Loading...
HomeMy WebLinkAbout2001-24490 RESO RESOLUTION NO. 2001-24490 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE SOLE PROPOSAL RECEIVED IN RESPONSE TO REQUEST FOR PROPOSALS (RFP) NO. 25-00/01, TO PROVIDE MAINTENANCE OF ELECTROWAVE SHUTTLE VEHICLES; AND AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE ONLY FIRM, ELECTRIC TRANSIT VEHICLE INSTITUTE (ETVI). WHEREAS, the City of Miami Beach issued Request for Proposals (RFP) No. 25-00101, on March 21, 2001, for an experienced and qualified organization to provide appropriate and timely fleet maintenance services for the City's electric shuttle vehicles, which operate the Electrowave Shuttle Service; and WHEREAS, DemandStar issued 140 RFP notices to prospective firmslindividuals, which resulted in a sole proposal from Electric Transit Vehicle Institute (ETVI), a non-profit 50l(c)(3) organization from Chattanooga, Tennessee; and WHEREAS, Letter to Commission (LTC) No. 93-2001 established an Evaluation Committee appointed by the City Manager, and endorsed by the City Commission; and WHEREAS, the Evaluation Committee convened on May 25, 2001, and decided to schedule a question and answer session with ETVI, in order to have a better understanding of their proposal; and WHEREAS, the Committee reconvened on June 8, 2001, and after conducting a question and answer conference call, deliberated and agreed to recommend ETVI, contingent upon successful negotiations; and WHEREAS, only after an Electrowave ShortlLOng Range Plan and a proposed FY 2001-02 Electrowave Operating Budget are submitted and approved, will the Mayor and City Commission consider entering into a contract with ETVI, and then only upon conclusion of successful negotiations. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the sole proposal received in response to Request for Proposals (RFP) No. 25-00/01, to provide maintenance of Electrowave Shuttle vehicles; and further authorizing the Administration to enter into negotiations with the only firm, Electric Transit Vehicle Institute (ETVI). PASSED AND APPROVED this the 27th of June , 2001. fJJl MAYOR ATTEST: ~~r p~ CITY CLERK APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~ City,.. ~ (;,il/ol uate F:/mswordlamelialewIETVInego CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 htt :\\cLmiami-beach.f1.us COMMISSION MEMORANDUM NO. 1.(( /...() I TO: Mayor Neisen O. Kasdin and Members of the City Commission Jorge M. GOnzalez~ City Manager 1=;iIl.. DATE: June 27, 2001 FROM: SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE SOLE PROPOSAL RECEIVED IN RESPONSE TO REQUEST FOR PROPOSALS (RFP) NO. 25-00/01, TO PROVIDE MAINTENANCE OF ELECTROWAVE SHUTTLE VEHICLES; AND AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE ONLY FIRM, ELECTRIC TRANSIT VEHICLE INSTITUTE (ETVI). ADMINISTRATION RECOMMENDATION Adopt the Resolution. ANALYSIS The City of Miami Beach issued Request for Proposals (RFP) No. 25-00101, on March 21, 2001, hoping to find an experienced and qualified organization to provide appropriate and timely fleet maintenance services for their current fleet of eleven (II) electric battery-operated shuttle vehicles, known as the Electrowave. Maintenance services have been performed to date by the City's Fleet Management Division, which is also charged with the maintenance of all other City vehicles, except for Fire Engines and Fire Rescue vehicles. Dedicated time, exclusive attention, and specific electric-battery technology expertise are required to provide appropriate and effective maintenance of the shuttle vehicles and batteries. Flawless and timely maintenance is essential if the E1ectrowave Shuttle is to succeed in its mission to provide circulator and park-and-ride services in South Beach. DemandStar issued 140 RFP notices to prospective individuals/firms nationwide, which resulted in a sole proposal from Electric Transit Vehicle Institute CETVI). AGENDA ITEM G7V 6-J.7-Oj DATE Commission Memo RFP No. 2S-00/01-Electrowave June 27, 2001 Page 2 of 3 EVALUATION COMMITTEE Letter to Commission (LTC) No. 93-2001 established an Evaluation Committee consisting of the following individuals: Carlos Cuadras, Miami Beach Resident Judy Evans, Executive Director of MBTMA Amelia Johnson, Transportation Coordinator Robert Suggs, Manager, Electric Transportation Program, Florida Power & Light Co. Drew Terpak, Fleet Management Division Director COMMITTEE MEETING On May 25, 2001, the Committee convened, and all members with the exception of Carlos Cuadras were