and apply.to all projects, including Roadway, Bridge and other Construction, Maintenance, Bridge Inspections' and Railroad Crossing repairs. Project Managers are responsible for notifying theDistrict Public .Information officer of all project meetings where the Community Awareness Plan (CAP) is being discussed, when CAP's are being reviewed, and wh~n notification to the public is necessary. EXHIBIT A 5 of 14 -, , , TIME OF OCCURRENCE ACTIVITY IMP ACT LEVELS PD & E Phase Public Hearing (As required 1,2,3, & 4 by law). By Phase I Notice of Access Impact To 2,3,4 Affected Property Own~rs. . - -- Project Information Work 2,3,4 Shop with city, county staff, Phase II elected officials, property owners and interested public to solicit comments. - '..'-.._-_':-_~""- -"Dear Neighbor" _d ..-. flyers/invitations (Mass 3,4 Mailings) to meeting. Notice to City & County 2,3,4 Phase II/III Government to solicit comments Phase reviews to city and 1,2,3,&4. All Phase Reviews county officials and staff to solicit comments and concurrence. Presentationes) to city, MPO, 3,4 county commission, As Requi~ed legislators, community groups regarding design, impact and construction status. 1, 2, 3 & 4 Pre-construction meeting with contractor, appropriate 1 Month Prior Begin sub-contractors, DOT staff, Construction city staff, county staff and utilities. Mass mailing of "Dear neighbor" flyer with construction dates and specific project impact to 3,4 traffic information. EXHIBIT A 6 of 14 .' ',. ,. TIME OF OCCURRENCE ACTIVITY IMPACT LEVELS Pre-construction public 3,4 information meeting/open house for all interested. ' 2..:4 Weeks Prior Begin persons to review plans, ' - Construction construction schedule, and traffic impacts, particularly dates of total closure. News release of project start - 1,2, 3, & 4 date, pertinent project 1 Week Prior Begln-'----- --ulformation and specific --- -"' Construction traffic impact information. Weekly news releases with 1, 2, 3 & 4 Throughout Construction specific traffic impact information. Mass mailing of project 4 At Begin Const. And impact, informational flyers, Throughout as Needed particularly with total closures. District Public Information Office (PIO) Involvement . The District PIO will be .involved in writing of all request for proposals (RFP's) and scopes of service language that pertain to hiring of community awareness consultants. See the following generic Community Awareness Plans for each Level Project. EXHIBIT A 7 of 14 'Levell Projects: · Negligible accessibility impacts · Non controversial · Minimal traffic disruptions Examples: · Work outside roadway · Simple rural resurfacing Minor'signal work Pavement markings . Bridge painting and repair out of traffic C.A.P. Activities: Phase I 30% . Phase review plans to city/county officials and others for comment and concurrence. Phase II 60% . Phase review plans to city/county officials and others for comment and concurrence. Phase III 90% . . Phase review plans to city/county officials and others for comment and concurrence. Phase IV 100% . Phase review plans to city/county officials and others for comment and concurrence. 1 Month Prior to Begin Construction: . Pre-construction meeting with contractor, subcontractors, FDOT staff , city/county officials, utilities, and abutting property owners. 1 Week Prior to Begin Construction: News release of project start date, pertinent project information and specific traffic impact information. Throughout Construction: Bi-weekly news release with traffic impact information and periodic progress reports. EXHIBIT A 8 of 14 ~ ". Level 2 PI.ojects: . Have general public acceptance · Little impact on access . Moderate degree of traffic disruption Examples: · ..Urban resurfacing All work requiring traffic lane closures C.A.P. Activities: Phase I 30% . Notice of access impacts to affected property owners and tenants. . Phase review plans to city/county officials and others for comment and concurrence. Phase II 60% . Phase review plans to city/county officials and others for comment and concurrence. . Public notice advertisement of Project Information workshop. . Project Information workshop with city/county staff, elected officials and property ownersltenants. Phase III 90% . Phase reviewplal)s to city/county officials and others for comment and concurrence. Phase IV 100% · Phase review plans to city/county officials and others for comment and concurrence. 1 Month Prior Begin Construction: Pre-construction meeting with contractor, subcontractors, FDOT staff, city/county officials, utilities. EXHIBIT A 9 of 14 , ^ Level 2 (Cont.) 1 Week Prior Begin Construction: . News release of project start date, pertinent project information and specific traffic impact information. Throughout Construction: . Biweekly news releases with traffic impact information and periodic progress reports. EXHIBIT A 10 of 14 ,. r r Level 3 Projects: · May be controversial . Will significantly impact traffic flow . Will significantly affect accessibility to adjacent properties (Temporarily or permanently) Examples: Parking removal . Median opening closures . Traffic signal removal . Roadway widening · Major:..reconstructiori . Projects with detours C.A.P. Activities: Phase I 30% . Notice of access impacts to affected property owners and tenants. Phase review plans to city/county officials for comment and concurrence. . . Phase II 60% . Phase review plans to city/county officials for comment and concurrence. Public information workshop with city/county staff, elected officials and Property owners/tenants. "Dear Neighbor" flyers/invitations (mass mailings) to workshop. Phase III 90% . Phase review plans to city/county officials for comment and concurrence. Phase IV 100% . . Phase review plans to city/county officials for comment and concurrence. . Public Information workshop same as Phase II, provide schedules of construction activities and traffic impacts. EXHIBIT A 11 of 14 '. ~. Level 3 (Cont.) 1 Month Prior to Begin Construction: . Pre-construction meeting with contractor, subcontractors, FDOT staff, city/county staff/utilities. .. Mass mailing of "Dear Neighbor" flyer with construction dates and specific traffic impacflnformation and date/place of Public Information meeting. 2-4 Weeks Prior to Begin Construction: . Public Information meeting/open-house for final plan review, construction schedules and specific traffic impacts both temporary and permanent. 1 Week Prior to Begin Construction: News release of project start date, project information, and specific traffic impact information. Throughout Construction: . Biweekly news releases with traffic impact information and periodic progress reports. t!':~ EXHIBIT A 12 of 14 . " f' . ~ , Level 4 Projects: . Interstate or other expressway work or maintenance activities or projects requiring total closure of elements (either temporarily or permanently). Examples: . Expressway widening Ramp dosures (temporary or permanent) New interchange construction Major reconstruction Bridge replacement/rehabilitation Railroad crossings . . . C.A.P. Activities: Phase I 30% Phase review plans to city/county officials [or comment ane! concurrence. . Notice of access impact to affected property owners. Phase II 60% . Phase review plans to city/county officials for comment and concurrence. Public information workshop with city/county staff, elected officials, property owners/tenants and interested public to solicit comments. Public advertisement and "Dear neighbpr" flyers/invitation (mass mail,ings ) to meeti~g. ", ".~~ . . Phase III 90% . Phase review plans to city/county officials for comment and concurrence. . Notice to city/county government to solicit comments. Phase IV 100% . Phase review plans to city/county officials and stafffor comment and concurrence. As Required: Presentationes) to city, MPO, county commissions, legislators, community groups regarding design, impact and construction status. EXHIBIT A 13 of 14 , , Level 4 (Cont.) 1 month Prior Begin Construction: . ' Prc-construclion meeting with contractor, appropriate subcontractors, DOT staff, city staff, county staff and utilities. . Mass mailing of "Dear neighbor" flyer with construction dates and specific project impact to traffic information. - 2-4 Weeks Prior Begin Construction: . Pre-construction public information meeting/open house for all interested persons to review plans, construction schedule. and traffic impacts, particularly dates of total closure. 