Loading...
C7O-Execute Locally Funded Agmt A1A-Collins Ave Project From 5th Street To LincCOMMISSION ITEM SUMMARY Condensed Title: A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Approving And Authorizing The Mayor And City Clerk To Execute A Locally Funded Agreement In The Amount Of $126,530, And A Maintenance Memorandum Of Agreement, With The Florida Department Of Transportation, For The Construction And Maintenance Of Proposed Decorative Pedestrian Crosswalks And Embedded Sidewalk Pavers With Street Names, As Part Of The State Road A1A/Collins Avenue Project, From 5th Street To Lincoln Road. Key Intended Outcome Supported: Enhance mobility throughout the Clty. Supporting Data (Surveys, Environmental Scan, etc.): According to the 2009 Customer Satisfaction Survey, traffic appears as one of the most important areas affecting residents quality of life; 37% of residents rated traffic flow as poor; traffic is ranked number 2 by residents as one of the changes that will make Miami Beach a better place to live; traffic flow is a key driver for recommending Miami Beach as a place to live. Issue: I Shall the Mayor and City Commission approve the Resolution? Item Summary/Recommendation: The Florida Department of Transportation (FOOT) is planning construction improvements on Collins Avenue/State Road (S.R.) fo,1A from 5th Street to Lincoln Road (Project). Construction is scheduled to begin in April2013, and construction is anticipated to end on January 9, 2014. The Project will include roadway milling and resurfacing, restriping, sidewalk/curb and gutter reconstruction, new bulb-outs, attached mid block bulb-outs, drainage improvements, decorative lighting, landscaping, irrigation, and bonded aggregate improvements. The estimated cost of the project is $5.8 million. On July 18, 2012, per Resolution No. 2012-27954, the City Commission approved various agreements for roadway and pedestrian enhancements requested by the Collins Improvement Association (CIA) to improve the quality of life and aesthetics along this corridor. More recently, the City and the CIA have requested FOOT include additional enhancements in the Project scope to improve the aesthetics and quality-of-life of this important commercial corridor. The enhancements include decorative crosswalks and embedded street name sidewalk pavers. These enhancements will require FOOT to execute additional agreements with the City for the construction and maintenance of the proposed improvements which are considered above and beyond the standard improvements typically implemented as part of standard FOOT roadway improvement projects. These additional improvements carry an additional cost to the City of $126,530.00. However, partial funding for this project ($1 07,973) is available from a previously appropriated capital project for this purpose-Crosswalk-Phase II -with funding provided by People's Transportation Plan (PTP}. Additional funding ($18,557) will be provided from the FY2012/13 Crosswalk-Phase II budget appropriation included in the FY2012/13 Proposed Capital Budget. THE ADMINISTRATION RECOMMENDS APPROVAL OF THE RESOLUTION. Advisory Board Recommendation: IN/A Financial Information: Amount $ 107,973 $ 18,557 $1 26,530 MIAMI BEACH 305 AGENDA lTEM _C--'--"'---- IJATE f -12-/)- MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Matti Herrera Bower and Members of the City Commission FROM: Kathie G. Brooks, Interim City Manager DATE: September 12, 2012 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A LOCALLY FUNDED AGREEMENT IN THE AMOUNT OF $126,530, AND A MAINTENANCE MEMORANDUM OF AGREEMENT, WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION, FOR THE CONSTRUCTION AND MAINTENANCE OF PROPOSED DECORATIVE PEDESTRIAN CROSSWALKS AND EMBEDDED SIDEWALK PAVERS WITH STREET NAMES, AS PART OF THE STATE ROAD A1AICOLLINS AVENUE PROJECT, FROM 5TH STREET TO LINCOLN ROAD. ADMINISTRATION RECOMMENDATION The Administration recommends approving the Resolution. FUNDING Funding for this project is currently available from a previously appropriated capital project for this purpose -Crosswalk Phase II -with funding provided by half-cent transit surtax funds (People's Transportation Plan (PTP)). Additional funding will be provided by the Crosswalk Phase II Project in FY 12/13. BACKGROUND The Florida Department of Transportation is planning construction improvements on Collins Avenue/State Road (S.R.) A 1A from 51h Street to Lincoln Road (Project). Construction is scheduled to begin in April 2013, and construction is anticipated to end on January 9, 2014. The Project will include roadway milling and resurfacing, restriping, sidewalk/curb and gutter reconstruction, new bulb-outs, drainage improvements, decorative lighting, landscaping, irrigation, and bonded aggregate improvements. The City has been collaborating with the Collins Improvement Association (CIA) for some time to ensure the FOOT project includes certain aesthetic improvements that will serve to improve the quality-of-life of this important commercial corridor. As a result of the CIA's involvement, the scope of the Project has increased from a simple milling and resurfacing project with little pedestrian 306 Commission Memorandum -FOOT Agreements for Collins Avenue from 51h Street to Lincoln Road September 12, 2012 Page 2 of 3 enhancements to a $5.7 million project with