in attendance. Mr. Suggs was selected as the Chair of the Committee. The Committee decided to schedule a conference call session with ETVI, in order to have a better understanding of their proposal. QUESTION AND ANSWER SESSION AND COMMITTEE DELIBERATIONS On June 8, the Committee convened and conducted a conference call/question and answer session with ETVI. Afterwards, the Committee deliberated and agreed to recommend ETVI, contingent upon successful negotiations. ELECTRIC TRANSIT VEHICLE INSTITUTE (ETVI) ETVI is a non-profit 50l(c)(3) organization. The Chattanooga Area Regional Transportation Authority (CARTA) incorporated ETVI in 1991 in Chattanooga, Tennessee during the transit authority's development of its electric and hybrid-electric bus program. ETVI has the background and experience to provide the City with a quality maintenance program for the Electrowave service. Its management approach will ensure that the City, MBTMA, Red Top (the company hired by the City to operate the shuttle service), and ETVI work closely together to ensure a successful Electrowave operation. ETVI is prepared to enter into a contract and begin the responsibility to maintain the Electrowave service as of October 1, 2001, or immediately, if so determined by the City. PROPOSED COST (TO BE NEGOTIATED) The cost for the basic services included in the ETVI proposal is $701,333 for year one. The billing for the first month would be higher than remaining 23-months of the project as this month includes all start-up, driver/maintenance training, equipment audit, and insurance costs. Commission Memo RFP No. 2S-00/01-Electrowave June 27, 2001 Page 3 of3 This Resolution only authorizes the Administration to enter into negotiations with ETVI. At a later meeting, after the Mayor and Commissioners have had a chance to 1) review and adopt the recommendations to be made by the Electrowave ShortlLong Range Plan, which is about to be completed, and 2) to examine the proposed FY 2001-02 Operating Budget and its funding sources for the Electrowave shuttle services, the Administration will submit a contract with ETVI for your consideration and approval, and then, only upon conclusion of successful negotiations. In conclusion, the Administration recommends approval of the Resolution, JGI~OfJ \\CH2\VOLl\WORK\$TRA lAMELlA IELECTWVElETVlnego.memo.doe jlAl\J~ 27 '1-"0/ eM, I INTERIM AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND THE ELECTRIC TRANSIT VEHICLE INSTITUTE (ETVI) FOR THE PROVISION OF TECHNICAL SUPPORT TO AND OVERSIGHT OF MECHANICAL MAINTENANCE SERVICES FOR THE CITY'S FLEET OF ELECTRIC SHUTTLE VEHICLES THIS AGREEMENT made and entered into this t 111 day of ~;)-Oo,/ 2001, by and between the CITY OF MIAMI BEACH, FLORIDA (heremaft r referred to as City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 and the ELECTRIC TRANSIT VEHICLE INSTITUTE (hereinafter referred to as Consultant), a non-profit 50l(c)(3) organization, which address is l6l7-B Wilcox Boulevard, Chattanooga, Tennessee 37406. SECTION 1 DEFINITIONS Agreement: This written Interim Agreement between the City and Consultant. City Manager: The Chief Administrative Officer of the City. Consultant: For the purposes of this Agreement, Consultant shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Consultant performed pursuant to or undertaken under this Interim Agreement, as described in Section 2. Project: Technical support and maintenance oversight services to be performed regarding the Electrowave Shuttle fleet and associated batteries and equipment. MBTMA: The Miami Beach Transportation Management Association (MBTMA) is the City-designated Project Manager for the services to be performed under this Interim Agreement. Fixed Fee: Fixed amount paid to the Consultant to cover the costs of the Services. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000, Ext. 6435, and fax number (305) 673-7023. 1 SECTION 2 SCOPE OF WORK The scope of work to be performed by Consultant is set forth in Exhibit "A," entitled "Scope of Services" (Services), SECTION 3 COMPENSA TION 3.1 FIXED FEE Consultant shall be compensated for the Services to be provided herein in an amount not to exceed Twenty Four Thousand, One Hundred Fifty Eight and 00/100 Dollars ($24,158), for the Services set forth in Exhibit "A" hereto. 