1 Week Prior Begin Construction: . News release of project start date, pertinent project information and specific traffic impact information. At Begin Construction: . ".-. . Mass mailing of project impact, information(:ll flyers, particularly with total closures. Throughout Construction: . Bi-weekly news releases with specific traffic impact information and periodic progress reports. EXHIBIT A 14 of 14 w~d~ '"j Vl n >- 0 [rj ~ ~ =:J r-t p... ::J >-;:I Oor.::l~ I" ~. ... n- o CT1 ~ ;:;: ~ 0 r-t p... CJq () ~ I" -....-:Jn~ ::J 0 ... I" 0- or, z C/l 0\ 0:; Q..,... 0 ::J " 0 0 C/l -Q) tg.~~ C/l N. 0 ~'::S a C/l , - ~ I" P- I" ~ '-l ~ '-< "2.. r-t ~ )::> ~8O~ w 0' e;;. 0- 7;""" \0 Cl 0- . 0 \0 U1::: I'-t)n U1 "T'J 3: ~ ::: I" ;:;. . R a: ~ --' Cl ::J () o. 3: \0 --'0- 0 p.o Cl I" :::- ;:J Q) 0 "3 ~ -s 3 Cl a 0 ~-s t-' 0- ..., -....J ...... ...... () ^ 3 " ;:J ~ .....M Cl a. Z 0 7;""" 0 ;:r- 6 Ei ~ d I Q) ::E ~ (Y 3 :E: 'e q ~ ~ U1 ::1-; " ...... ~ ~ ~Q..er t-' t-' ... or, rl' ... ..... ~. ~'< N t-' I" {A 0 N 0 ~ R ? 5. ~ (J) ~ "'0 ;:J C/l '2. 0 <: er ... Po ::; c.. 1:: )::> ;:;. ...... ~ < ~~ w...J("j < I" VI ,.., I" *,,"::; CD U Q) ~ r-t ~~ ,j ~ ~ 0' S. ~ -J'l :J (l C "-" -0 ::J Poo -" CD Q) '" CIl "+l --N erOo N '< I" ~~ ,,"00 "r.I 3 r-t er"o I" -U. :::0 CD {A =::.:"Q ..... ~ 0 :J N ~ ~. ,,0 $. 0 rl' c.n 0- $. & 3 .0- 0 ~8..d w "'*' I" a-: ~ () o I:: Cl W (J) :T ..., 0 ..., o ~ if"""" U1 W N _. ~ Po ~::; t-' Cl ::J 0 c..~? -....J -....J r n r-t~- .j:::> N rt :T g ...,0"0 -....J 0 -'''--''~ Cl ::l w,< I ::: () O'o~ U1 I" =:J ..., U1Z a 0 ;:J~", (J) 0 ~ 0\ M ~ 0 = O.>l'>oO Cl o 0\.. 0 ;:J , ,..,.., _ '-l ,..,- ~~ iij. Pol "T1~ "'I _. o - 3 ~ "" tD ::ro ~ :::l tD "" . ::r "< tD o III C tD n < Pol tD :::l :::l "" tD ::r e: 0 -, "'I -<tD tD OQ' :::l ::r "" ,... tD ::r "'I _ ,... tD ::r< tD ~ ::rill o 0 "".... ~"" o-::r Pol tD =OQ "'I Pol o ..., o ~ 3~ - .... tD 0 < "'I ~Pol . :::l o 3 S. e!.. n ::r Pol "'I OQ tD (I) tD :;;; 't:l ~ ;II:" 5' OQ o ~ < ~. p;J 0- CD -(A tv VI " CD , " CD , otv~ :J Z n -o..g ~ 0 !!. 0- :J 0 -r:J CDc_ III :J "'U o n =r -+'=rg o VI CD III ~, o w o ~ 3 ~ '< -I -:J...,.... O"o...c o=r, ~ III 3 0... Q? ~ III 3: ~ Q jij' 3: '< 3 ~ :J _. , CD I n OJ =r oQ?w ~~P CD ~ tv < '< 0 ~ :J ci.CDg OJ ~ '< J -0 -0 -0 n ~ 3 ] ~ QQ. ;;. ;:, ~ t~ ~ ~ ,,'"< c..o III ..... :::a~ CD _. n ~ o 3 OQ -. ;:, I ;;.0 -. ~ o c.. ;:, CD r- r::: ;:, n ::r CD o ;:, -.0 -.0 tv-.o :J 0 n < 0 ~ rt' 0 3 CD n" '< ~ ~, o 3 OQ ~c,,:J :Jon ~. n a... OQ 0 ~ n :J I " ~nn , CD 0 =r CD 0- I ~. ~. ;; n ;A ~ ~ ~ ~ n n =j' n' o =r III ::r CD,--~ nlllO, ~ C CD 0... 3R)>;J1 "2 ~ =i 5' ~. III o. ~ :JO-:J -+'~o... ~n~~ o~ o...~ 03__3 ""'Q 0 _. ~. CD d ~ Z 0 ~ ~ , -.onn -.0 ~, N' ~ :J 0... '-{; ~. ,. p ~ ..... --:::--- ~-- ~~ 9~ ~~"(-;:~~<Y '""... ."...... '''.~.''F~:R(JL CANN/FOR FERNANDA -..---- '. -. ..... -...-..------.~.. [lnT OF TRANSPORTA'UON J(~l() J'lW 111m AVE/DEL TO RM 6,:0';' ['r::O:~\fATION SYSTEMS CC602 MI'U.II FL 33172 i lfS,\ itu - .~J '. ". [~;;j . . . .. . ~=-"._.,._. .....-. ~,J~'t IIMMMPF500XI.iFILTER.prACy.16:l~'~E^CFl. E Corporait xpress .:. :=:::::~! !;~~ 18000 Sllb~ RoOd Nine MI.",; FL 33162.1012 USA Tel! (lI88) ~3-S700 pa,,, (I,u) 2O'3~22l I U.MI~ EJ'T: CClm IF'FC ;: m"fifilmlil~- I : 'C^:Ol~~" if DEn OF TRANSP()RTA~-'---t--.__..-_... Q 1000 NW l11TH AVE J..: INFORMA nON SYSTEMS CC602 D MIAMl FI. 33172 ~ r USA 0" CMloO . I L.it!< t.~..._J; ALT '. ........_.._._.____._ . . . ..._...._.....___o..~. I~~~ Fax Note j (0 I C<1.~ot. 71;,7 I' I Ftone . I,"" ~x ~go ~ $l)~;;:~:~:~; ::1 . . i i i I , . I . '1' - ... .._1.........._... ';';..-;'~~;;;::";-:"'-~..: . . .:... '--JPii";'lI--C-.:-.""'~' ;:;;i-~.~;;;i;:i~.'- .... . FBRNANI)APINZor7"'~~~i:;~ti~:~;:: '~:::::l:':~:::;:::::=,:':: :."":::: '.:. '. :..... ,:. :....::~~~~.-:.~....~...~..:..: ".....J.... '".'U.'_ . _ _.__.. _ .___. __. : 1,::IDI';: :,.(STEMS - MAll.ROOM j.,rr' -. ("I~ III '. ). ~ ~ ~~ :j :Pit! ;e .. *.;*~I 17 99999 tlI,!l'jiCO H)ll; or 1 . .. i;---- W:;'~ ,;:~ ; ;:~. ~~'~n:::~~:::' ! II ~aC:;H $10;.86 ! i EA ~:UllTOTAL ~'A;( :.07AL ..... q_____.___e-._..L.__-L '1:;ii;~,;j/I."711-'~O ~ ,II. ..1,'1. P gas . .....'."".....'..... ~."Il-. i ,I:IOIY: '1 "1 61 ".....J,!::~, ~..L. ,C I). ,1'~ . II ~i' I~ ~."" , ~ ~.. il.~ ,/""" c- 0....".....11,.. tl""',..'_ !.:J t'l: .'l ~ :: I I . , '.'. :"'1..... ... ....."_. :; ,. !~, . t,':,,' , . I ! ! i I. .."........-....-.,....- , I. i "I ~ Florida Department of Transportation JEB BUSH GOVERNOR THOMAS F. BARRY, JR. SECRETARY Office of the District General Counsel 1000 Northwest tIlth Avenue, Room 6207 Miami, Florida 33172-5800 (305) 470-5453 June 15,2000 Mercy Williams City of Miami Beach, City Clerk's Office 1700 Convention Center Drive Miami Beach, Florida 33139 Re: Executed Joint Project Agreement between the Department and the City for Milling and Resurfacing of Collins Avenue (from 5th to 15th Ave.) Dear Ms. Williams: Enclosed is an executed copy of the above stated agreement. Should you have any questions regarding this matter, do not hesitate to contact me. / Sinlcr ly, i (/ \ /" / ---" --. /, ') e . 11! ~ j 7 iUA- I oF fz/1/)1!.;li/J Fr~ncme Tho as Steelman . ,Assistant District General Counsel cc: Harold Desdunes, P.E., Project Manager www.dot.state.fl.us (!) RECYCLED PAPER CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 TRANSPORTATION & CONCURRENCY MANAGEMENT DIVISION PHONE: (305) 673-7514 FAX: (305) 673-7559 June 13, 2000 Mr. Johnny Martinez Director of Production Florida Department of Transportation 1000 N.W. 111 Avenue-Rm 6207 Miami, Florid 33172 RE: JPA-Milling and Resurfacing Agreement for Collins Avenue Dear Mr. Martinez: Enclosed are four agreements between the Florida Department of Transportation (FDOT) and the City of Miami Beach, please have the agreements signed and seale~. After the agreements have been signed and sealed, please return the agreement in the blue-backed cover to the City Clerk's Office, to the attention of Mercy Williams. Thank you for your assistance. Please call with any questions you may have. . ~,~ Debora . Hart Office Associate V Enes CITY OF MIAMI BEACH CITY H,'l,LL 1700CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA33139 OFFICE OF THE CITY CLERK CITY HALL 1700 CONVENTION CENTER ORIVE TELEPHONE: 673-7411 June 22, 2000 Francine Thomas Steelman Florida Department of Transportation Office of the District General Counsel 1000 Northwest 111 Avenue, Room 6207 Miami, Florida 33172-5800 SUBJECT: Agreement Dear Ms. Steelman: Enclosed you will find the agreements regarding the resurfacing of Collins Avenue (from 5th to 15th Streets) between the Florida Department of Transportation and the City of Miami Beach. I am returning these documents to you for execution of the Local Agency Program agreement which was omitted when these documents were forwarded to you previously. Please return the documents in the blue-backed cover to the City of Miami Beach City Clerk I s Office, to the attention of Mercy Williams,1700 Convention Center Drive, Miami Beach, Florida 33139. Thank you for your attention to this matter and I am sorry of any . , lnconvenlence. Sincerely, 1/ / '- / / {. / / ,(('( c,-...-,../ _ ....L ~.(-L ~c- '-' /'- Mercedia Williams Deputy Clerk STATe C,c f=LORICA c~PfVn,\1[NT ,::;~ TRAr>JSPCRT..\ r:ON >=C,~\1 5:5-.;1 c-...c C::i'J~:;T~"JC~:C:"J LOCAL AGENCY PROGRAM AGREEMENT \-=GC. ,J':iCC P1C;~ 1 'Jt . ~ FIN No. 24968715801 Fund Function Federal No. ___.__~____ County No. Contract No _.-._-~--------_.._-~-- Catalog of Federal Domestic Assistance Number: 87 FLAIR Approp FLAIR ObJ. Org. Code VendorNo F591820033003 THIS AGREEMENT, made and entered into this day of by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the S~3te of Florida, hereinafter called the Department, and JhE;c:it'{()f)"liami Beach hereinafter called the Agency. WITNESSETH WHEREAS, the Agency has the authority to enter into said Agreement and to undertake the project hereinafter described, and the Department has been granted the authority to function adequately in all areas of appropriate jurisdiction including the implementation of an integrated and balanced transportation system and is authorized under Section 334.044, Florida StatutE's, to enter into this Agreement; NOW, THEREFORE, in consideration of the mutual covenants, promises, and representations herein, the parties agree as follows: 1.00 Purpose of Agreement: The purpose of this Agreement is to provide for the Department's participation in Collins Ave, lighting and as further described in Exhibit "A" attached hereto and by this reference made a part hereof, hereinafter called the project, and to provide Departmental financial assistance to the Agency and state the terms and conditions upon which such assistance will be provided and the understandings as to the manner in which the project will be undertaken and completed. 