decorative lighting, landscaping, irrigation, and attached mid-block bulb-outs. On July 18, 2012, per Resolution No. 2012-27954, the City Commission approved a Locally Funded Agreement with FOOT to fund these enhancements with an estimated cost of $400,486 to the City. As an additional request of the CIA, the City has coordinated with FOOT to include further aesthetic improvements and pedestrian enhancements into the project scope. The new requests of the CIA include the construction of decorative pedestrian crosswalks using stamped asphalt and the placement of embedded street name pavers on the sidewalks at each intersection corner throughout the project. The City Administration strongly believes that the additional requested enhancements will improve the aesthetics and livability of the Collins Avenue corridor as well as the safety of pedestrians traveling along the corridor. In addition, the proposed enhancements are consistent with previous FOOT projects in the City, such as SR 934/71 51 Street Project from East Bay Drive to Collins Avenue and SR A1A/51h Street Project from West Avenue to Collins Avenue. FOOT is requiring that the City execute agreements for the construction and maintenance of the above proposed enhancements, as they are considered above and beyond the standard improvements typically implemented as part of standard FOOT roadway improvement projects. These additional enhancements will have a cost of $126,530 to the City. Funding in the amount of $107,973.53 is available from a previously appropriated capital project for this purpose: Crosswalk Phase 11-to install and/or maintain pedestrian crosswalks at intersections in the South, Middle, and North Beach neighborhoods -with funding provided by half-cent transit surtax funds (People's Transportation Plan (PTP)). Additional funding in the amount of $18,556.47 will be provided by the Crosswalk Phase II Project in FY 12/13, leaving $81 ,443.53 balance to maintain existing pedestrian crosswalks. ANALYSIS The City of Miami Beach considers Collins Avenue to be a primary north-south arterial and important gateway corridor serving the mobility needs of residents and visitors. As such, the City and the CIA have requested FOOT include enhancements in the Project scope which are considered over and above the standard FOOT roadway improvements. It is important to note that FOOT typically does not include non-standard improvements and enhancements in the scope of its roadway projects unless specifically requested by the municipality wherein the project is located. When such a request is made, the municipality is typically responsible for the capital and maintenance costs associated with the implementation of the non-standard improvements and enhancements as part of the FOOT project. Further, Memoranda of Agreements (MOA) and Locally Funded Agreements (LFA) are required by FOOT in order to fund the construction costs associated with the non-standard improvements as part of an FOOT project. Execution of the additional Agreements (Attachments A-C) between FOOT and the City is required in order to implement the decorative pedestrian crosswalks and the placement of embedded street name sidewalk pavers as part of this Project. Locally Funded Agreement (LFA) At the request of the CIA, the City has requested that decorative pedestrian crosswalks and the placement of embedded street name sidewalk pavers be installed as part of the Project. FOOT has agreed with the City's request and requires that the City funds the cost for installation of the aforementioned enhancements through the execution of a Locally Funded Agreement (LFA). The LFA provides that FOOT, through its contractor, will install the additional enhancements along 307 Commission Memorandum -FDOT Agreements for Collins Avenue from 51h Street to Lincoln Road September 12, 2012 Page 3 of 3 Collins Avenue from 5th Street to 16th Street as part of the Project. Pursuant to the LFA, the City's contribution is $126,530.00. Crosswalks and Embedded Pavers Maintenance Memorandum of Agreement (MMOA) FOOT requires that the City enter into a Maintenance Memorandum of Agreement (MMOA) for the maintenance of the proposed decorative crosswalks and embedded sidewalk pavers requested by the City and constructed as part of the Project. FOOT will install decorative crosswalks and embedded sidewalk pavers in accordance with the design plans and the City will be responsible for the maintenance of said enhancements on the FOOT right-of-way. CONCLUSION The Administration has determined that the State Road A1A/Collins Avenue Project with the additional requested pedestrian enhancements is in the best interest of the City as it will improve the aesthetics of this primary north-south arterial roadway in the City. As such, the Administration recommends that the Mayor and City Commission approve and authorize the City Manager to execute the required Agreements with FOOT. Attachments: A. Locally Funded Agreement (LFA) B. Crosswalks and Pavers Maintenance Memorandum of Agreement (MMOA) JGG/FHB/JJF/RWS/JRG/JFD T:\AGENDA\2012\9-12-12\FDOT AGREEMENTS FOR COLLINS AVENUE FROM 5TH STREET TO LINCOLN ROAD 308 FUNDED (hereinafter 'Agreement') is made and entered into this _ day of -------' 20 , between the MIAMI a municipal corporation of the State of Florida, hereinafter referred to as the 'CITY', and the OF a