3.2 INVOICE FORMAT AND PROCEDURE Consultant shall propose an invoicing procedure and format that is acceptable to both the City, the Miami Beach Transportation Management Association (MBTMA), and the Florida Department of Transportation (FDOT), thereby facilitating invoice approvals by MBTMA, payments by the City, and subsequent/proportional reimbursements to the City by FDOT. 3.3 METHOD OF PA YMENT Payments shall be made within thirty (30) days of the date of invoice received by the City. Consultant shall mail all invoices to MBTMA for approval, prior to payment by the City. SECTION 4 GENERAL PROVISIONS 4.1 RESPONSIBILITY OF THE CONSULTANT 4.1.1 Consultant shall exercise that degree of skill, care, efficiency and diligence normally exercised by recognized professionals with respect to the performance of comparable Services. 2 4.1.2 The City shall rely on the Consultant to give technical assistance, perform oversight of mechanical maintenance services, and complete the evaluation of electric buses and associated equipment, followed by recommendations of work to be performed during the period of this Agreement. 4.1.3 Within two (2) weeks following the issuance of a Notice to Proceed by the City, the Consultant will provide the City with an itemized fee structure and timeline for the various tasks involved in the Scope of Services, attached hereto as Exhibit "A." 4.1.4 In its performance of the Services, Consultant shall comply with all applicable laws and ordinances, including but not limited to, applicable regulations of the City, County, State, Federal Government, ADA, EEO Regulations and Guidelines. 4.2 RESPONSIBILITY OF THE CITY The City shall provide all necessary parts, supplies and equipment, pay for utilities and fuel, and provide shop/garage space for the purposes of the mechanical maintenance services being provided by the Consultant to the City's Electrowave Project; and shall provide parking spaces for the Consultant employees. 4.3 PUBLIC ENTITY CRIMES State of Florida Form PUR 7068, Sworn Statement under Section 287. 133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Division. 4.4 PROJECT MANAGEMENT The Consultant shall appoint both a qualified individual to serve as ETVI Project Manager for the Services, and a full-time Maintenance Manager who shall be fully responsible for the day-to-day activities of ETVI, under this Agreement, and who shall serve as the primary contact for the City's Project Manager, MBTMA. 3 4.5 DURA TION AND EXTENT OF AGREEMENT The term of this Agreement shall commence immediately upon receipt of a "Notice to Proceed" from the City, and continue through September 30, 2001, or until a Contract is approved and executed by the City and the Consultant for Fiscal Year 2001-02 and beyond. 4.6 TIME OF COMPLETION Consultant shall agree to a completion date to be determined by the City (and MBTMA), that is reasonably consistent with the appropriate duration of the Project, and with" the term of this Agreement, as set forth in Section 4.5 above. In the event that the City (and MBTMA) and Consultant deem that an extension of the term of this Agreement and of Consultant's Services is necessary, same shall be memorialized by an amendment to this Agreement and may include a reasonable increase in the compensation to Consultant, as deemed necessary and mutually agreed to by the parties. However, notwithstanding the preceding, the City (MBTMA) and Consultant agree that in the event the Project is delayed or prevented from proceeding by any circumstances beyond the reasonable control of the City (and MBTMA), including weather conditions or acts of God which would render mechanical maintenance work impracticable, then the term of this Agreement shall be automatically extended, and Consultant shall not be entitled to any additional compensation for the Services to be provided herein. The City and Consultant herein agree that the Agreement and Consultant's Services to be provided herein, are intended to be provided for the life of the Project, as defined above. Therefore, should weather or acts of God delay or otherwise prevent the Project from being completed on or before the approximate date set forth in Section 4.5. above, Consultant shall be obligated to continue to provide the Services set forth herein for the total fee agreed to in Section 3.1 of the Agreement. 4.7 OWNERSHIP OF DOCUMENTS AND EOUIPMENT All documents prepared by the Consultant pursuant to this Agreement are related exclusively to the Services described herein, and are intended or represented for ownership by the City. Any reuse by Consultant or the parties shall be approved in writing by the City. Notwithstanding the foregoing, the City agrees that Consultant may use such non-confidential documents/reports prepared pursuant to this Agreement for the exclusive purpose of Consultant's promotional materials. 