Loading...
HomeMy WebLinkAboutTransport/Landscape MOA 1 ~ :} , 1 .1 DEPARTMENT OF TRANSPORTATION TURF AND LANDSCAPE MAINTENANCE MEMORANDUM OF AGREEMENT WITH THE CITY OF MIAMI BEACH " j I 1 I . i :i::::- This AGREEMENT, entered into this v day of AV1U<;.lr , 20,(} + ' by and between the STATE OF FLORIDA, Depar ment of Transportat~on, a component agency of the State of Florida, hereinafter called the DEPARTMENT and the CITY OF MIAMI BEACH, a municipal corporation of the State of Florida, existing under the Laws of the State of Florida, herein after called the CITY. WITNESSETH i .1 WHEREAS, as a part of the continual updating of the State of Florida Highway System, the DEPARTMENT for the purpose of safety has created roadside areas and median strips on that part of the State Highway System described by Attachment "A", which by reference hereto shall become a part hereof, within the corporate limits of the CITY and WHEREAS, the CITY hereto is of the opinion that said median strips and roadside areas shall be attractively landscaped with various flora; and WHEREAS, the parties hereto mutually recognize the need for entering into an agreement designating and setting forth the responsibilities of each party; and WHEREAS, the CITY by Resolution No. 2004-25615 dated July 7, 2004 , attached hereto as Attachment "C", which by reference hereto shall become a part hereof, desires to enter into this AGREEMENT and authorizes its officers to do so. NOW THEREFORE, for and in consideration of the mutual benefits to flow each to the other, the parties covenant and agree as follows: 1. CITY'S MAINTENANCE RESPONSIBILITY The CITY shall be responsible for th.ec maintenance of all Memorandum of Agreement Contract No. BD943 Financial Number: 25308717203 ~ ", \ bi] " f' ,\,\ \J \ e'd'i . S'.l:" ~ a i 1 .1 1 landscaped and/or turfed areas within the DEPARTMENT'S right- of-way having the limits described by Attachment "A". The CITY shall be responsible for performing the work described below with a minimum frequency of twelve (12) times per year: 1 1 1 ., 1.1. Mow, cut and/or trim and edge the grass or turf in accordance with the latest edition of the State of Florida "Guide for Roadside Mowing" and the latest edition of the "Maintenance Rating Program". 1 1.2. Properly prune all plants which includes plant and tree trimmings in accordance with the latest edition of the "Maintenance Rating Program". Pruning such parts thereof which may present a visual or other safety hazard for those using or intending to use the right-of-way. j I ',~ i f :1 ~! " tJ , :1 ,,1 .i r 1.3. Remove and dispose dead, deteriorated plants. diseased or otherwise 1.4. Keep litter removed from roadside and median strips. 'i " f " i 1.5. Remove and dispose of all trimmings, roots, branches, litter, etc., resulting from the activities described by (1.1) through (1.4) inclusively as described above. :1 2. WORK SCHEDULE .1 I I I I 'I ,I i ,I I j The CITY shall submit a schedule to the DEPARTMENT containing the dates of when the CITY is planning to perform the mowing work. In addition, before the CITY starts the work, the DEPARTMENT shall be notified via fax of the state road(s) and day(s) in which the CITY will be working. The fax shall be sent to the attention of the "South Dade Maintenance Engineer", at fax number (305) 256-6304. :1 :i :,] 3. NATURAL DISASTERS 'I i I , The CITY shall not be responsible for the clean-up, removal and disposal of debris from the DEPARTMENT'S right of way having limits described by Attachment "A", or subsequent amended limits mutually agreed to in writing by both parties following a natural disaster (i.e. hurricane, tornados, etc.). However, the cost of any cycle or part thereof that could be impaired by any such event may be deducted from the payment to the CITY. Memorandum of Agreement Contract No. BD943 Financial Number: 25308717203 1-: j 2 ',' .'A ;1 :1 i I 'j 1 :1 4. MAINTENANCE DEFICIENCIES If, at any time while the terms of this AGREEMENT are in effect, it shall come to the attention of the DISTRICT MAINTENANCE ENGINEER that the CITY'S responsibility as established herein or a part thereof is not being properly accomplished pursuant to the terms of this AGREEMENT, said DISTRICT MAINTENANCE ENGINEER may at his option issue a written notice in care of the CITY MANAGER, to place said CITY on notice thereof. Thereafter the CITY shall have a period of thirty (30) calendar days within which to correct the cited deficiency or deficiencies. If said deficiencies are not corrected within this time period the DEPARTMENT may at its option, proceed as follows: j :.~ 4.1. Maintain the median or roadside area declared deficient with DEPARTMENT and/or a Contractor's material, equipment and personnel. The actual cost for such work will be deducted from payment to the CITY or ,I :j " 4.2. Terminate this AGREEMENT. 5. 