Loading...
HomeMy WebLinkAboutR-01-0565• 0 J-01-870 6/14/01 J."l" 565 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO ACCEPT FUNDS, IN THE AMOUNT OF $30,000, FROM THE FLORIDA DEPARTMENT OF TRANSPORTATION ("FDOT") FOR LANDSCAPING AND MAINTENANCE OF THE MEDIANS ON STATE ROAD 5 (BRICKELL AVENUE) FROM SOUTHEAST 5" STREET TO SOUTHEAST 25'x' ROAD, MIAMI, FLORIDA, SAID FUNDS TO BE RECEIVED UPON COMPLETION OF 30% OF THE WORK AND SUBSEQUENT INSPECTION BY FDOT; AUTHORTZING THE CITY MANAGER TO EXECUTE A JOINT PARTICIPATION AGREEMENT BETWEEN THE CITY OF MIAMI AND THE FLORIDA DEPARTMENT OF TRANSPORTATION, FOR SAID PURPOSE; AND FURTHER DIRECTING THE TRANSMITTAL OF A COPY OF THIS RESOLUTION TO THE FDOT. WHEREAS, the City of Miami and the Florida Department of Transportation ("FDOT") agree that the medians on State Road 5 (Brickell Avenue) from Southeast 5tn Street to Southeast 25th Road should be attractively landscaped and maintained with various flora to restore the medians to their original condition; and WHEREAS, the City will provide funds in the amount of $200,000 for said landscaping and maintenance with funds to be allocated from Capital Improvement Project No. 341135; and MINGWOM JUN 1 4 2001 ' n ,.o _J5.5l it 0 • WHEREAS, FDOT requires that the City execute a Joint Participation Agreement, pursuant to §339.08(e) and §,339.12, Fla. Stat., (2000), setting forth each participant's responsibilities; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The City Manager is authorized to accept funds, in the amount of $30,000, from FDOT for landscaping and maintenance of t -ho medians on State Road 5 (Brickell Avenue) from Southeast 5" Street to Southeast 25th Road, Miami, Florida, said funds to be received upon completion of 30% of the work and subsequent inspection by ?DOT. Section 3. The City Manager is authorized) to execute a .joint Participation Agreement between the City of Miami and the FDOT, for said purpose. The herein authorization is further subject to compliance with all requirements that may be zmposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. Page 2 of 3 U1— ;j fR, Section 4. The City Manager is directed to instruct the Director of the Department of Public Works to transmit a copy of this Resolution to FDOT. Section S. This Resolution shall become effective immediately upon its adoption and signature of the Mayor Y PASSED AND ADOPTED this `1.4th day of June F 2001. JOE CAROLLO, MAYOR in accordance wan n::; .,. ,. aASvor did nm indicate approwl of it& legislation by sitlniV :: ai becomes effective with the' ejapai.:; :;It . ;: i` (l U) u:' j!. ; i a l� � t.: i (::.: i �►tt:S51 regarding as=, without tho Mayor urxr rcid oio. Wa . oeman, City Cleric ATTEST: WALTER J. FOEMAN CITY CLERK APPROVED Q ORM A VIILARELLO 901Y ATTORNEY W5704:BSS AND CORRECTNESS:& If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3 i% I— 5 6 �) • • Contract No.: A4989 Fin/Joh No.: 2$0610 3 58 01 County: Miami -Dade DEPARTMENT OF TRANSPORTATION JOSNT PARTICIPATION AGREEMENT . WITH THE CITY OF MIAMI This AGREEMENT, entered into this day of 2001, by and between the STATE OF FLORIDA, Department of Transportation, an agency of the State of Florida, hereinafter called the DEPARTMENT and the CITY OF MIAMI, a municipal corporation of the State of Florida, herein after called the CITY. WITNESSETH WHEREAS, the CITY and the DEPARTMENT herein agree that the median strips on SR 5 (Brickell Avenue) from S.E. 5th Street to S.E. 25°" Road should be attractively landscaped with various flora to restore the medians to their original condition; and WHEREAS, each party herein agrees to provide funds for the restoration of the landscaping; and WHEREAS, the CITY has agreed to provide $200,000.00 and the DEPARTMENT has agreed to provide $30,000.00 for said work; and WHEREAS, the DEPARTMENT and the CITY have determined that it would be to the best interest of the general public and the citizens of Florida to enter into this Agreement; and WHEEREAS, the parties are authorized to enter into this Agreement pursuant to Section 339.08 (e) and 339.12, Florida Statutes (1999). WHEREAS, the CITY by Resolution No. dated , attached hereto as Attachment "A", 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 zo the other, the parties covenant and agree as follows: JPA CITY OF MIAMI.AOC I 01— *5�i)i1 Contract No.: A -J989 Fin/Job No.: 250610 3 58 01 County: Miami -Dade 1. CITY'S RESPONSIBILITY 1.1. The CITY shall be solely responsible for the preparation of the landscape restoration plans including that said plans meet the design criteria of the DEPARTMENT'S Roadway and Traffic Design Standards for sight distances at intersections. 