4.8 INDEMNIFICATION Consultant agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, 4 and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful~onduct of the Consultant, its employees, agents, sub-consultants, or any other person or entity acting under Consultant's control, in connection with the Consultant's performance of the Services pursuant to this Agreement; and to that extent, the Consultant shaH pay aH such claims and losses and shall pay all such costs and judgements which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1 %) of the total compensation to the Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's Indemnity Agreement. The Consultant's obligation under this Subsection shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any actions or claims which arise or are alleged to have arisen from negligent acts or omissions or other wrongful conduct of the City and its officers, employees and agents. The parties each agree to give the other party prompt notice of any claim coming to its knowledge that in any way directly or indirectly affects the other party. 4.9 INSURANCE REQUIREMENTS The Consultant shall not commence any work pursuant to this Agreement until all insurance required under this Subsection has been obtained and such insurance has been approved by the City's Risk Manager. The Consultant shaH maintain and carry in full force during the term of this Agreement and throughout the duration of the work the following insurance: 1. Professional General Liability in the amount of $1,000,000.00. 2. Commercial General Liability (including garage liability) III the amount of $1,000,000.00. 3. Non-Owned Automobile Liability in the amount of $1,000,000.00. 4. Workers Compensation & Employers Liability, as required pursuant to Florida statute. 5 All policies are subject to the following provisions: All insurance must be furnished by insurance companies authorized to do business in the State of Florida and approved by the City's Risk Manager. The City must be named as an additional insured. Original certificates of insurance for the above mentioned coverages, or any other form of insurance as may be required by the City or the City designee, must be submitted to the City's Risk Manager for approval prior to any work commencing. These certificates will be kept on file in the office of the Risk Manager, 3rd Floor, City Hall. The Consultant is responsible for obtaining and submitting all insurance certificates for their consultants. Thirty (30) days written notice of cancellation or substantial modification in the insurance coverage must be given to the City's Risk Manager by the Consultant and its insurance company. All insurance policies must be issued by companies authorized to do business under the laws of the State of Florida. The companies must be rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City's Risk Manager. Compliance with the foregoing requirements shall not relieve the Consultant of the liabilities and obligations under this Subsection or under any other portion of this Agreement, and the City shall have the right to obtain from the Consultant specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. 4.9.1 ENDORSEMENTS All of Consultant's certificates, above, shall contain endorsements providing that written notice shall be given to the City at least thirty (30) days prior to termination, cancellation or reduction in coverage in the policy. 4.9.2 CERTIFICATES Unless directed by the City otherwise, the Consultant shall not commence the Services until the City has received and approved, in writing, certificates of insurance showing that the requirements of this Subsection (in its entirety) have been met and provided for. 6 4.10 TERMINATION, SUSPENSION AND SANCTIONS 4.10.1 Termination for Cause If the Consultant shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City shall thereupon have the right to terminate the Services then remaining to be performed. Prior to exercising its option to terminate for cause, the City shall notify the Consultant of its violation of the particular terms of this Agreement and shall grant Consultant ten (10) days to cure such default. If such default remains uncured after (10) days, the City, upon seven (7) days notice to Consultant, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of/or by virtue of this Agreement. In that event, all finished and unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports and other work products prepared by the Consultant and its subcontractors shall be properly assembled and delivered to the City at the Consultant's sole cost and expense. Consultant shall be paid for any Services satisfactorily performed up to the date of termination. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. The City, at its sole option and discretion, shall additionally be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party. The City shall be entitled to recover all costs of such actions, including reasonable attorney's fees. To the extent allowed by law, the defaulting party waives its right to jury trial and its right to bring permissive counter claims against the City in any such action. 4.10.2 Termination for Convenience of Citv THE CITY MAY, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE SERVICES THEN REMAINING TO BE PERFORMED AT ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION, WHICH SHALL BECOME EFFECTIVE FORTY -FIVE (45) DAYS FOLLOWING RECEIPT BY THE CONSULTANT OF THE WRITTEN TERMINATION NOTICE. IN THAT EVENT, ALL FINISHED OR UNFINISHED DOCUMENTS AND OTHER MATERIALS, AS DESCRIBED IN SECTION 2 AND IN EXHIBIT "A" SHALL BE PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONSULTANT'S SOLE COST AND EXPENSE. IF THE AGREEMENT IS TERMINATED BY THE CITY, AS PROVIDED IN THIS 7 SUBSECTION, CONSULTANT SHALL BE PAID FOR ANY SERVICES SA TISFACTORIL Y PERFORMED UP TO THE DATE OF TERMINATION. 4.10.3 Termination for Insolvencv The City also reserves the right to terminate the remammg Services to be performed in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 4.10.2. 4.10.4 Sanctions for Noncompliance with Nondiscrimination Provisions In the event of the Consultant's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as the City or the State of Florida may determine to be appropriate, including but not limited to, withholding of payments to the Consultant under the Agreement until the Consultant complies and/or cancellation, termination or suspension of the Services. In the event the City cancels or terminates the Services pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.10.2, 4.10.5 Chanl!es and Additions Changes and additions to the Agreement shall be directed by a written amendment signed by the duly authorized representatives of the City and Consultant. Said amendment shall provide an equitable adjustment in the time of performance, and, if applicable, in compensation to Consultant, a reallocation of the task budget and, if applicable, any provision of this Agreement which is affected by said amendment. The City shall not reimburse the Consultant for the cost of preparing Agreement change documents, written Notices to Proceed, or other documentation in this regard. 4.11 AUDIT AND INSPECTIONS At any time during normal business hours and as often as the City may deem necessary, there shall be made available to the City and/or such representatives as the City may deem to act on its behalf, to audit, examine and make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. Consultant shall maintain any and all records necessary to document compliance with the provisions of this Agreement. 8 4.12 ACCESS TO RECORDS Consultant agrees to allow access during normal business hours to all financial records to the City and/or such authorized representatives as it may deem to act on its behalf, and agrees to provide such assistance as may be necessary to facilitate financial audit by the City or its representatives when deemed necessary to insure compliance with applicable accounting and financial standards. Consultant shall allow access during normal business hours to all other records, forms, files, and documents which have been generated in performance of this Agreement, to those personnel as may be designated by the City. 4.13 ASSIGNMENT, TRANSFER OR SUBCONTRACTING The Consultant shall not subcontract, assign, or transfer any work under this Agreement without the prior written consent of the City. 4.14 SUB-CONSULTANTS The Consultant shall be liable for the Consultant's services, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of sub- consultants, and any other person or entity acting under the direction or controls of the Consultant. When the term "Consultant" is used in this Agreement, it shall be deemed to include any sub-consultants and any other person or entity acting under the direction or control of Consultant. All sub-consultants must be approved in writing prior to their engagement by Consultant. 