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 111th Avenue, Room 6214 Miami, Florida 33172-5800 Attention: District Maintenance Engineer To CITY: City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attention: City Manager 6. LANDSCAPE MODIFICATION It is understood between the parties hereto landscaping covered by this AGREEMENT may be relocated or adjusted at any time in the future Memorandum of Agreement Contract No. BD943 Financial Number: 25308717203 that the removed, as found :, :.1 3 j 'J necessary by the DEPARTMENT in order that the adjacent state road be widened, altered or otherwise changed and maintained to meet with future criteria or planning of the DEPARTMENT. 7. METHOD OF COMPENSATION In accordance with requirements of Section 287.058 (1) (d) , Florida Statutes, the DEPARTMENT agrees to pay the CITY quarterly (each three month period) compensation for the cost of maintenance as described under Subitems (1.1) through (1.5) . The lump sum payment will be in the amount of $37,500.00 dollars per quarter for a total appropriation of $150,000.00 dollars per year. il iJ J I 1 .1 .I ., In accordance with Section 287.058 (1) (a), Florida Statutes, the CITY shall submit the quarterly invoice/bill in detail sufficient for proper preaudit and postaudit thereof. 8. VENDOR RIGHTS .1 "1 I Section 215.422(5), Florida Statutes, requires the Department to include a statement of vendor (Contractor) rights. Contractors are hereby advised of the following: i . i , .! Contractors providing goods and services to an agency should be aware of the following time frames. Upon receipt, an agency has 5 working days to inspect and approve the goods and services, unless the bid specifications, purchase order or contract specifies otherwise. An agency 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, by the Department of Transportation. .", 1 i ., If a payment is not made within 40 days, a separate interest penalty at the rate established pursuant to Section 55.03(1) Florida Statutes will be due and payable, in addition to the invoice amount, to the Contractor. The interest penalty provision applies after a 35 day time period to health care providers, as defined by rule. Interest penalties of less than one dollar will not be enforced unless the Contractor requests payment. j I , j :.j ., I ,I "J :1 .J Memorandum of Agreement Contract No. BD943 Financial Number: 25308717203 ,:j .' ;Ji ,~ 4 " .r Invoices which have to be returned to a Contractor because of Contractor 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 of Transportation. ii ,I 1 ! :I 1 A Vendor Ombudsman has been established within the Department of Banking and Finance. The duties of this individual include acting as an advocate for Contractors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted by calling the State Comptroller's Hotline, 1-800-848-3792. 9. PAYMENT ADJUSTMENT I j I j . .~ In the event temporary work by the DEPARTMENT forces or by other Contractors temporarily prevent the CITY from performing the work described in this AGREEMENT, the DEPARTMENT shall deduct from the lump sum payment the acreage of the affected area and only compensate the CITY for the actual work it performs. .1 1i 1 ij I The DEPARTMENT shall initiate this procedure only if the temporary work described in this section is for a period of one (1) month or longer. Adjustment to the CITY'S payment shall also be done as noted in Item Three (3). In the event this AGREEMENT is terminated as established by Item Ten (10) herein, no payment will be prorated for the quarter in which termination occurs for the work that has been completed. 10. TERMINATION This AGREEMENT or part thereof is subject to termination under anyone of the following conditions: 10.1. In the event the DEPARTMENT exercises the option identified by Item Four (4) of this AGREEMENT. 10.2. As mutually agreed to by both parties. In accordance with Section 287.058 (1) (c), Florida Statutes, the DEPARTMENT shall reserve the right to unilaterally cancel this AGREEMENT if the CITY refuses to allow public access to any or all documents, papers, letters, or other materials made Memorandum of Agreement Contract No. BD943 Financial Number: 25308717203 10.3. 5 or received by the CITY pertinent to this AGREEMENT which are subject to provisions of Chapter 119, of the Florida Statutes. 11 . TERMS 11.1. The terms of this AGREEMENT shall only commence when the DEPARTMENT issues the CITY the Notice To Proceed Letter. I .~ J 11.2. In accordance with Section 287.058 (I) (e), Florida Statutes, this AGREEMENT is for a period of one (I) year beginning on the date stated in the Notice To Proceed letter. . ~ ~ 1 'j 11.3. In accordance with Section 287.0582, Florida Statutes; ~~The State of Florida's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Legislature. To comply with Section 287.0582, F. S. , the Department shall only appropriate the annual amount of $150,000.00 at the beginning of each Department Fiscal Year. 12. RENEWAL .i i , '" .