component agency of the State of Florida, hereinafter referred to as the 'DEPARTMENT'. CITY jurisdiction over and maintains State Road (S.R.) AlA/Collins A venue corridor within the corporate limits of the CITY; and WHEREAS, the CITY has requested the DEPARTMENT to install or cause to be installed stamped asphalt crosswalks and street name pavers to various intersections along S.R. AlA/Collins A venue from 5th Street to 16th Street; and the D EP AR TMENT has agreed to install or cause to be installed stamped asphalt crosswalks and street name pavers to various intersections along S.R. AlA/Collins Avenue from 5th Street to 16th Street, subject to the terms and conditions detailed in this Agreement; and \VHEREAS, the CITY shall fund the increased costs, under financial project number 250236-3-52-03, associated with the installation of the stamped asphalt crosswalks and street name pavers on S.R. AlA/Collins Avenue, from 5th Street to 16th Street, hereinafter collectively called the 'PROJECT', and as detailed in the attached Exhibit "A", "Scope of Services", which is herein incorporated by reference; and WHEREAS, the parties are authorized to enter into this Agreement pursuant to Sections 334.044(7) and 339.12 (2006), Florida Statutes, and authorize its officers to do so. Beach the Florida 309 NOW, in consideration of the premises, the mutual covenants and other valuable considerations contained herein, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: 1. The Recitals to this Agreement are true and correct and are incorporated herein by reference and made a part hereof. Requirements (a) A true and correct copy of the Resolution of the CITY Commission approving this Agreement is attached hereto as Exhibit "C'', 'CITY OF MIAMI BEACH RESOLUTION', and is incorporated herein by reference. (b) The CITY: 1. shall utilize the U.S. Department of Homeland Security'y E-VerifY system to verify the employment eligibility of all new employees hired by the CITY during the term of the Agreement; and n. shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Agreement term. (c) The DEPARTMENT will administer and construct the PROJECT in accordance with the signed and sealed PROJECT plans and as detailed in the attached Exhibit "A", 'Scope of Services'. The DEPARTMENT will complete the PROJECT utilizing the funds provided by the CITY. 310 (d) The CITY will provide funding to the DEPARTMENT, in the aggregate amount of ONE HUNDRED T\VENTY SIX THOUSAND FIVE HUNDRED THIRTY DOLLARS ($126,530.00), for the PROJECT, subject further to the provisions in Section 3 of this Agreement and as outlined in the attachment Exhibit "B", "Financial Summary", which is herein incorporated by reference. (e) The DEPARTMENT Contractor will not commence work on the PROJECT until CITY funding for the PROJECT is on deposit with the DEPARTMENT. (f) Upon the receipt, authorization and encumbrance of funding received from the CITY as a result of this Agreement, the DEPARTMENT Contractor will commence work on the PROJECT. Financial Provisions. (a) The CITY agrees that it will, no later than the ih of October 201 fumish the DEPARTMENT an advance deposit in the amount of ONE HUNDRED TWENTY SIX THOUSAND FIVE HlJNDRED THIRTY DOLLARS ($126,530.00) for full payment of the estimated PROJECT cost for Locally Funded project number 250236- 3-52-03. The advance deposit shall be the total estimated PROJECT cost plus allowances. The DEPARTN1ENT may utilize this deposit for payment of the costs of the PROJECT. (b) If the accepted bid amount plus allowances is in excess of the advance deposit amount, the CITY will provide an additional deposit within fourteen (14) calendar days of notification from the DEPARTMENT or prior to posting of the accepted bid, whichever is earlier, so that the total deposit is equal to the bid amount plus allowances. The DEPARTMENT will notify the CITY as soon as it becomes apparent and 311 the accepted bid amount, plus allowances, is in excess of the advance deposit amount. However, failure of the DEPARTMENT to so notify the CITY shall not relieve the CITY from its obligation to pay for its full participation on final accounting as provided herein below. If CITY cannot provide the additional deposit within fourteen (14) days, a letter must be submitted to and approved by the DEPARTMENT's project manager indicating when the deposit will be made. The CITY understands the request and approval of the additional time could delay the PROJECT, and additional costs may be incurred due to a delay ofthc PROJECT. (c) If accepted bid amount plus allowances is less than the advance deposit amount, the DEPARTMENT will refund the amount that the advance deposit exceeds the bid amount plus allowances if such refund is requested by the CITY in writing. (d) Should PROJECT modifications or changes to bid items occur that increase the CITY's share total PROJECT costs, the CITY will be notified by DEPARTMENT accordingly. The CITY agrees to provide, without delay, in advance of additional work being performed, adequate funds to ensure that cash on deposit with the DEPARTMENT is sufficient to fully fund its share of the PROJECT. The DEPARTMENT shall notify CITY as soon as it becomes apparent the actual costs will overrun the award amount. However, failure of the DEPARTMENT to so notify the CITY shall not relieve the CITY from its obligation to pay for its full participation during the PROJECT and on final accounting as provided herein below. Funds due from the CITY during the PROJECT not paid within forty ( 40) calendar days from the date of the invoice are subject to an interest charge at a rate established pursuant to Section 55.03, Florida Statutes (F.S.). 