1.2. The CITY shall be solely responsible for procuring a contractor to perform the work noted in said plans and shall also be the Project Manager. 1.3. The CITY shall be solely responsible during the installation of the landscape for establishing the appropr9.ate safety and traffic control through the work zone in accordance with the DEPARTMENT'S Roadway and Traffic Design Standards, indices 600 thru 665. 1.4. The CITY shall. be solely responsible for .restoring all DEPARTMENT property damaged as the result of the landscape restoration work to its original condition as far as practical in keeping with DEPARTMENT specifications. I.S. The CITY shall send a written notice to the DEPARTMENT when the equivalent of $30,000.00 in project expenditures occurs. This expenditure should occur at 30k of work completion. After the DEPARTMENT conducts the 30% work completion inspection, the CITY may invoice the DEPARTMENT for the work inspected and accepted. 1.6. The CITY shall solely be responsible for the maintenance of the installed landscaping in accordance with the existing maintenance agreement entered by both parties on January 31, 1994 (City of Miami Resolution. 93-779). 1.7. The CITY shall notify the DEPARTMENT in writing when the project is completed. Z. DEPARTMENT'S RESPONSIBILITY 2.1. The DEPARTMENT will provide an amount of $30,000.00 towards the cost of the landscape restoration work. JPA CITY OF MIAWDOC 2 i 1— 56J • • Contract No.: A-.1989 Fin/Job No.: 250610 3 59 01 County: Miami -Dade 2.2. The DEPARTMENT will conduct the 30% work completion inspection when notified by the CITY. 3. METHOD OF COMPENSENTATION 3.1. In accordance with requirements of Section 287.058(1)(d), Florida Statutes, the DEPARTMENT agrees to pay the CITY a lump sum payment in the amount of $30,000.00 after the completion of thirty (301) percent of the contract work. 3.2. In accordance with Section 287.058(1)(a), Florida Statutes, the CITY shall submit the invoice/bill in detail sufficient for proper preaudit and pcstaudit thereof.- 4. hereof- 4. RECORDS 4.1. Records of costs incurred under terms of this AGREEMENT shall be maintained and made available upon request to the DEPARTMENT at all times during the period of this AGREEMENT and for three years after final payment is made. 4.2. Copies of these documents and records shall be furnished to the DEPARTMENT upon request. 4.2. Records of costs incurred includes the Participant's general accounting records and the project records, together with supporting documents and records, of the Contractor and all subcontractors performing work on the project, and all other records of the Contractor and subcontractors considered necessary by the DEPARTMENT for a proper audit of costs. 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: MA CITY OF MIAMI DDC i'1Ii�L1 3 Contract No.: A4989 Fin/Job No.: 290610 3 58 Of County: Miami -Dade 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 Department of Public Works 444 S.W. 2" Avenue Miami, Florida 33130 Attention: Director 6. LANDSCAPE MODIFICATION It is Lnderstood between the parties hereto that the landscaping covered by this AGREEMENT may be removed, relocated 'or' adjusted at any time in the future as found 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. VENDOR RIGHTS Section 215.422(5), Florida Statutes, requires the Department to include a statement of vendor (Contractor) rights. Contractors are hereby advised of the following: 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. 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 clue 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. JPA CITY QP MIAMI DOC -1UIRUv- 4 01- 565 LJ Contract No.: A -J989 Fin/Job No.: 250610 3 $8 01 County: Miami -Dade 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. 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 whc 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. 