\ ,".1 In accordance with Section 287.058(1) (f), Florida Statutes, this AGREEMENT may be renewed on a yearly basis for a maximum of two (2) years after the initial contract or for a period no longer than the term of the original contract, whichever period is longer, only if mutually agreed to in writing by the DEPARTMENT and the CITY, subj ect to the same terms and conditions set forth in this AGREEMENT, and said renewals shall be contingent upon satisfactory performance evaluations by the DEPARTMENT and subject to the availability of funds. "1 '1 I .) I ::'~i I I I I .'.'.1 13. ATTACHMENT AA= AMENDMENT It is further understood that Attachment "A" may be amended or changed at any time, as mutually agreed to in writing by both parties. Payment as specified in Item Seven(7) above shall reflect such amendment or change. Memorandum of Agreement Contract No. BD943 Financial Number: 25308717203 :-, 6 ., q :, ., ;J a 14. TIME EXTENSION In accordance with Section 287.012(10), Florida Statutes, this AGREEMENT may be extended if mutually agreed to in writing by both parties, for a period not to exceed six (6) months and shall be subject to the same terms and conditions set forth in this AGREEMENT; provided the DEPARTMENT may, in its discretion, grant a proportional increase in the total dollar amount based on the method and rate established herein. There shall be only one extension of this AGREEMENT. I 1 j 1 15. ADDITIONAL LANDSCAPING ., I i J :1 'J 1 The CITY limits of document, 15.1. 15.2. 15.3. 15.4. 15.5. J ,'I :1 J :1 :i I 'i :] j may construct additional landscaping within the the right-of-ways identified as a result of this subject to the following conditions: Plans for any new landscaping shall be subject to approval by the DEPARTMENT. The CITY shall not change or deviate from said plans without written approval by the DEPARTMENT. All landscaping shall be developed and implemented in accordance with appropriate state safety and road design standards; All requirements and terms established by this AGREEMENT shall also apply to any additional landscaping installed under this item; The CITY agrees to complete, execute and comply with the requirements of the DEPARTMENT'S standard permit provided as Attachment "B" (not to actual size) to this AGREEMENT with by reference hereto shall be a part of hereof; No change will be made in the payment terms established under Item Seven (7) of this AGREEMENT due to any increase in cost to the CITY resulting from the installation and maintenance of landscaping added under this item; Memorandum of Agreement Contract No. BD943 Financial Number: 25308717203 7 15.6. In the event this AGREEMENT is terminated as established under Item Ten (10) herein, the CITY agrees to accept full responsibility for all maintenance within the entire area (s) defined by plans and permits defined and established as a result of this item. The CITY shall provide this maintenance at no cost to the DEPARTMENT. 16. This writing embodies the entire AGREEMENT and understanding between the parties hereto and there are not other agreements and understanding, oral or written reference to the subject matter hereof that are not merged herein and superseded hereby. 17. This AGREEMENT is nontransferable and nonassignable in whole or in part without consent of the DEPARTMENT. J I 18. This AGREEMENT, regardless of where executed shall be governed by, and constructed according to the laws of the State of Florida. I I :1 ,1 ',i 19. Nothing in this AGREEMENT shall be construed to violate the provisions of Section 339.135(6) (a), of the Florida Statutes (1997), which provides as follows: '1 ,) 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 fiscal yearsj and this paragraph shall be incorporated verbatim in all contracts of the Department which are of an amount in excess of $25,000 and which have a term for a period of more than one year. ?: :1 I " '1 :i " , 'J i I ! I 1 I I 1 I ! I 'I ,I ., I 1 j Memorandum of Agreement Contract No. B0943 Financial Number: 25308717203 8 J IN WITNESS WHEREOF the parties hereto have caused these presents to be executed the day and year first above written. LANDSCAPING AGREEMENT WITH THE CITY OF MIAMI BEACH. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: Di ~.. ATTEST: \~d' PctAc.L City Clerk (Seal) ATT'ST'~~~ Execu ive Secre ary APPROVED AS TO LEGAL FORM: BY: ~ City A~ney By:~~Q O~~ District General Counsel APPROVED /is TO FORM & LANGUAGE &FOR~CUnON ~m!~~entj //,(/ Contract No. BD943 ;// '7/[1'1 ~~ . 