312 (e) The DEPARTMENT intends to have its final and complete accounting of all costs incurred in com1ection with the work performed hereunder within three hundred and sixty (360) days of final payment to the Contractor. The DEPARTMENT considers the PROJECT complete when payment has been made to the Contractor, not when the construction work is complete. All PROJECT cost records and accounts shall be subject to audit by a representative ofthc CITY for a period of three (3) years after final close out of the PROJECT The CITY will be notified of the final cost Both parties agree that in the event final accounting of total PROJECT costs pursuant to the tem1s of this agreement is less than the total deposit to date, a refund of the excess will be made by the DEPARTMENT to the CITY. If the final accounting is not performed within three hundred and sixty (360) days, the CITY is not relieved from its obligation to pay. (f) In the event the final accounting of total PROJECT costs is greater than the total deposits to date, the CITY will pay the additional amount within forty ( 40) calendar days from the date ofthe invoice from the DEPARTMENT. The CITY agrees to pay interest at a rate as established pursuant to Section within forty ( 40) calendar days until the invoice is paid. F.S., on any invoice not paid (g) The payment of funds under this Locally Funded Agreement will be made directly to the DEPARTMENT for deposit and as provided in the attached Memorandum of Agreement (MOA) between the CITY, Department and the State of Florida, Department of Financial Services, Division of Treasury. and the Florida 250236-3-52-03 313 4. (h) Nothing in this Agreement shall be construed to violate the provisions of Section 339.135(6)(a), Florida Statutes, which provides as follows: by the "The Department during any i1scal 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, 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 such :funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making 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 incorporated verbatim in all contracts of the Department which are for an amount in excess of TWENTY FIVE THOUSAND DOLLARS ($25,000.00) and which have a term for a period of more than one year." Agreement. This Agreement shall become effective upon execution and the DEPARTMENT and as ofthe date set forth on page one (1) hereof. Provisions Separable. The provisions of this Agreement are independent of and separable from each other, and no provision shall be affected or rendered invalid or unenforceable by virtue of the fact that for any reason any other or others of them may be invalid or unenforceable in whole or in part. 6. of Agreement This Agreement may only be amended by mutual agreement of the DEPARTMENT and the CITY, expressed in writing and executed and delivered by each. and the Florida 314 7. Notices. All notices, requests, demands and other communications required or permitted under this Agreement shall be in writing and shall be deemed to have been duly given, made and received when delivered (personally, by courier service such as Federal Express, or by other messenger) against receipt or upon actual receipt of registered or certified mail, postage prepaid, return receipt requested, addressed as set forth below: (a) If to the (b) If to the DEPARTMENT: City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attention: Jose Gonzalez, Transportation Manager Florida Department of Transportation 1 000 NW 111 A venue, Room 6202B Miami, Florida 33172 Attention: Michelle L. Meaux, JP A Coordinator Any party may alter the address to which communications or copies arc to be sent by giving notice of such change of address in conformity with the provisions of this paragraph for the giving of notice. Entire Agreement. This Agreement, including its attached Exhibits, contain the sole and entire Agreement between the parties with respect to such subject matter and supersede any and all other prior written or oral agreements between them with respect to such subject matter. unuu.~ Effect. This Agreement shall be binding upon the parties and their respective representatives, successors and assigns. 10. Waiver. Waiver by either party of any breach of any provision ofthis Agreement shall not be considered as or constitute a continuing waiver or a waiver of any other breach of the same or any other provision of this Agreement. and 315 11. The captions contained in this Agreement are inserted only as a matter of convenience or reference and in no way define, limit, extend or describe the scope of this Agreement or the intent of any of its provisions. Nothing in this Agreement, express or implied, is intended to (a) confer upon any entity or person other than the parties and their pennitted successors and assigns any rights or remedies under or by reason of this Agreement as a third party beneficiary or otherwise except as specifically provided in this Agreement; or (b) authorize anyone not a party to this Agreement to maintain an action pursuant to or based upon this Agreement. 