1.01 Modifications and Additions: Exhibit(s) RL are attached hereto and by this reference made a part hereof. 2.00 Accomplishment of the Project: 2.01 General Requirements: The Agency shall commence and complete the project as described in Exhibit "A" with all practical dispatch. in a sound, economical and efficient manner, and in accordance with the provisions herein, and all applicable laws, The project will be performed in accordance with all applicable Department procedures, guidelines, manuals, standards, and directives as described in the Department's Local Agency Program Manual, which by this reference,. is made a part hereof as if fully set forth herein. A full time employee of the Agency, qualified to ensure that the work being pursued is complete, accurate, and consistent with the terms, conditions, and specifications of this Agreement, shall be in charge of each project. 2.02 f::xpiration of Agreement: The Agency agrees to complete the project on or before ~~~ 30,20_Q~___ If the Agency does not complete the project within this time period, this Agreement will expire on the last day of scheduled completion as provided in this paragraph unless an extension time period is requested by the Agency and granted in writing by the District Secretary, District ~__________________, prior to the expiration of the Agreement. Expiration of this Agreement will be considered termination of the project. The cost of any work performed after the expiration date of the Agreement will not be reimbursed by the Department. 2.03 Pursuant to Federal, State, and Local Law: In the event that any election, referendum, approval permit, notice or other proceeding or authorization is requisite under applicable law to enable the Agency to enter into this Agreement or to undertake the project hereunder or to observe, assume or carry out any of the provisions of the Agreement, the Agency will initiate and consummate, as provided by law, all actions necessary with respect to any such matters so requisite 2.04 Funds of the Agency: The Agency shall initiate and prosecute to completion all proceedings necessary, including Federal-aid requirements, to enable the Agency to provide the necessary funds for completion of the project. 2.05 Submission of Proceedings, Contracts and Other Documents: The Agency shall submit to the Department such data, reports, records, contracts, and other documents relating to the project as the Department and the Federal Highway Administration may require, ;:,><\., .':;'::5.(;:~'4C ,::2,'JS-:-~:,",C~:C:J ~()C ;-::/CO :J1c:e .~ Jt ~ . 3.00 Project Cost: 3.01 Total Cost: The total estimated cost of the project is $ 51}0~600 This amount is based upon the estimate summarized in Exhibit "B" attached hereto and by this reference made a part hereof. The Agency agrees to bear all expenses in excess of the total estimated cost of the project and any deficits involved The estimate may be modified by mutual agreement as provided for in 4.00. 3.02 Department Participation: The Department agrees to participate, including contingencies In the> project ccst to the extent provided in Exhibit "B" This amount includes Federal-aid funds which are limited to the actual amount of Federal-aid participation 3.03 Limits on Department Funds: Project costs eligible for Department participation will be allowed only from the date of this Agreement. It is understood that Department participation in eligible project costs is subject to a) Legislative approval of the Department's appropriation request in the work program year that the project is scheduled to be committed: b) Availability of funds as stated in paragraphs 304 and 3.05 of this Agreement; c) Approval of all plans, specifications, contracts or other obligating documents and all other terms of this Agreement; d) Department approval of the project scope and budget at the time appropriation authority becomes available. 3.04 Appropriation of Funds: The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. 3.05 Multi-Year Commitment: In the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated: "(a) The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money shall be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be in.corporated verbatim in all contracts of the Department which are for an amount in excess of $25,000 and which have a term for a period of more than one year." 3.06 Notice to Proceed: No cost may be incurred under this contract until the Agency has received a Notice to Proceed from the Department. 3.07 Limits on Federal Participation: Federal-aid funds shall not participate in any cost which is not incurred in conformity with applicable Federal and State law, the regulations in 23 C.F.R. and 49 C.F.R., and policies and procedures prescribed by the Division Administrator of the Federal Highway Administration (FHWA) Federal funds shall not be paid on account of any cost incurred prior to authorization by the FHWA to the Department to proceed with the project or part thereof involving such cost (23 CFR 19 (a)). If FHWA or the Department determines that any amount claimed is not eligible, Federal participation may be approved in the amount determined to be adequately supported, the Department shall notify the Agency in writing citing the reasons why items and amounts are not eligible for Federal p2rticipation. Where correctable non-compliance with provisions of law or FHWA requirements exists, Federal funds may be withheld until compliance is obtained. Where non-compliance is not correctable, FHWA or the Department may deny participation in parcel or project costs in part or in total. For any amounts determined to be ineligible for Federal reimbursement for which the Department has advanced payment. the Agency shall promptly reimburse the Department for all such amounts within 90 days of written notice ;.:':-: -.( \1 .~ .~'-5.," '.~ ..1l) ~:: ,~L.3~i"i l_:_:~';~ ", 'x;:; i"J1ljr;oj l' 4.00 Project Estimate and Disbursement Schedule: Prior to the execution of this Agreement a project estimate shall be prepared by the Agency and approved by the Department The Agency shall maintain said estimate, caf"j out the prOJect, and incur obligations against and make disbursements of project funds only in conformity with the latest approved estimate for the project The estimate may be revised by mutual written agreement between the Department arid the Agency If revised. a copy of the revision should be forwarded to the Department's Comptroller and to the Departr:lent's Federal-Aid Program Office. No estimate increase or decrease shall be effective unless it complies with fund participation requirements established in Exhibit "B" of this A.greement and is approved by the Department's Comptrci:er 5.00 Records: 5.01 Establishment and Maintenance of Accounting Records: Records of costs incurred u:'lder terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for five years after final payment is made. Copies of these documents and records shall be furnished to the Department upon request Records of costs incurred Include the Agency's general accounting records and the project records, together with supporting documents and records, of the Agency and all subcontractors perfcrming work on the project and all other records of the Agency and subcontractors considered necessary by the Department for a proper audit of costs. If any litigation, claim or audit is started before the expiration of the 5 year period, the records shall be retained until a:: litigation, claims or audit findings involving the records have been resolved 5.02 Costs Incurred for the Project: The Agency shall charge to the project account all eligible costs of the project Costs in excess of the latest approved estimate or attributable to actions which have not received the required approval of the Department shall not be considered eligible costs. 