9 ATTACHMENT "A" Below is the state road, the limits, length and acreage of the areas to be maintained by the City of Miami Beach under this AGREEMENT. State Road Street Name From To Length (miles) Acreage A1A Mac Arthur Causeway East side of Watson Island West side of East Channel Bridge 1.816 5.303 TOTAL: 1.816 5.303 .j :! ., " .;: Memorandum of Agreement Contract No. BD943 Financial Number: 25308717203 'j 10 , ~j ~ ',I District six 6/95 Memorandum of Agreement Contract No, BD943 Financial Number: 25308717203 ATTACHMENT "B" STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION SPECIAL PERMIT 11 PERMIT NO., STATB ROAD NO.: MILEPOST FROM, RECORD NO.1 DATE: SECTION NO, COUNTY: STATE PROJECT NO. APPLICANT, ADDRESS: CITY: TO: (if applicable) STATE: ZIP CODE: .] 1 ~i :Ij J TELEPHONE NO., Applicant requests permission from the State of Florida Department of Transportation, hereinafter called the Department, to construct, operate, and maintain the facility shown in the accompanying engineering as described here: Location of Construction, Street Name. and Intersection: Nearest 1. 2. Prior to filing this application, the location of all existing utilities, hoth aerial and underground, has been ascertained, and the accurate locations are shown on the drawings (as applicable). A letter of notification was mailed on to the following utilities/municipalities: 11 .1 " )~ :i 3. .'1 1 4. "' "' -I 5. 6. 7. 8. :i j 9. J 10. ! 11. " " : i Ij -~ Is the proposed work within the corporate limits of a municipality: Name of municipality: Yes No ( Local Government Contact: It is expressly stipulated that this permit is a license for permissive use only and that the construction within and/or upon public property pursuant to this permit shall not operate to create or vest any property right in said holder. Whenever it is determined by the Department that it is necessary for the construction, repair, improvement, maintenance, safe and/or efficient operation, alteration, or relocation of any or all portion of said highway and/or transportation facility; the Permittee shall immediately remove any and all installed facilities from said highway and/or transportation facility, or reset or relocate thereon as required by the Department at the Permittee'S expense. All work shall meet Department's Roadway and Traffic Desiqn Standards, Specifications for Road and Bridqe Construction, and other applicable criteria in effect at the time of permit issuance. The work shall be performed under the inspection supervision of , Permit/Maintenance Engineer located at , Telephone No. This designated engineer shall be notified forty-eight (48) hours prior to the pre-construction meeting and again immediately before commencement of work. All material and equipment shall be subject to inspection by the designated engineer or his authorized representative. All Department property shall be restored to its original condition as far as practical in keeping with Department Specifications, and in a manner satisfactory to the Department, within thirty (30) days of the installation of the permitted work, unless otherwise approved by the Department. A drawing covering details of this work shall be made a part of this permit. This drawing shall include plan, profile, and cross sections as appropriate, and may be required to bear the seal of a professional engineer licensed in the State of Florida. As built drawings are required: Yes ( ) No ( ) The Permittee shall commence actual construction in good faith within days from the date of said permit approval and shall compete construction within days from the commencement of work unless the permittee shows good cause for delay and the Department approves an extension. No extension beyond one (l) year from the date of issuance of this permit will be granted. This construction and maintenance shall not interfere with the property and rights of a prior Permittee. Special Conditions and Instructions by the Department: It is understood and agreed that the rights and privileges herein set out are granted only to the extent of the State's right, title, and interest in the land to be entered upon and used by the Permittee, his heirs, assigns, and successors in interest, and the Permittee will, at all times, assume all risk of and indemnify, defend, and save harmless the State of Florida and the Department from and against any and all loss, damage, cost, or expense arising in any manner on account of the exercise or attempted exercise by said Permittee of the aforesaid rights and privileges. During construction through Department acceptance of the permitted work, all safety regulations of the Department shall be observed and the holder must take measures, including placement and display of safety devices, that may be necessary in order to safely conduct the public through the project area in accordance with the Department's current edition of the Roadway and Traffic Desiqn Standards, Index Series 600, and the Manual of Uniform Traffic Control Devices. In case of non-compliance with the Department's requirements in effect as of the approved date of this permit, this permit is void and the work will be brought into compliance or removed from the right-of-way Memorandum of Agreement Contract No. BD943 Financial Number: 25308717203 12. 