13. Other Documents. The parties shall take all such actions and execute all such documents which may be reasonably necessary to carry out the purposes of this Agreement, whether or not specifically provided for in this Agreement; provided that the parties further acknowledge that certain additional actions by the CITY may require approval by the CITY Commission, and, to the extent such approval is required by applicable law, obtaining such approval shall be a condition to the obligations of the CITY under this Section. 14. Governing Law. This Agreement and the interpretation of its tenns shall be governed by the laws of the State of Florida, without application of conflicts of law principles. Venue for any judicial, administrative or other action to enforce or construe any tenn of this Agreement or arising from or relating to this Agreement shall lie exclusively in Miami-Dade County, Florida. Beach and the Florida 316 WITNESS the parties hereto have made and executed this Agreement on the day and year first above written, the ClTY OF MIAMI BEACH, signing by and through its City Manager, and the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, signing by and through its District Secretary, each duly authorized to execute same. BY: BY: ATTEST: (SEAL) CITY CLERK (SEAL) EXECUTIVE SECRETARY DISTRICT CHIEF COUNSEL Page 9 ofl2 Locally Funded Agreement between the City of Miami Beach and the Florida Department of Transportation, Financial Project Number 250236-3-52-03 317 'A' OF The PROJECT work consists of constructing improvements consisting of stamped asphalt crosswalks and street name pavers installation at various intersections along ALA/Collins A venue from 5th Street to 16th Street in the CITY. The locations of the crosswalks are on S.R. AlAJCollins Avenue and: 6th Street (west, east and north legs) 7th Street (all four legs) 81h Street (all tour legs) 91h Street (all tbur legs) 101h Street (all four legs) I 11h Street (all four legs) l21h Street (all four legs) l31h Street (all four legs) 14th Street (all four legs) Espanola Way (T-Intersection, all three legs) 15th Street (T-Intersection, all three legs) PROJECT LIMITS: S.R. AlA/Collins Avenue from 5th Street to 16th Street DEPARTMENT Financial Project Number: 250236-3-52-03 COUNTY: Miami-Dade DEPARTMENT Project Manager: Heidi Solaun-Dominguez, P.E. 305-470-5282 CITY Project Manager: Jose Gonzalez, Transportation Manager 305-673-7080 Ext. 6768 and 318 EXHIBIT 'B' FINANCIAL The DEPARTMENT's Work Program allocates the following funding, programmed under Financial Project Number 250236-3-52-03, for PROJECT completion: Fiscal Year: Amount: Fund Type: 2012/2013 $126,530.00 Local Funds (LF) CITY OF MIAMI BEACH FINANCIAL RESPONSIBILITY: $ 126 530.00 Beach and the Florida Number 250236·3·52·03 319 To be attached hereto and incorporated herein once ratified by the CITY Commission. 320 WITH OF MIAMI This AGREEMENT, entered into on 20 __ , by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida, inafter called the DEPARTMENT, and the CITY OF MIAMI BEACH, a municipal corporation of the State of Florida, hereinafter called the CITY, and collectively referred to as the PARTIES. RECITALS: A. The DEPARTMENT has jurisdiction over State Road (S.R.) AlA/Collins Avenue, from 5 th Street (M.p. 3.676) to 16th Street (M.p. 4.66), which is located within the limits of the CITY; and B. The DEPARTMENT, pursuant to Contract # T-6294, has drafted design plans for improvements on S. R. AlA/Collins Avenue, from 5th Street to 16th Street, the limits of which are described in the attached Exhibit 'A' (the PROJECT LIMITS) , which by reference shall become a part of this AGREEMENT; and c. The DEPARTMENT will install stamped asphalt ('Pattern Pavement 1 ) with the "Project 11 ) i crosswalks and street name pavers in accordance design plans for Contract # T-6294 (the and D. The PARTIES to this AGREEMENT mutually recognize the need for entering into an agreement designating and setting forth the responsibilities of each party with regards to the maintenance of the Pattern Pavement crosswalks and street name pavers installed pursuant to the Project; and E. The CITY, attached become a AGREEMENT by Resolution No. dated as Exhibit 'B I f which by part of this AGREEMENT, desires to and authorizes its officers to do Maintenance Memorandum of Agreement between Florida Department of Transportation and City of Miami Beach Pagel of 13 321 reference enter into 80. l this NOW, THEREFORE, for and in benefits contained herein and consideration, the parties covenant consideration of the mutual other good and valuable and agree as follows: 1. RECITALS The recitals in are incorporated hereof. 2. DEPARTMENT this AGREEMENT are true and herein by reference and correct, made a and part The PARTIES agree that all maintenance responsibilities pertaining to the Pattern Pavement crosswalks and street name pavers shall be assigned to the CITY in perpetuity upon the DEPARTMENT's issuance of the Notice of Final Acceptance of the Project to its contractor. 