8. CANCELLATION 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 or received by the CITY pertinent to this AGREEMENT which are subject to provisions of Chapter 119, of the Florida Statutes. 9. CONTRACT LENGTH In accordance with Section 287.058 (1) (e) , Florida Statutes, this AGREEMENT is for a period of one (1) year beginning on the date of execution. 10. 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. There shall be only one extension of this AGREEMENT. 11. ADDITIONAL COVENANTS 11.1. 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. MA CITY OF MIAMI WC 5 V J � Contract No.: A -M Fin/Job No.: =10 3 38 01 County: M_ INmi-Dark 11.2. This AGREEMENT is nontransferable and nonassignable in whole or in part without consent of the DEPARTMENT. 11.3. This AGREEMENT, regardless of where executed shall be governed by, and constructed according to the laws of the State of Florida. 11.4. nothing in this AGREEMENT shall be construed to violate the provisions of Section 339.135(6)(a), of the Florida Statutes, which provides as follows: The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection, is null and void and no money may be paid on such contract. The Department shall require a statement from the Comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of a contract for periods exceeding one year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; 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. 11.5. The Department's obligation to pay under this section is contingent upon an annual appropriation by the Florida Legislature. 11.6. Travel costs will not be reimbursed. SPA Cf(4 CO M"11 6 affinnu- Contract No.: AnM Flu/Job No.: 250610 358 91 County: Miami -Dade WITHUS WMIMP the. parties hereto have caused theme. presents to be executed the day and year first above written. JOINT PARTICIPATION AGREEMENT WITH THE CITY OF MIAMI. =21 0 CITY OF MIAMI, FLORIDA 16 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and DATE VAY 2 9 1vo1 FILE members of the City Commission SUBJECT: RESOLUTION authorizing Joint Participation Agreement with Florida Department of FROM a $ A. Gim ez REFERENCES : Transportation for Brickell City Manager ENCLOSURBB: Avenue Medians (SE 5'h Street to SE 25 Road) RECOMMENDATION It is respectfully recommended that the attached Resolution be adopted authorizing the City Manager to execute a Joint Participation Agreement (JPA) with the Florida Department of Transportation (FDOT) and accepting the sum of $30,000- from the FDOT upon FDOT's inspection of the landscape work by the City on SR 5 (Brickell Avenue) between SE 5 Street and SE 25 Road. BACKGROUND Certain improvements are required to the medians of SR5 (Brickell Avenue) between SE 5 Street and SE 25 Road to keep them attractively landscaped with various flora to restore the medians to their original condition. The City's Brickell Avenue Beautification Project B-3274 provides the funds for this beautification work. The Joint Participation Agreement with FDOT provides the sum of $30,000 to the City upon FDOT's inspection of the work completion. .ti CAG FKR/JHJ/AAD/mrn RH&eItMcdtans-PDOT-JPA-MEMO of- 565 Florida Department of Transportation Js6 BUSH Dist f ict Six Maintenance Office =OMAS F. BARRY, AL cavatwoR 1000 NW 111 Avenue, Room 8214 s esrARv Miami, Florida 33172 S : •.1 April 20, 2001 Albert A. Dominguez, Assistant Director t ' Department of Public Works City of Miami p `- 444 S.W. 2"d Avenue Miami, Florida 33130 RE: Joint Participation Agreement Contract No.: A -J989, SR 5 (Brickell Avenue), Landscape Restoration from SE 5d' Street south to SE 25* Road Fin/Job No.: 25061035801 County . '.Miami -Dade Dear Mr. Dominguez: Enclosed for the City of Miami to execute are four (4) identical agreements for the project referenced above. Please leave the date blank on all four documents and return to me to the address noted above. If you have any questions concerning the agreement, please contact me at telephone number (305) 470-5434. Sincerely, • y Arnaldo Fernandez, Jr. Assistant Maintenahce Contracts Engineer cc: Gus Pogo, P.E., Director of Operations Ronald S. Steiner, P.E., District Maintenance Engineer Jorge Fernandez, District Maintenance Contracts Engineer File www.dot.atate.fl.us ®Ir—65