13. 12 at no cost to the Department. Submitted and Agreed to by: Name and Title (typed) Signature of Permittee Recommended for approval: Approved by: Title: Corporate Seal Attested Date: Date: District Permit Engineer or Authorized Representative Memorandum of Agreement Contract No. BD943 Financial Number: 25308717203 13 ATTACHMENT "C" ATTACH CITY RESOLUTION Memorandum of Agreement Contract No. BD943 Financial Number: 25308717203 14 RESOLUTION NO. 2004-25615 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RETROACTIVELY APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE ATTACHED MEMORANDUM OF AGREEMENT (MOA), WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT) FOR THE TURF AND LANDSCAPE MAINTENANCE SERVICES ON 1-395 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND TO THE WEST EDGE OF ALTON ROAD, AT THE ANNUAL COST OF $150,000, TO BE PAID TO THE CITY BY FOOT; SAID AGREEMENT COMMENCING ON JULY 1, 2004, AND CONCLUDING ON JUNE 30, 2005, WITH AN OPTION TO RENEW FOR TWO YEARS. WHEREAS, in July of 1994, the Mayor and City Commission approved a Memorandum of Agreement with the Florida Department of Transportation (FDOT) to provide for maintenance of landscaping along the MacArthur Causeway; specifically, from the east end of Watson Island to the westernmost edge of Alton Road (the Agreement); and WHEREAS, this Agreement has been renewed annually since that time; and WHEREAS, the FDOT has expressed a desire to enter into a new Memorandum of Agreement (MOA) for an initial one year period, commencing on July 1, 2004, and concluding on June 30, 2005; and WHEREAS, the MOA may be renewed for two additional one year terms, if mutually agreed upon in writing by FDOT and the City; and WHEREAS, the FDOT has agreed to compensate the City $ 37,500 per quarter, for a total of $150,000 per year, for the cost of maintaining said landscaping; and WHEREAS, the landscape maintenance contract presently in effect expires on September 30, 2004 and the City is in the process of issuing new bids for the scope of services included in the maintenance of the MacArthur Causeway; and WHEREAS, it is possible, due to the City's Living Wage Ordinance requirements, that the bid responses for this scope of work may exceed the annual $150,000 payment from FDOT to the City under the MOA, and the City has been advised by the FDOT that the City's allocation far exceeds the allocation to other municipalities, and our maintenance standards are much higher than those FDOT funds; and WHEREAS, the FDOT has advised the City they cannot commit to an increase to the $150,000 allocation, and therefore dependent upon the bid responses, the level of service may need to be modified; and WHEREAS, to ensure the MacArthur Causeway landscaping continues to be maintained at the high standards set by the City, and to receive the annual funding of $150,000 from FDOT that is necessary to support these maintenance standards, it is recommended that the City retroactively approve the attached Fiscal Year 2004/2005 Memorandum of Agreement, commencing on July 01, 2004, and concluding on June 30, 2005, with an option for renewal for two years. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission retroactively approve and authorize the Mayor and City Clerk to execute the attached Memorandum of Agreement (MOA) with the Florida Department of Transportation (FDOT) for the turf and landscape maintenance services on 1-395 (Mac Arthur Causeway), from the east side of Watson Island to the western edge of Alton Road, at an annual cost of $150,000, to be paid to the City by FDOT; said Agreement commencing on July 01, 2004 and concluding on June 30, 2005, with an option to ren r two years. PASSED and ADOPTED this 7th day of July, 2004. MAYOR T:\AGENDA\2004\JuI0704\ConsenIl7-07-04_ FDOT_Mac Arthur Agml_Reso (Revised}ll.doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION mey~' ~~-oLf CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY m Condensed Title: A Resolution authorizing the Mayor and City Clerk to execute the attached Memorandum Of Agreement (MOA) with the Florida Department of Transportation for the turf and landscape maintenance services on 1-395 (MacArthur Causeway) for a period of one year with two one year renewal options. The annual cost of $150,000 to be oaid to the Citv. Said aoreement to commence on Julv 1, 2004. Issue: Shall the City enter into a new Memorandum of Agreement (MOA) with the Florida Department of Transportation to continue the turf and landscape maintenance on 1-395 (MacArthur Causeway) and receive $150,000 from the FOOT for these services? Item SummarvlRecommendation: The City and FOOT have had a MOA for the landscape maintenance services on the MacArthur Causeway since 1994 and