3. CITY'S MAINTENANCE RESPONSIBILITIES The CITY shall maintain the Pattern Pavement crosswalks and street name pavers in accordance with all applicable Department guidelines, standards, and procedures, which shall include but shall not be limited to the Maintenance Rating Program Handbook, as may be amended from time to time. Additionally, the CITY shall maintain the Pat tern Pavement crosswalks and street name pavers in accordance with the guidelines, and procedures, as may be amended from time to time, and in accordance with the standards set forth in the Project Plans, and in the Project Specifications and Special Provisions. The CITY's maintenance obligations shall lude but not be limited to: 3.1 Pattern Pavement Crosswalks: a) Within sixty (60) days of final acceptance by the DEPARTMENT, all lanes of each patterned crosswalk shall be evaluated for surface friction. The friction test shall be conducted using either a locked wheel tester in accordance with FM 5-592 (Florida Test Method for Friction Measuring Protocol for Patterned Pavements) or a Dynamic ction Tester in accordance with ASTM El9ll. FM 5-592 can Maintenance Memorandum of Agreement between Florida Department of Transportation and City of Miami Reach Page 2 of 13 322 be accessed at the following link: The initial friction resistance shall be at least thirty five (35), obtained at 40 mph with a ribbed tired test (FN40R) or equivalent. lure to achieve this minimum resistance shall re all deficient crosswalk areas to be removed to their full extent (lane-by-lane) and replaced with the same quality product installed init ly. If the DEPARTMENT determines that more than fifty percent (50%) of the lanes in the intersection require replacement, the entire intersection may be reconstructed with a different product on the Qualified Products List (QPL) or replaced with conventional pavement. b) One (1) year after the final acceptance/ and every two (2) years therea for the life of the patterned crosswalk, only the outside traffic lane areas of each patterned crosswalk shall tested for friction resistance in accordance with ASTM E274 or ASTM E1911. Friction resistance shall 1 at a minimum, have a FN40R value of thirty five (35) (or equivalent) . Failure to achieve minimum friction resistance shall require all lanes of the crosswalk to be friction tested to determine the extent of the deficiency. All deficient areas shall be removed to their full extent (lane-by-lane) and replaced with the same product installed initially. If more than fifty percent (50%) of the lanes in the intersection require replacement, the entire intersection installation may be reconstructed with a different product on the QPL. c) When remedial action is required in accordance with the above requirements/ the CITY shall complete all necessary repairs at its own expense within ninety (90) days of the date the deficiency is identifi No more than two (2) full depth patterned pavement repairs 1 be made to an area without f t Maintenance Memorandum of Agreement between Florida Department of Transportation and City of Miami Beach Page 3 of 13 323 resurfacing the pavement to one inch (1") minimum depth. d) In addition to the requirements stated above, the CITY shall conduct annual condition surveys of the patterned pavement rutting, raveling, pot holes, delamination and cracking for the li of the patterned pavement. Unless the pavement adjacent to the crosswalk is also ing adjacent pavement rutting defic ies, rutting depth of the patterned pavement shall not 0.25 inches or more than 25 square inches in area. Remedial work shall include the full depth removal of the patterned pavement across the l width of the lane and crosswalk. Unless the pavement adjacent to the crosswalk is also experiencing cracking deficiencies, cracking width of the patterned pavement shall not exceed 1/8 of an inch for more than 10 in any lane of the crosswalk. Remedial work shall as a minimum, the l. depth removal of pavement along the complete length of and the width recommended by the manufacturer. e) The results of all ction tests and condition surveys shall be sent to District's Warranty Coordinator with a cover letter either certifying that the crosswalks comply with the above stated requirements, or what al action will be taken to restore the friction and/or integrity of the crosswalk area. f) DEPARTMENT will not be responsible for replacing the treatment lowing any construction activities in the vicinity of the treatment. g) The DEPARTMENT will not be responsible for replacing the treatment following any construction activities in the vic ty of the treatment. h) The CITY shall sweep the Pattern Pavement surfaces periodically to keep them Maintenance Memorandum of Agreement between Florida Department of Transportation and City of Miami Beach Page 4 of l3 324 crosswalk debris and to mainta an aesthetically pleasing condition. A light pressure washing may necessary for heavy sta removal or cleaning. 