5.03 Documentation of Project Costs: All costs charged to the project, including any approved services contributed by the Agency or others, shall be supported by properly executed payrolls, time records, invoices, contracts or vouchers evidencing in proper detail the nature and propriety of the charges. 5.04 Audit Reports: Recipients of federal and state funds are to have audits done annually using the following criteria. Federal awards are to be identified using the Catalog of Federal Domestic Assistance (CFDA) title and number, award number and year, and name of the awarding federal agency. State awards will be identified using the Catalog of State Financial Assistance (CSFA) title and number, award number and year, and name of the awarding state agency. In the event that a recipient expends $300,000 or more in Federal awards in its fiscal year, the recipient must have a single or program specific audit conducted in accordance with the United States Office of Management and Budget (OMB) Circular A-133. If a recipient expends less than $300,000 in Federal awards during its fiscal year, an audit conducted in accordance with the OMB Circular A-133 is not required If a recipient expends less than $300,000 in Federal awards during its fiscal year and elects to have an audit conducted in accordance with OMB Circular A-133, the cost of the audit must be paid from non-F "deral funds. In the event that a recipient expends $300,000 or more in State awards during its fiscal year, the recipient must have a state single or program specific audit conducted in accordance with Section 216.3491, Florida Statutes, and Chapter 1 0.600, Rules of the Auditor General. If a recipient expends less than $300,000 in State awards during its fiscal year, an audit conducted in accordance with Section 216.3491, Florida Statutes, and Chapter 1 0.600, Rules of the Auditor General is not required. If a recipient expends less than S300,000 in State awards during its fiscal year and elects to have an audit conducted in accordance with Section 216.3491, Florida Statutes, and Chapter 10.600, Rules of the Auditor General, the cost of the audit must be paid from non-State funds Reporting Packages and management letters generated from audits conducted in accordance with OMB Circular A-133 and Financial Reporting Packages generated in accordance with Section 216.3491, Florida Statutes, and Chapter 10.600, Rules of the Auditor General shall be submitted to the awarding FOOT office, by the recipient. within 30 days of receiving it. The aforementioned items are to be received by the appropriate FOOT office no later than 9 months after the end of the recipient's fiscal year. FeR\.1 S:5.~iC::':O c':,~S-;-~LJC:"-'C'\J CGC . 05,00 P1ge 4 ot 11 The recipient shall follow up and take corrective action on audit findings. Preparation of a summary schedule of prior year audit findings, including corrective action and current status of the audit finding is required. Current year audit findings require corrective action and status of finding. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is completed or the dispute is resolved. Access to project records and audit workpapers shall be given to the FOOT, the Comptroller, and the Office of the Auditor General. The recipient shall submit required audit documentation as follows A Reporting Package and Data Collection Form for each audit conducted in accordance with OMS Circular A-133 shall be sent to Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jefferson, IN 47132 A Financial Reporting Package of audits conducted in accordance with Section 216.3491, Florida Statutes, and Chapter 10.600, Rules of the Auditor General shall be sent to: State of Florida Auditor General Attn: Ted J. Sauerbeck Room 574, Claude Pepper Building 111 West Madison Street Tallahassee, FL 32303-1450 5.05 Inspection: The Agency shall permit, and shall require its contractors to permit, the Department's authorized represl;)ntatives and authorized agents of the Federal Highway Administration to inspect all work, workmanship, materials, payrolls, and records and to audit the books, records, and accounts pertaining to the financing and development of the project. The Department reserves the right to unilaterally cancel this Agreement for refusal by the Agency or any contractor, sub-contractor or materials vendor to allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received in conjunction with this Agreement. (Section 287.058(1)(c), Florida Statutes) 6.00 Requisitions and Payments: Requests for reimbursement for fees or other compensation for services or expenses incurred shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. (Section 287.058(1)(a), Florida Statutes) Any request for reimbursement of travel expenses must be submitted in accordance with Section 112061, Florida Statutes The Department may establish rates lower than the maximum provided in Section 112061, Florida Statutes (Section 287.058(1)(b), Florida Statutes) If, after project completion, any claim is made by the Department resulting from an audit or for work or services performed pursuant to this Agreement, the Department may offset such amount from payments due for work or services done under any agreement which it has with the Agency owing such amount if, upon demand, payment of the amount is not made within 60 days to the Department. Offsetting any amount pursuant to this section shall not be considered a breach of contract by the Department. C':_>~,\l ~:5-';:C-JC C:.~JSTRl,C"-'C~ CCC . 051CO .-:J)()e 5 Gt . i 7.00 The Department's Obligations: Subject to other provisions hereof, the Department will honor requests for reimbursement to the Agency in amounts and at times deemed by the Department to be proper to ensure the carrying out of the project and payment of the eligible costs, However, notwithstanding any other provision of this Agreement, the Department may elect by notice in writing not to make a payment if: 7.01 Misrepresentation: The Agency shall have made misrepresentation of a material nature in its application, or any supplement thereto or amendment thereof, or in or with respect to any document of data furnished therewith or pursuClnt hereto: 7.02 Litigation: There is then pending litigation with respect to the performance by the Agency of any of its duties or obligations which may jeopardize or adversely affect the project, the Agreement or payments to the project; 7.03 Approval by Department: The Agency shall have taken any action pertaining to the project which under this Agreement requires the approval of the Department or has made related expenditure or incurred related obligations without having been advised by the Department that same are approved; 7.04 Conflict of Interests: There has been any violation of the conflict of interest provisions contained herein; or 7.05 Default: The Agency has been determined by the Department to be in default under any of the provisions of the Agreement. 7.06 Federal Participation: The Department may suspend or terminate payment for that portion of the project which the FHWA, or the Department acting in lieu of the FHWA, may designate as ineligible for Federal-aid. 7.07 Disallowed Costs: In determining the amount of the payment, the Department will exclude all projects costs incurred by the Agency prior to the effective date of this Agreement or the date of authorization, costs incurred after the expiration of the Agreement, costs which are not provided for in the latest approved estimate for the project, and costs attributable to goods or services received under a contract or other arrangements which have not been approved in writing by the Department. 