4.15 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of this Agreement, the Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, national origin, place of birth, marital status, or physical handicap. The Consultant shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, religion, ancestry, sex, age, national origin, place of birth, marital status, disability, or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or termination; recruitment or recruitment advertising; layoff or termination; rates of pay, or other forms of compensation; and selection for training, including apprenticeship. 4.16 CONFLICT OF INTEREST The Consultant agrees to adhere to and be governed by the Metropolitan Miami-Dade County Conflict of Interest Ordinance (No. 72-82), as amended; and by the City of Miami Beach 9 Charter and Code, which are incorporated by reference herein as if fully set forth herein. in connection with the Agreement conditions hereunder. The Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Consultant further covenants that in the performance of this Agreement. no person having any such interest shall knowingly be employed by the Consultant. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 4.17 PATENT RIGHTS; COPYRIGHTS; CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, design specifications, processes, data and findings. shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Consultant or its employees or subcontractors. 4.18 NOTICES All communications relating to the day-to-day activities shall be exchanged between the Project Manager/Maintenance Manager appointed by Consultant and the Project Manager designated by the City. The Consultant's Project Manager and the City's Project Manager shall be designated promptly upon commencement of the Services. All other notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Consultant and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONSULTANT: Electric Transit Vehicle Institute (ETVI) John W. Powell, Executive Director l6l7-B Wilcox Boulevard Chattanooga. Tennessee 37406 (423) 622-3884 (423) 622-0744 - fax e-mail: etvi@vol.com 10 TO MBTMA: (City's Project Manager) M. B. Transportation Management Association (MBTMA) Judy I. Evans, Executive Director 777 41st Street, Suite 330 Miami Beach, Florida 33140 (305) 535-9160 (305) 535-9157 - Fax mbtma@earthlink.net TO CITY: City of Miami Beach Joseph W. Johnson, III, Director Transportation Concurrency Management Division Project Manager 1700 Convention Center Drive, 4th Floor Miami Beach, FL 33139 (305) 673-7000, Ext. 6185 (305) 604-2498 - Fax htto://Joseoh Johnson@ci.miami.beach.f\.us WITH COPIES TO: Office of the City Attorney Attn: Murray H. Dubbin City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Notices hereunder shall be effective: If delivered personally, on delivery; if mailed to an address in the city of dispatch, on the day following the date mailed; and if mailed to an address outside the city of dispatch on the seventh day following the date mailed. 4.19 LITIGATION .TURlSDlCTIONNENUE This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. 4.20 ENTIRETY OF AGREEMENT This writing and the Services embody the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written with reference to the subject matter hereof that are not merged herein and superseded hereby. The Services and the Proposal Documents are hereby incorporated by reference into this Agreement. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City Commission of the City of Miami Beach. This Agreement shall be governed by and construed according to the laws of the State of Florida. 11 4.21 LIMIT A TION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $24,158. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $24,158. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of $24,158 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: ~'f~ r City Clerk J~r ~-c: FOR CONSULTANT: ELECTRIC TRANSIT VEHICLE INSTITUTE ATTEST: By: Secretary I or "JOh ~ w?f?"""'II,:::I. Corporate Sea APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 11 il 141';)..11 _ 7--'2.7-0/ ~uaw F:\ WORK\$TRA \AMELlA IELEcTWVEIETVlintrm.agnnt.doc t2 EXHIBIT "A" SCOPE OF SERVICES FOR TECHNICAL SUPPORT/OVERSIGHT OF MECHANICAL MAINTENANCE SERVICES The Electric Transit Vehicle Institute (ETVI) will provide interim support services to the City of Miami Beach Electrowave Shuttle Project, under the direction of MBTMA and in full cooperation with the City's Fleet Management Division. These interim services will be performed in August-September 2001, or until such time that a final contract between ETVI and the City is approved for Fiscal Year 2001-02: As soon as ETVI is contracted to provide interim support services to the Electrowave shuttle fleet, ETVI will hire a Maintenance Manager who will work a minimum of 40 hours a week to provide direction and light maintenance work for the shuttle/battery/equipment maintenance operation. DeIiverables: 1. Maintain and repair buses - One Advanced Vehicle System (A VS) employee, in coordination with the ETVI Maintenance Manager and the Miami Beach Fleet Management Division (City Fleet) will help repair and maintain the electric buses. Work completed that is covered by A VS warranty will not be billed to the City. The A VS employee will provide a maximum of 40 hours of work per week, unless otherwise recommended by the City's Project Manager-MBTMA, and approved by the City. 2. Conduct and complete preventative maintenance on buses and batteries - Both the ETVI Maintenance Manager and the A VS employee will work with City Fleet to conduct a complete preventative maintenance on the buses and batteries. This will require both to complete appropriate repairs to the buses. A process for the interaction between ETVI and City employees has already been worked out between City Fleet and ETVI, and approved by MBTMA. 3. Conduct review of existing batteries - the ETVI Maintenance Manager will oversee the work to be performed by EMS and/or American Battery, who will complete a performance assessment of the existing batteries. Understanding the condition of the existing batteries is important and may permit a reduction in the number of new sets that the City will order. (Note: The issues involving batteries are serious and have the potential of creating short and long-term performance problems and additional expense to the City. This service by the battery manufacturer(s) needs to be done regardless of an interim contract with ETVI, so that the battery sets are evaluated and appropriately repaired, as needed.). 4. Clean, water and charge batteries - Both the ETVI Maintenance Manager and, when available, the A VS employee, will help City Fleet employees clean, water and charge the batteries. l3 5. Identify and initiate corrections for safety issues - The ETVI Maintenance Manager, working with the ETVI Project Manager and City Fleet, will identify and begin correcting safety concerns. 6. Develop procedures to ensure the continued improvement in bus and battery performance. During the first week, the ETVI Project Manager will be in Miami Beach to develop procedures that will ensure the continued improvement in the performance of buses and batteries. Such procedures may include, but not be limited to the following: o Equalizing batteries o Monitoring and reporting the condition of batteries o Purchase orders (including forms) o Record keeping for batteries, maintenance and driver performance o Reporting battery, maintenance and driver performance o Preventive maintenance for buses o Preventive maintenance for batteries. (Note: Much of the efforts to develop procedures, identify and initiate corrections for safety, and advertising and/or hiring employees, etc., are included in the proposal sent to the City in response to its Request for Proposals for Maintenance Services/ Electrowave Shuttle Fleet. Therefore, expenses that occur during the interim period and that are directly related to these activities would be subtracted from the final contract rate between the City and ETVI.). 7. Wash bus exteriors and clean bus interiors - ETVI Maintenance Manager will assist the City Fleet employees in washing and cleaning the buses. 8. Modify charging stations to improve cooling - ETVI Project Manager and Maintenance Manager will work with City Fleet personnel to improve the cooling of the battery charging area. 9. Inventory stock room, develop parts list and secure required parts - ETVI Project Manager and Maintenance Manager will inventory the stock room, review Electrowave maintenance history to develop a spare parts list, and then work with the City's Project Manager-MBTMA to secure the required parts. 