3.2 Street Name Pavers: a) The CITY shall conduct annual condition surveys of the pavers for gaps, settlement, drop-offs, and other deficiencies for the life of the sidewalk. b) Gaps within the pavers shall not exceed a quarter of an inch (0.25"). c) Differential settlement within the pavers l not exceed a quarter of an inch (0.25") in depth. d) When remedial action is required in accordance with the above requirements, the CITY at its own expense shall complete all necessary rs within ty (90) days of the date the deficiency is identified. The CITY shall submit all ces logs, inspections and surveys to the DEPARTMENT Warranty Coordinator as required in the above maintenance responsibilities. The DEPARTMENT may, at its sole discretion, perform periodic inspection of the Pattern Pavement crosswalks and street name pavers to ensure that the CITY is performing its dut s pursuant to this AGREEMENT. The DEPARTMENT shall share with the CITY its inspection findings, and may use findings as the basis its decisions regardlng maintenance deficiencies, as set forth in Section 4 of this AGREEMENT. The CITY is responsible for obtaining copies of all applicable rules, regulations, policies, procedures, guidelines, and manuals, and the Project Specification and Special Provisions, as may be amended from time to time. 4. MAINTENANCE DEFICIENCIES If at any time it shall come to the attention of the DEPARTMENT that the CITY's responsibilities as established herein are not being properly accomplished pursuant to the terms of this AGREEMENT, the DEPARTMENT may, at its option, issue a written notice, in care of the CITY MANAGER, to notify CITY of the maintenance ficiencies. From the Maintenance Memorandum of Agreement between Florida Department of Transportation and City of Miami Beach Page 5 of 13 325 date of receipt of the notice, the CITY shall have a of thirty (30) calendar days/ within which to correct ci deficiency or ficiencies. Receipt is determined in accordance with Section 5 this AGREEMENT. If said period, follows: deficiencies are not the DEPARTMENT may/ corrected within at its option, this t proceed as a) Maintain the Pattern Pavement crosswalks and street name pavers, or a part thereof and invoice the CITY for expenses incurred; or b) Terminate this Agreement in accordance with Section 7 1 remove any or all the Pattern Pavement crosswalks and street name pavers located within the PROJECT LIMITS 1 and charge the CITY the reasonable cost of such removal. 5. NOTICES All notices, requests, demands, consents, approvals, and other communication which are required to be served or given hereunder, shall be writing and l be sent by certified U.S. mail, return receipt requested, postage prepaid, addressed to the party to receive such notices as follows: To the DEPARTMENT: Florida Department of Transportation 1000 Northwest 111 Avenue, Room 6205 Miami, Florida 33172-5800 To the CITY: Attn: District Maintenance City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attention: ty Manager Notices shall be deemed to have been received by the end of five ( 5) business days from the proper sending thereof unless proof of prior actual receipt is provided. Maintenance Memorandum of Agreement between Florida Department of Transportation and City of Miami Beach Page 6 of 13 326 a) The Part s agree the Pattern Pavement crosswalks and street name pavers addressed by this AGREEMENT may be removed, relocated or adjusted at any time in the future, at the DEPARTMENT'S sole discretion. In the event that the DEPARTMENT relocates or adjusts the Pattern Pavement crosswalks and street name pavers, the CITY'S maintenance responsibilities will survive the relocation or adjustment, as long as the mat als remain within the PROJECT LIMITS. 7 . TERMINATION This AGREEMENT is subject to termination under any one of the following conditions: a) By the DEPARTMENT, if the CITY f ls to perform its duties under Section 3 of this AGREEMENT, lowing the thirty (30) days written notice, as specified in Section 4 of this AGREEMENT. b) In accordance with Section 287.058 (1) (c) 1 Florida Statutes 1 the DEPARTMENT shall reserve the right to unilaterally cancel this AGREEMENT if the CITY refuses to allow public access to any or l documents, papers, letters, or other materials made or rece c) by the CITY pertinent to this AGREEMENT which are subject to provisions of Chapter 119, of Florida Statutes. If mutually agreed to by both (30) days advance notice. An shall be valid only if made in with the same formalities as this upon thirty to terminate writing and executed AGREEMENT. 8. TERMS a) b) The effective date of upon execution by the continue in perpetuity forth in Section 7. this AGREEMENT shall commence PARTIES . s AGREEMENT shall or until termination as set For purposes of performing its dut Maintenance Memnnmdum of Agreement between Florida Department of Transportation and City of Miami Beach Page 7 of l3 327 under this AGREEMENT, the CITY shall insert the following into any contracts entered into by the CITY, vendors or contractors: Vendors/Contractors: a use with i. Shall utilize the U.S Department of Homeland Security's E-Verify system to verify the employment eligibility all new employees hired by the vendor/contractor during term of the AGREEMENT; and ll. Shall expressly require subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment all new employees hired by the subcontractors during the AGREEMENT term. c) This writing embodies the entire agreement and understanding between the parties hereto and there are no other agreements and understanding, oral or written, with reference to the subject matter hereof d) that are not merged in and superseded hereby. This AGREEMENT shall not be in whole or in part, without of the DEPARTMENT. transferred or assigned, prior written consent e) This AGREEMENT shall be governed by and constructed in accordance with the laws of the State of Florida. Any provisions of this AGREEMENT found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining portions