7.08 Final Invoices: The Agency must submit the final invoice on the project to the Department within 180 days after the completion of the project. Invoices submitted after the 180-day time period will not be paid, 8.00 Termination or Suspension of Project: 8.01 Termination or Suspension Generally: The Department may, by written notice to the Agency, suspend any or all of its obligations under this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected or the Department may terminate this Agreement in whole or in part at any time the interest of the Department requires such termination. If the Department determines that the performance of the Agency is not satisfactory, the Department shall have the option of (a) immediately terminating the Agreement or (b) suspending the Agreement and notifying the Agency of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Agreement will be terminated at the end of such time, Suspension of the contract will not affect the time period for completion of the Agreement. If the Department requires termination of the Agreement for reasons other than unsatisfactory performance of the agency, the Department shall notify the Agency of such termination, with instructions as to the effective date of termination or specify the stage of work at which the Agreement is terminated, If the Agreement is terminated before performance is completed. the Agency shall be paid for the work satisfactorily performed. Payment is to be on the basis of substantiated costs, ::::,=~\, ~..-:~-,~.~:'.~o ''-~:: \, S I~ ~,~ C .-;:: N :-:\~~~ . ,"::5,,-:::; ::J },; (~ ') .:r ; ; 8.02 Action Subsequent to Notice of Termination or Suspension. Upon receipt of any final termination or sus!=ension notice under this paragraph, the Agency shall proceed promptly to carry out the actions required therelf' which may include any or all of the following: (a) necessary action to terminate or suspend, as the C3se may be, prOject activities and contracts and such other action as may be required or desirable to keep to the minimum the costs upcn :he basis of which the financing is to be computed; (b) furnish a statement of the project activities and contracts, and other undertakings the cost of which are otherwise includable as project costs The termination or suspension shall be camed out in conformity with the latest schedule, plan, and estimate as approvec by the Department or upon the basis of ter"llS and conditions imposed by the Department upon the failure cf the Agency to furnish the schedule, plan and estimate .vlthrn a reasonable time, The closing out of Federal financial partiCipation in the project shall not constitute a waiver of any claim that the Department may otherNise have arising out of this Agreement. 9.00 Contracts of the Agency: 9.01 Third Party Agreements: Except as otherwise authorized in writing by the Department. the Agency shail not execute any contract or obligate itself in any manner requiring the disbursement of Department funds, including consultant or construction contracts or amendments thereto, with any third party with respect to the project without the written approval of the Department Failure to obtain such approval shall be sufficient cause for nonpayment by the Department. The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of same 9.02 Compliance with Consultants' Competitive Negotiation Act: It is understood and agreed by the parties hereto that participation by the Department in a project with an Agency, where said project involves a consultant contract for engineering, architecture or surveying services, is contingent on the Agency's complying in full with provisions of Section 287.055, Florida Statutes, Consultants' Competitive Negotiation Act. At the discretion of the Department, the Agency will involve the Department in the Consultant Selection Process for all projects. In all cases, the Agency's Attorney shall certify to the Department that the selection has been accomplished in compliance with the Consultants' Competitive Negotiation Act. 10.00 Disadvantaged Business Enterprise (DBE) Policy and Obligation: 10.01 DBE Policy: It is the policy of the Department that disadvantaged business enterprises, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with Department funds under this Agreement. The DBE requirements of applicable Federal and State regulations apply to this Agreement. 10.02 DBE Obligation: The Agency and its contractors agree to ensure that Disadvantaged Business Enterprises, as defined in applicable Federal and State regulations, have the opportunity to participate in the performance of contracts and this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable Federal and State regulations, to ensure that the Disadvantaged Business Enterprises have the opportunity to compete for and perform contracts, The Agency shall not discriminate on the basis of race, color. national origin or sex in the award and performance of Department-assisted contracts. 10.03 Disadvantaged Business Enterprise (DBE) Obligations: If Federal Transit Administration or F'rl\fIJA funding is a part of this project. the Agency must comply with applicable Federal and State regulations 11.00 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION (Applicable to all Federal-aid contracts - 49 CFR 29) a. By signing and submitting this agreement. the prospective primary participant is providing the csrtificalion set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the Department's or Agency's determination whether to enter into this transaction. However, failure of the prospective primary partic:pant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. ..:;.::q\t :::':5-';~:-..;C :::2,".S-~'_;C-:2~j '=C(=~>,C0 :::,,](' --., i)i ' , c The certification in this clause is a material representation of fact upon which reliance was 81aced when the Department or Agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies availa:c:e to the Federal Government, the Department or Agency may terminate this transaction for cause of default. d The prospective primary participant shall provide immediate written notice to the Department or A.gency to whom this agreement is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances e. The terms '"covered transaction,'" '"debarred," "suspended," "ineligible," "lower tier covered transaction." "participant.'" '"person." "primar; covered transaction," "principal," "proposal." and "voluntarily excluded," as used in tr~IS clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 You may contact the Department or Agency to which this agreement is submitted for assistance in obtaining a copy of those regulations f. The prospective primary participant agrees by submitting this agreement that. should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the Department or A.gency entering into this transaction. g. The prospective primary participant further agrees by submitting this agreement that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the Department or Agency entering into this covered transaction. without modification. in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant are not required to exceed that which is normally pc,ssessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred. ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the Department or Agency may terminate this transaction for cause or default. 12.00 Restrictions, Prohibitions, Controls, and Labor Provisions: 12.01 Equal Employment Opportunity: In connection with the carrying out of any project, the P-.gency shall not discriminate against any employee or applicant for employment because of race, age. religion, color, sex, national origin. disability or marital status. The Agency will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, age, religion, color, gender national origin. disability or marital status ,=C~',l ~:S.,~':,:...lC ~2~S~~l_:C""";(~,'j :\3C C5iCC o.lqe ,~ (;1 ~ ~ Such action shall include, but not be limited to. the following: employment upgrading, demotion or trans:er: recruitment or recruitment advertising: layoff or termination: rates of payor other forms of compensation: and selection for training. including apprenticeship. The Agency shall insert the foregoing provision modified only to show the particular contractual relationship in all its contracts in connection with the development of operation of the proJect. excef:t contracts for the standard commercial supplies or raw materials, and shall require all such contractors to insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. When the project involves installation, construction, demolition. removal, site improvement or similar work, the Agency shail