renewed it annually. The current agreement expired on June 30, 2004. The City has utilized the services of a private landscape maintenance company to provide the required work within the scope of services included in this agreement. The annual compensation from FOOT pays for the total cost of the agreement with the private contractor and select plant material replacement. The landscape maintenance contract presently in effect with the Florida Lawn Service expires on September 30, 2004. The City is in the process of issuing new bids for the scope of services included in the maintenance of the MacArthur Causeway project. It is feasible due to the Living Wage Ordinance the bid responses for this scope of work may exceed the annual $150,000 payment to the City. The Parks and Recreation Administration has been advised by the FOOT that the City's allocation far exceeds the allocation to other municipalities and our maintenance standards are much higher than those FOOT funds. Therefore FOOT can not commit to an increase to the $150,000 allocation. Dependent upon the bid responses the level of service may need to be modified. To ensure the MacArthur Causeway landscaping continues to be maintained at the high standards set by the Citv of Miami Beach the Administration recommends the approval of the attached resolution. Advisory Board Recommendation: I Kevin Smith Financial Information: Source of Amount Account Approved Funds: 1 D 2 3 4 Finance Dept. Total City Clerk's Office Legislative Tracking: I Assistant Ci RCM T:\AGENDA\2004\JuI0704\Consent\7 _7 _04 FDOT _Mac Arthur MOA Summary Cover sheet1.DOC AGENDA ITEM DATE t7P 1-7-04 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov To: From: Subject: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission Date: July 7,2004 Jorge M. Gonzalez ~. City Manager V U A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE ATTACHED MEMORANDUM OF AGREEMENT (MOA), WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT) FOR THE TURF AND LANDSCAPE MAINTENANCE SERVICES ON 1-395 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND TO THE WEST EDGE OF ALTON ROAD, AT THE ANNUAL COST OF $150,000, TO BE PAID TO THE CITY BY FDOT; SAID AGREEMENT COMMENCING ON JULY 1,2004, AND CONCLUDING ON JUNE 30, 2005, WITH AN OPTION TO RENEW FOR TWO YEARS. ADMINISTRATION RECOMMENDATION Adopt the Resolution. ANALYSIS In July of 1994 the City Commission approved the initial Memorandum of Agreement with the Florida Department of Transportation (FOOT) to provide for maintenance of landscaping along the MacArthur Causeway, specifically from the east end of Watson Island to the western edge of Alton road. This agreement has been renewed annually since that time. The current agreement for the MacArthur Causeway expired on June 30,2004. For the past several years, the City has utilized the services of a private landscape maintenance company to provide the required work within the scope of services included in this agreement. The annual compensation from FOOT of $150,000 pays for the total cost of the agreement with the private contractor and select plant material replacement. The Parks and Recreation Department has a Parks Superintendent responsible to monitor the work of the contractor on a regular basis to ensure specifications are complied with and the landscape materials are properly maintained. Any deviations from the contract are noted in writing to the contractor and followed until resolved. " City Commission Memorandum July 7,2004 FOOT MacArthur Agreement Page 2 The landscape maintenance contract presently in effect with the Florida Lawn Service expires on September 30, 2004. The City is in the process of issuing new bids for the scope of services included in the maintenance of the MacArthur Causeway project. It is feasible, due to the Living Wage Ordinance that the bid responses for this scope of work may exceed the annual $150,000 payment to the City. The Parks and Recreation Administration has been advised by the FDOT that the City's allocation far exceeds the allocation to other municipalities and our maintenance standards are much higher than those FDOT funds. Therefore FDOT can not commit to an increase to the $150,000 allocation. Dependent upon the bid responses the level of service may need to be modified. To ensure the MacArthur Causeway landscaping continues to be maintained at the high standards set by the City of Miami Beach, and to receive the annual funding of $150,000 from the Florida Department of Transportation that is necessary to support these maintenance standards, the Administration recommends the approval of the attached resolution and the 2004/2005 Memorandum of Agreement which is to commenced on July 1, 2004 and concludes on June 30, 2005 with an option for renewal for two years. JMG/RCM/KS/JAO T:\AGENDA\2004\JuI0704\Consent\7 -07 -04-Com.memo_fdot_mac arlhur Agmtll.doc