of the AGREEMENT. f) g) actions arising out interpretation, of this AGREEMENT of or in validity, shall lie Venue for any and all connection to the performance or breach exclusively in a state Leon County, Florida. court of proper jurisdiction in A modification or waiver this AGREEMENT shall be of any of the effective Maintenance Memorandum of Agre~ment between Florida of Transportation and of Miami 8 of !3 328 of h) i) writing and executed with the same formality as this agreement. section headings contained in reference purposes only and meaning or interpretation hereof. s AGREEMENT l not affect No term or interpreted Party or provision. provision of this AGREEMENT shall for or against either Party because its legal representative drafted are the be the the j) DEPARTMENT is a state agency 1 self-insured and subject to the provisions of Section 768.28 1 Florida Statutes, as may be amended from time to time. Nothing in this AGREEMENT shall be deemed or otherwise interpreted as waiving the DEPARTMENT'S sovereign immunity protections, or as increas the limits of liabili as set forth in Section 768.28, Florida Statutes. 9. INDEMNIFICATION Subject to Section 768.28, Florida Statutes, as may be amended from time to time, the CITY shall promptly indemnify, defend, save and hold harmless the DEPARTMENT, its officers, agents/ representatives and employees from any and all losses, expenses, fines, fees, taxes, assessments, penalt s, costs, damages, judgments, claims, demands, liabilities, attorneys fees, (including regulatory and appellate fees) , and suits of any nature or kind whatsoever caused by, arising out of, or related to the CITY's exercise or attempted exercise of its responsibilities as set out in this AGREEMENT, including but not limited to, any act, action, neglect or omission by the CITY, its officers, agents, employees or representatives in any way pertaining to this agreement, whether rect or indirect, except that neither the CITY nor any of its officers/ agents, employees or representatives will be liable under this provision for damages sing out of injury or damages directly caused or resulting from the sole negligence of the DEPARTMENT. The CITY's obligation to indemnify, defend and pay for the defense of the DEPARTMENT, or at the DEPARTMENT's option, Maintenance Memorandum of Agreement between Florida Department ofTmnsportalion and of Miami 9 of 13 329 to participate and associate with the DEPARTMENT ln the defense and trial of any claim and any related settlement negotiat shall be triggered immediately upon the CITY's receipt of the DEPARTMENT's notice of claim for indemnification. The notice of claim for indemnification shall deemed received if the DEPARTMENT sends the notice in accordance with the formal notice mailing requirements set forth in Section 5 of this AGREEMENT. The DEPARTMENT's failure to notify the CITY of a claim shall not ease the CITY of the above duty to defend and indemnify the DEPARTMENT. The CITY shall pay all costs and s at to this obligation and its enforcement by the DEPARTMENT. The indemnification provisions of this section shall survive termination or expiration of this AGREEMENT, but only with respect to those claims that arose from acts or circumstances which occurred prior to termination or expiration of this AGREEMENT. The CITY's evaluation of liability or its inability to evaluate liability shall not excuse the CITY's duty to defend and indemnify the DEPARTMENT under the provisions of this section. Only an adjudication or judgment, after the highest appeal is exhausted, specifi ly finding the DEPARTMENT was solely negligent shall excuse performance of this provision by the CITY. Maintenance Memorandum of Agreement between Florida Department of Transportation and City of Miami Beach Page 10 of 13 330 IN WITNESS WHEREOF, the parties hereto have caus these presents to be executed the day and year first above written. CITY OF MIAMI BEACH: CITY Mayor STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION: District Director of Transportation Operations ATTEST: __________________ (SEAL) ATTEST: ____________________ __ CITY Clerk Execut LEGAL REVIEW: Maintenance Memorandum of Agreement between Florida Department of Transportation and City of Miami Beach Page 11 of 13 331 Secretary ef Counsel EXHIBIT 'A' PROJECT LIMITS Below are the limits street name pavers to of Pattern Pavement crosswalks maintained under this AGREEMENT. State Road Number: S.R. AlA/Collins Avenue Agreement Limits: From 5th Street (M.P. 3.676} to 16th Street (M.P. 4. 66} County: Miami-Dade The locations of the crosswalks are on S.R. AlA/Collins Avenue and: 6th Street (west, east and north legs) 7th Street (all four legs) gth Street (all four legs) gth Street (all four legs) lOth Street (all four legs) 11th Street (all four legs) 12th Street (all four legs) 13th Street (all four legs) 14th Street (all four legs) Espanola Way (T-Intersection, all three legs) 15~ Street (T-Intersection, l three legs) Maintenance Memorandum of Agreement between Florida Department of Transportation and City of Miami Beach Page 12 of 13 332 and EXHIBIT 'B' CITY OF MIAMI BEACH RESOLUTION To be herein incorporated once ratified by Commissioners. Main!cmmce Memorandum Agreement CITY Board of between Florida Department ofTnmsportation am! of Miami Reach of l3 333 RESOLUTION TO BE SUBMITTED 334