post. in conspicuous place~ available to employees and applicants for emoloyment for project work, notices to be provided tv the Department setting forth the provisions of the nondiscrimination clause 12.02 Title VI - Civil Rights Act of 1964: The Agency will comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964 (42 USC. 2000d). the Regulations of the Federal Department of Transportation issued thereunder. and the assurance by the Agency pursuant thereto. The Agency shall include provisions in all contracts with third parties that ensure compliance with Title VI of the Civil Rights Act of 1964,49 C.F.R. Part 21, and related statutes and regulations 12.03 Americans with Disabilities Act of 1990 (ADA): The Agency will comply with all the requirements as imposed by the ADA. the regulations of the Federal government issued thereunder, and assurance by the Agency pursuant thereto 12.04 Debarment: Contractors who are currently suspended, debarred or voluntarily excluded under 49 C.F.R. Part 29 or otherwise determined to be ineligible, shall be prohibited from participating in the Federal-aid highway program (23 C.FR. 635.110 (e)) 12.05 Public Entity Crime: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 12.06 Prohibited Interests: Neither the Agency nor any of its contractors or their subcontractors shall enter into any contract, subcontract or arrangement in connection with the project or any property included or planned to be included in the project in which any member, officer or employee of the Agency or the locality during his tenure or for two years thereafter has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had acquired prior to the beginning of his tenure any such interest, and if such interest is immediately disclosed to the Agency, the Agency with prior approval of the Department may waive the prohibition contained in this subsection, provided, that any such present member, officer or employee shall not participate in any action by the Agency or the locality relating to such contract, subcontract, or arrangement. The Agency shall insert in all contracts entered into in connection with the project or any property included or planned to be included in any project, and shall require its contractors to insert in each of their subcontracts, the following provision: "No member, officer or employee of the Agency or of the locality during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof" The provisions of this subsection shall not be applicable to any agreement between the Agency and its fiscal depositories or to any agreement for utility services the rates for which are fixed or controlled by a Governmental ager:cy 12.07 Interest of Members of, or Delegates to, Congress: No member or delegate to the Congress of the United States shall be admitted to any share or part of the Agreement or any benefit arising therefrom. 13.00 Miscellaneous Provisions: ~':R\l :5'-:5.,)'~ \~'..1C -=~: r'-JS ~~ ~,-.:::~' ;:2'1 eel..: ,~5i~:C ;::J lr;e ] ':1 . i 13.01 Environmental Regulations: The Agency will be solely responsible for compliance with all applicable environmental regulations and for any liability arising from non-compliance with these regulations and will reimburse the Department for any loss incurred in connection therewith The Agency will be responsible for securing any applicable permits. 13.02 Department Not Obligated to Third Parties: The Department shall not be obligated or liable hereunder to any party other than the Agency 13.03 When Rights and Remedies Not Waived: In no e'Jent shall the making by the Department of any payment to the Agency constitute or be construed as a waiver by the Department of any breach of covenant or any default which may then exist on the part of the Agency and the making of such payment by the Department. while any such breach or default shall exist. shall in no way impair or prejudice any right or remedy available to the Department with respect to such breach or default. 13.04 How Agreement Is Affected by Provisions Being Held Invalid: If any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected In such an instance, the remainder would then continue to conform to the terms and requirements of applicable law. 13.05 Bonus or Commission: By execution of the Agreement, the Agency represents that it has not paid and, also agree.~ not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. 13.06 State Law: Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provision thereof, perform any other act or do any other thing in contravention of any applicable State law, provided, that if any of the provisions of the Agreement violate any applicable State law, the Agency will at once notify the Department in writing in order that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the project. 13.07 Contractual Indemnity: To the extent permitted by law, the Agency shall indemnify, defend, save, and hold harmless the Department and all its officers, agents and employees from any claim, loss, damage, cost, charge or expense arising out of any act, error, omission or negligent act by the Agency, its officers, agents or employees during the performance of the Agreement except that neither the Agency, its officers, agents or its employees will be liable under this paragraph for any claim, loss damage, cost, charge or expense arising out of any act, error, omission or negligent act by the Department or any of its officers, agents or employees during the performance of the Agreement. The parties agree that this clause shall not waive the benefits or provisions of Chapter 768.28, Florida Statutes, or any similar provision of law. When the Department receives a notice of claim for damages that may have been caused by the Agency in the performance of services required under this Agreement, the Department will immediately forward the claim to the Agency The Agency and the Department will evaluate the claim and report their findings to each other within 14 working days and will jointly discuss options in defending the claim. After reviewing the claim, the Department will determine whether to require the participation of the Agency in the defense of the claim or to require the Agency defend the Department in such claim as described in this section. The Department's failure to promptly notify the Agency of a claim shall not act as a waiver of any right herein to require the participation in or defense of the claim by the Agency The Department and the Agency will each pay its own expenses for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all expenses at trial. 13.08 Plans and Specifications: In the event that this Agreement involves constructing and equipping of facilities on the State Highway System, the Agency shall submit to the Department for approval all appropriate plans and specifications covering the project. The Department will review all plans and specifications and will issue to the Agency written approval with any approved portions of the project and comments or recommendations covering any remainder of the project deemed appropriate After resolution of these comments and recommendations to the Department's satisfaction, the Department will issue to the Agency written approval with said remainder of the project. Failure to obtain this written approval shall be sufficient cause of nonpayment by the Department. "::::R\l :::<::-.)'c'--.10 :~: ~~S ~:".( I_~C-:,~ I'~ \-=\.~c . ~~::ii\-:2 ;::Jlc;e . G ,~t ~, 13.09 Agency Certification: The Agency will certify in writing. prior to project closeout. that the projec: was completed in accordance with applicable plans and specifications. is in place on the Agency facility. that adequate title is in the Agency. and that the project is accepted by the Agency as suitable for the intended purpose 13.10 Agreement Format: All words used herein in the singular form shall extend to and include the plural All words used in the plural form shall extend to and include the singular. All words used in any gender shall extend to and include all genders 13.11 Execution of Agreement: This Agreement may be simultaneously executed in a minimum of two counterparts. each cf which so executed shall be deemed to be an original. and such counterparts together shall constitute one in the same instrument. 