10. Advertise/interview for mechanics, mechanic helpers, and clerk - ETVI Project Manager and Maintenance Manager will begin the process of advertising and interviewing for the staff that will be necessary to support the maintenance operation, during the interim contract period, or within sixty (60) days. 11. Develop a battery cleaning/washing system - ETVI Project Manager and Maintenance Manager will work with City Fleet to develop a battery cleaning/washing system that will reduce the amount of time and effort needed to keep the batteries clean. F,\ WORK\$TRAIAMELlA IELECfWVEIETVlintrm.agnnl.doc 14 Jul 18 01 02:23p ." OrnCltlS CHAlltMAN Robert C. Diehl. US.A""!lRt1irrri VICB-CHAlkMAN Sh.'\'c 1A..":I.cn Glwtlll"."'fJlWiIIOll GmttJ RPA SECI.BTAU Rob Colby akl/Ia"~,/ 'ulllibon COJtlltJ Ai,. PlJ/lNti~" C/I"''''' B~M Tau.sUIUl:1l. H,ul:\.'T D:nis !1I"TnuJ Sum/ftf PAST hESIDurr Stl.'ycJttt AJ,<< ",4111Iritl BQ,\,lO MEMBERS IhyChllJcn= CJNlllu,,~ Mllfflifih1I1rrrt/frto,l~l'illll Jim Frica;on OkJlla"OOfI TiPlul Fret Prru Robert li (IOIlC;l, I'h.l).. NOI/irJIIll,olruIfJpt/'1llliOll lusr..rfl'hG"'rr Philip Kal'-cmcrsky, PhJ). U";,,,rniyt( T'fflftJ:rrt U/c''haJ/llf1tlflJ!l }.:nnyt;lMillc.:r OJuIIIl1l4tJfpAr'f" c;q,,1'tlttiDl't(.wVinl(Jr.JI'II~1I L\.'CMurrny G'haflaROO/jll /frrd (:&z",br,. II{ '-_"'tm John Ridurd~on T,lflfUJu V,,~ Allllx)f';(y EuarrIVE nfltECTOR John \v. l'mvdl, Jr. 1617-1l Wilc". Illvu. Chattanooga. 'lN 37406 Phone: 423.622.3884 Fax: 423.622.0744 e-mail: cevi@vol.coOl www.etvi.org etvi 423 622 0744 p.2 Helping bring you tomorrow's technology ... todayl July 18, 2001 Ms. Judy Evans Executive Director Miami Beach Transportation Management Association 77741" St. Suite 330 Miami Beach, FL 33140 Dear Ms. Evans: In response to our conference call yesterday morning, and our conversation yesterday afternoon, we have developed a modified interim budget that should permil authorization of an interim contract quickly. We are projecting the cost of the interim effort to be approximately $24,158. The modified interim budget covers a two month period and contains: . Full time wageslbenefits for Enrique Agras . One week of support by Ken Cox during the firsl 30 days . One week of support by Ken Cox during the second 30 days · $1,000 for miscellaneous (advertising for mechanics. etc,) . $200 for contingencies The budget breaks down as follows: . Wages=$14,167 . Benefits = $4,692 · Travel = $3, I 00 . Mise: = $1,000 . Contingency = $200 We understand that any support provided by American Battery can be covered through an existing purchase order through the City of Miami Beach. We also understand that the opportunity to secure mechanics through a temporary agency exists and will be covered by the Miami Beach TMA. All the other requirements, such as access to lifts, tow vehicles, existing employees, parts, etc., as outlined ill previous correspondences pertaining to an interim contract, will continue to be necessary during this "modified" interim contract period. Jul 18 01 02: 23p etvi 423 622 0744 p.3 In terms of costs during the interim that would be removed from a final contract, the wageslbellefits for Ken Cox and travel add up to $8,932. It should be noted that not included in the above are wages and/or travel for employees of A VS, CARTA and EMS. We will delay the visit by Clifford Lowrance from CARTA until such time that a final contract is completed. Any work by A VS and/or EMS will be covered through warranty or be paid for separately by the MBTMA. The committee has insisted that ETVI and A VS have a signed agreement. We will work out such agreement with A VS and have no concerns that such agreement will be secured. However, in the interest oftime, and because A VS is not included in tills "modified" interim proposal, we have not included the agreement with this letter. We have tried to respond to your requests as quickly as possible. I sincerely hope that the next correspondence we receive from you are the approval to begin. Sincerely, Co: Bob Diehl Ioe Ferguson CITY OF MIAMI BEACH CITY MANAGER Interoffice Memorandum (MsQ ;)oo{- 2L(<{qO m \. To: Jorge M. Gonzalez Director of Public Works Date: August 3, 2001 From: Robert C. Middaugh Assistant City Manager Subject: ELECTROWAVE -I ERIM AGREEMENT Attached please find the revised Interim Agreement for the Electirc Transit Vehicle Institute. The agreement has been reviewed by Fred Beckmann, the Public Works Director and form approved by Legal. RCM/FB/JJ:dgh cc: Fred Beckmann, Public Works Director Joseph W. Johson, 111, Transportation/Concurrency Management Director Amelia Johnson, Transportation Coordinator v!z 7/ 0 I 01 / ;) ff 16 -,f) - /' ~ /01 ~ f ~...;![ /,00