13.12 Restrictions on Lobbying: Federal: The Agency agrees that no Federally appropriated funds have been paid. or Will be paid by or on behalf of the Agency. to any person for influencing or attempting to influence any officer or employee of any Federal agency. a Member of Congress. an officer or employee of Congress or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant. the making of any Federal loan. the entering into of any cooperative agreement. and the extension, continuation. renewal. amendment or modification of any Federal contract. grant, loan or cooperative agreement. If any funds other than Federally appropriated funds have been paid by the Agency to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress in connection with this Agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The Agency shall require that the language of this section be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. State: No funds received pursuant to this contract may be expended for lobbying the Legislature or a State agency. 13.13 Maintenance: The Agency agrees to maintain any project not on the State system constructed under this Agreement. If the Agency constructs any improvement on Department right-of-way, the Agency . will -- will not maintain the improvements made for their useful life. 13.14 Vendors Rights: Vendors (in this document identified as the Agency) providing goods and services to the Department should be aware of the following time frames. Upon receipt, the Department has 5 working days to inspect and approve the goods and services unless the bid specifications, purchase order or contract specifies otherwise. The Department has 20 days to deliver a request for payment (voucher) to the Department 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 If a payment is not available within 40 days after receipt of the invoice and receipt. inspec:ion, and approval of goods and services. a separate interest penalty in accordance with Section 215.422(3)(b), Florida Statutes, will be due and payable. in addition to the invoice amount to the Agency. Interest penalties of less than $1 will not be enforced unless the Agency requests payment. Invoices which have to be returned to an Agency because of Agency 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 Department. A Vendor Ombudsman has been established within the Department of Banking and Finance. The duties of this individual include acting as an advocate for Agencies who may be experiencing problems in obtaining timely payment(s) from the Department. The Vendor Ombudsman may be contacted at (850)410-9724 or by calling the State Comptroller's Hotline. 1-800-848-3792. . FCRM 525010:40 CCNSTRUCTIC,\/ CGC . 05/00 Pogo 11 at 11 written. IN WITNESS WHEREOF, the parties have caused these presents to be executed the day and year first above AGENCY 1/1 -__~-__~_/!!l_~__ __~~~_ STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION By By: Title: Neisen Kasdin, Mayor ] Attest__ _](!r-l~~ uL_r~Ll ( (c c:'::::_____ Title: Robert Parcher, City Clerk District Secretary By: Executive Secretary As to form: As to form: Attorney ---~~---,---~ _._--_.-._~----- -----_..._--_.~-_..._-- District Attorney See attached Encumbrance Form for date of funding approval by Comptroller. APFROVED AS TO r=Of<J\-i & LANGUAGE :J. ::OR EX' t:r! ....,..."N ~ · L.-.....j ! /1....)1 1fvftiJ!- > /;?/cJ2d Dc~ RECYCLED PAPER @ . "CR~1 5:5.01 C.olO C:CNSTRUCTICN CGC 05/00 FIN NO. 24963715801 EXHIBIT "A" Project Description and Responsibilities This exhibit forms an integral part of that certain Reimbursment Agreement between the State of Florida Department of Transportation and Th e_CityoLMiarnLBe_Rch________ __n___ Dated PROJECT LOCATION: SR A1A, Collins Ave., between Lincoln Road and 26th Street, Miami Beach This project This project is Ie is not on the National Highway System. is not on the State Highway System. - .. IS PROJECT DESCRIPTION: Roadway lighting, in substantial compliance with the plans prepared for FIN 24968715201 by FOOT for SPN 87060-3565, Sheets L 1 thru L20 SPECIAL CONSIDERATION BY AGENCY: All work to be done in accordance with FOOT Specifications and Federal Regulations and all construction contracts to be administered in accordance with FOOT Construction Project Administration Manual SPECIAL CONSIDERATION BY DEPARTMENT: Provide oversight to assure that all work is done per above and all contracts comply with Federal Regulations ,AGENCY NAME & BILLING ADDRESS City of Miami Beach 1700 Convention Center Drive Miami Beach, FL. 33139-1819 Name ~~J!,-n~!'.v_~nue Lighti~g____ Lincoln Road to 26th St Termini TYPE OF WORK P.E. a. Agency Work b. Other c Department Services d Total PE Cost Estimate (a+b+c) STATE OF FLORIDA DEPARTMENTCF TRMISPORTATIC~I LOCAL AGENCY PROGRAM AGREEMENT EXHIBIT "B" Estimate of Funding PROJECT DESCRIPTION (1) TOTAL PROJECT FUNDS Right-of-Way e. Agency Work f. Other g. Department Services h. Total PE Cost Estimate (e+f+g) Construction i. Contract j. Other k. Other I. Other m. Total Contract Costs (i+j+k+l) FIN NO 24968715801 Length ESTIMATE OF FUNDING (2) AGENCY FUNDS 446,144.35 446,144.35 446,14435 ;::CR\1 5~5.a1C:40 C2NSTRUC:CN CGC . C5, cc 1202.80 meters (3) STATE & FEDERAL FUNDS 446,14435 66,92165 66,92165 Construction Engineering n. Agency o. Other p. Department Forces q. Total Construction Engineering (n+o+p) r. Total Construction Cost Estimate (m+q) s TOTAL COST ESTIMATE OF THE PROJECT (d+h+r) -~-~-i 66,921.65 66,921.65 513,06600 513,066.00 I 513,06600 ! 513,06600 FCR~..l 5:5.0"C:40 CCNSTR(JC-;-!C~J CGC . 85/CO EXHIBIT "RL" Roadway Lighting System Maintenance Agreement 1. a. The Agency shall, at it sole cost and expense, maintain the existing or about to be installed Roadway Lighting System throughout its expected useful life. b. In maintaining the Roadway Lighting System, the Agency shall perform all activities necessary to keep the Roadway Lighting System fully and properly functioning at all times for its normal expected useful life in accordance with the original design thereof, whether necessitated by normal wear and tear, accidental or intentional damage or acts of nature. Said maintenance shall include, but shall not be limited to. routine inspection and testing, preventative maintenance, emergency maintenance, replacement of any component parts of the Roadway Lighting System (including the poles and any and all other component parts installed as part of the Roadway Lighting System), and the locating of facilities as may be necessary. c. All maintenance shall be in accordance with the provisions of the following: (1) "Roadway and Roadside Maintenance" Procedure, Topic No. 850-000-015; (2) "Manual of Uniform Traffic Control Devices and Safe Procedures for Streets and Highway Construction"; and (3) All other applicable local, State or Federal laws, rules resolution or ordinances and Department procedures. 2. Operating Costs In addition to the costs of maintaining the Roadway Lighting System, the Agency shall be responsible for all costs of ouerating the Roadway Lighting System including, but not limited to, all costs of electrical power consumed by the Roadway Lighting System and all other electrical charges. 3. Record Keeping The Agency shall keep records of all activites performed and costs expended maintaining and operating the Roadway Lighting System. The records shall be kept in such format as is approved by the Department. 4. Default In the event that the Agency breaches any of the provisions above, then in addition to any other remedies which are otherwise provided for in this Agreement, the Department may exercise one or more of the following options, provided that at no time shall the Department be entitled to receive double recovery of damages: a. Pursue a claim for damages suffered by the Department or the public; b. Suspend or terminate the issuance of further permits to the Agency for the placement of facilities on Department property if the breach is material and has not been cured within 60 days from written notice thereof from the Department; c. Pursue any other remedies legally available; d. Perform any work with its own forces or through contractors and seek repayment for the cost thereof from the Agency; and e. Require the Agency to remove the Roadway Lighting System at the Agency's sole cost and expense. RESOLCTIO~ NO. 200(J-239~~ A RESOLCTION OF THE :\IA YOR A::\D CITY cO:\I:\nSSION OF THE CITY OF l\IIA.\II BEACH. FLORIDA. APPROVING A:\D AtTHORlZI.\G THE :\I A YOR A.\D CITY CLERK TO EXECtTE BOTH A JOINT PARTICIP...\ TION .~ ~D REI:\IBCRSE:\IE.\T AGREE.\IENT AND A LOCAL AGENCY PROGR-\.\I AGREE:\IENT \nTH THE FLORIDA DEPART\IE:"\T OF TR.\.\SPORT.-\ TION. TR-\.\SFE RR1:\G THE L\IPLE:\IENT.-\ TIO:"\ OF A ROADWAY PROJECT A:\D ITS LIGHTI:\G CO~IPO:"\E:\T TO THE CITY. ALONG \VITH A CO:\IBI:\ED 52.568,676.61 1:\ STATE AND FEDER-\L FlJNDS, FOR THE FINAL DESIGN, CONSTRCCTIO.\, A.\D CO.\STRtCTIO.\ I:\SPECTIO.\ PHASES OF AlA/COLLINS A YEl\TE. FRO:\! 5TH STREET TO 15TH STREET; A:\D FtRTHER ACK.~O\VLEDGING THAT CITY FeNDS \VILL BE APPROPRL-\ TED FOR THE PROJECT, IN THE RESPECTIVE FISCAL YEAR(S) THE FeNDS WILL BE NEEDED, FOR Sl'BSEQCE.\T REL\IBl:RSE:\IENT BY FDOT. 1.\ ACCORDANCE \VITH THE PROVISIONS OF THE AGREE:\IE.\TS. WHEREAS, the Florida Department of Transportation (FOOT) progfJ.mmed a roadway reconstruction project for AlA/Collins Avenue, from 5th to 15th Street (the Project); and \VHEREAS, the Project \vas supposed to be constructed in Fiscal Year 2000-01 and take approximately fourteen (14) months to complete; and 'VHEREAS, the City requested that major changes and additions be made to the Project plans, to minimize impacts to and better serve the needs of the Art Deco Historic District; and "lIEREAS, the City also requested that the Project construction be rescheduled to Fiscal Year 2002-03; and \\lIEREAS, after negotiations behveen the City and FOOT, it was mutually agreed that, in the best interest of all stakeholders and to ensure timely completion of the Project, the City should assume the lead role in the design and imolementation of same; and - , \\lIEREAS, in order for the dedicated State and Federal funds to be transferred to the City for the purposes of the Project, a Joint Participation and Reimbursement Agreement, and a Local Agency Program Agreement for its lighting component, respectively, must be executed by the City and FOOT, prior to June 30,2000; and WHEREAS, at future City Commission meetings, the City shall appropriate and advance funds for the Project. in the respective fiscal year(s) the funds will be needed, for suosequent reimbursements by FDOT; and WHEREAS, such reimbursements shall be made bv FDOT \vithin fortv (40) davs of -' "'.. receiving appropriate invoices from the City, for the Project. l'iO\Y, THEREFORE, BE IT RESOLVED BY THE MAYOR A~D CITY COMynSSION OF THE CITY OF ML\.yII BEACH, FLORID.-\., tlut the Mayor ;:md City Commission approve and authorize the Mayor and City Ckrk to execute both a Joint Participation and Reimbursement Agreement and a Local Agencv Program Agreement with the Florida ..... '-' ~ - ..... Department 0 f Transportation, transferring the imp lementation 0 fa roadv.:ay project and its llghting component to the City, along with a combined 52,568,676.61 in State and Federal funds. for the final design. construction, and construction inspection phases of AL'-\/Collins Avenue, from 5th Street to 15th Street; and further acknO\vledge that City funds will be appropriated for the proje~t. in the respective fiscal year(s) the funds \vill be needed, for subsequent reimbursement by FOOT, in accord:mce with the provisions of the Agreements. PASSED AND APPROVED this the 24th day of ~fay .2000. MAyflYI ATTEST: Uwt ~~JL- CITY CLERK r' Pl.\.V.sALL~.\lEU.'\ luP!:SJPRAJ_U ',vpo APPROVED AS TO FORM & lANGUAGE & FOR EXECUTlCN Jv~ fltiI. ity r~1 ~;/ en; -( HAL.L l;-CO CJNVENTICN CE>JT=.~ DRIVE MIAMI BEACH, FLCRICA 33139 J\\ci.mlaml-beach. fl. us ITY OF MIAMI BEACH 1'0: FRO:\I: Sl"B.JECT: co~nIISSION '[L\lORA.~Dl"}I ~o. +32--00 ~f:1yor .''ieisen O. K:lsdin :lnd ~[embers of the City Commission DA TL ~[.l\ 24.2000 Lawrence .-\. Lev;;~. / Citv:\l:1naoer \ v ~ ~ .-\ RESOLUTION OF THE :\[A YOR A~D CITY CO\L\IISSIO:'; OF THE CITY OF :\11.-\..'\11 BEACH, FLORIDA. .-\PPRO\"I~G .-\~D ALTHORlZI:';G THE MAYOR .-\~D CITY CLERK TO EXECUTE BOTH A JOr~T P.-\RTICIPATION .-L'fD REIMBURSEMENT AGREEMENT A.'fD A LOCAL AGE)/CY PROGR-\..\I AGREE.\IE.'iT \\ lTH THE FLORIDA DEP_-\RI.\IE.'iT OF TR--\... 'iSPORTA TION, TR-\..:\SFER..IU)/G THE nIPLEME~TA IION OF A ROAD\VAY PROJECT .--\...'iD ITS LIGHTING COMPONE)/T TO THE CITY, ALONG \VITH A COMBINED 52,568,676.61 IN STATE AND FEDER-\L Fl"NDS, FOR THE FINAL DESIGN, CONSTRCCTIO:\. AND CONSTRUCTION INSPECTION PHASES OF ALVCOLLI)/S AVENUE, FROM 5TH STREET TO 15TH STREET; AND FrRTHER ACKNO\VLEDGING THAT CITY FUNDS \VILL BE APPROPRlATED FOR THE PROJECT IN THE RESPECTIVE FISCAL YEAR(S) THE FL'"NDS \VILL BE NEEDED, FOR SlJBSEQUENT REIMBURSEMENT BY FDOT, IN ACCORD.-\J.'iCE \VITH THE PROVISIONS OF THE AGREE.\IENTS. AD:\IlNISTR-\. TION RECO:\'IMENDA TION Adopt the Resolution. ANAL YSIS The Florida Department of Transportation (FDOT) had programmed, for FY 2000-0 I, a road\vay reconstruction project and its lighting component for A 1 A/Collins Avenue. from 5th Street to 15th Street, estimated to take approximately 14 months. FDOT's final desigr1!engineering plans were at 65% completion when the City requested that several changes and additions be made to the project, to minimize impacts to and better serve the needs of the ,;.\rt Deco Historic Dist:-:ct. The major changes and additions requested by the City \Vere as follo\vs: That the FOOT-planned road\vay reconstruction project become a milling'resurfacing project, due to the ne\vly-defined neighborhood-collector nature of this narro\v :wo-lane corridor and the intensive pedestrian activity in the area. That at least sixteen (16) deep \vells be instal1ed to al1eviate poor drainage conditIons a[ critical intersections. AGE:'iD.-\ ITE}[ r<- ,IJ D.-HE ~..... L'+-'-O a ,\fay l-l, :000 Commission Jfemorandum JPR.-I.for Colhns Avenue Project, 5th to 15th Streets Page l T;1J.t ne'.v tnffic signJls be instJ! led Jt thc intersections 0 f Co I! i ns .-\ \'cnuc Jt 7t~~ S trcet Jnd l3 ch Sereer, due to the presence 0 f pub lie pJrking gJrJges and intense pedestriJ.t1 activity. ThJC speciJllighting be instJlkd, reflective of the historic district's chJ.racter. " That the project incorporate the limited one-way scheme developed by the Cicy for the crossing streets, and maximize on-street parking opportunities. ThJt project implementJtion be rescheduled to Fiscal Year 2002-03, or to the City's cor:\"enle~ce. In order to incorporate these substantial changes to the original project, the final design/engineering pbns for the southern segment of Collins Avenue will have to be returned to the 30% completion level (from the present 65%). After negotiations by City and FDOT, it was mutually agreed that, in the best interest of all stakeholders and to ensure timely completion of the project, the City assume the lead role in the design and implementation of the modified project for Collins Avenue, from 5th to 15th Streets. The City \vould construct this project in FY 2002-03, after the Collins Avenue project from Lincoln Road to 26th Street is completed. State and Federal funds, in the total amount of $2,568,676.61 million, are programmed in the Miami-Dade Transportation Improvement Program (TIP) for construction in FY 1999-2000. In order for the City to take over the implementation of this project, the funding agencies require that both a Joint Participation and Reimbursement Agreement (JPRA) for the milling and repaving project, and its companion Local Agency Program Agreement for the lighting project, be executed by the City and FDOT prior to June 30, 2000, the end of the County's fiscal year, Both Agreements are <l:ttached hereto for your review. At the appropriate time, at future Commission meetings, City funds must be appropriated to cover the costs Jssociated with the preparation of final design/engineering pbns and construction documents, as \vell as for construction and construction inspection of this roadway project, for subsequent reimbursement by FDOT, under the provisions of the Agreements. For all the reasons above-listed, it is in the best interest of the City to execute both Agreements with FOOT for the Collins A venue project, from 5th to 15th Street; therefore, the Administration recommends approval of the Resolution. r;~\\.~ L~/.~J F 1'1_~:'>Sr\LL,\MW" iJ;P~.l'J~,\..l.I!"'~