Loading...
DISTRICT SEVEN HIGHWAY LANDSCAPE REIMBURSEMENT AND MAINTENANCE MEMORANDUM OF AGREEMENT AND RESOLUTION NUMBER 05-12 ~ .....q-1: .' HLRMOA 01-05 DISTRICT SEVEN HIGHWAY LANDSCAPE REIMBURSEMENT AND MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT, made and entered into as ofthe 2tJD day of MAY ,2005, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, a component agency of the State of Florida, hereinafter called the "Department" and the CITY OF CLEARWATER, a municipal corporation of the State of Florida, existing under the Laws of Florida, hereinafter called the "City". WITNESSETH WHEREAS, the Department intends to construct or otherwise reconstruct and improve State Road 60 (Courtney Campbell Causeway) right-of-way consisting of road improvements and grassed areas abutting thereon located between Bay Street and the eastern City Limits in Pinellas County, Florida (the "Project Highway"); and WHEREAS, the Department has allocated funds for landscape improvements in conjunction with the construction or reconstruction of the Project Highway, under FP# 418868-1-54-01 , and is authorized pursuant to Section 334.044, Florida Statutes, to reimburse the City for eligible landscape expenditures; and WHEREAS, upon installation of the landscape improvements, the City has agreed to maintain the same at its sole expense and in a reasonable manner; and WHEREAS, the City by Resolution No. oS - \ z.. , a copy of which is attached hereto as Exhibit "A", has authorized its officers to execute this Agreement on its behalf. NOW, THEREFORE and in consideration of the mutual benefits that flow each to the other, the parties covenant and agree as follows: 1. SUBMITTALS a. The City shall produce plans for and install landscape improvements on those areas of the Project Highway as'depicted in the Landscape Plans and Specifications to be attached hereto and incorporated herein as Exhibit "B". All work conducted in connection with plans production and installation of landscape materials shall hereinafter be referred to as the "Project". b. Final planting plans, details and technical specifications shall be prepared in conformance with Section 481 Part II, Florida Statutes, Florida Administrative Code Rule 14-40, all applicable requirements of the Highway Landscape, Beautification and Plan Review Procedure (Topic No. 650-050-001), and shall be based on the District's current roadway plan. c. Not later than ninety calendar days following the execution of this Agreement or receipt offederal authorization, the City shall submit to the Department seven copies of the landscape plans and specifications, five signed and properly executed copies of the Highway Landscape ,~~ .1'" Maintenance Memorandum of Agreement, and three copies of the following attachments: the project schedule, letters of no conflict from all utilities within the project limits, a project maintenance plan, and a project cost estimate. If the City desires to work closer than fifteen feet to the edge of pavement or close a traffic lane, a Maintenance 'of Traffic Plan must be included in the submittal. Within three weeks of the receipt of review comments by the Department, the City shall revise all documents required herein in. accordance with the Department's comments and submit two copies of the revised documents for the Department's written approval. Within one week of receipt of Department approval, the City shall submit seven copies of the approved Plans and Specifications to the Department. Failure of the City to submit any of the required documents within the time periods herein may be cause for termination ofthis Agreement. d. If any of the submittals of the City pursuant to Paragraph l.c. are rejected by the Department and returned to the City for revisions or changes, such documents must be approved and resubmitted to the Department not later than one hundred fifty calendar days following the execution of this Agreement or receipt of federal authorization. If such documents are not resubmitted as approved by this date, the Department may terminate this Agreement, including its obligation to reimburse any monies expended for the Project except for those approved expenditures for design of the project. e. All notices, demands, requests or other instruments shall be given by depositing the same in the U.S. Mail, postage prepaid, registered or certified with return receipt requested. (1) If to the Department, address to District Landscape Architect, at Florida Department of Transportation, MS 7-1200, 11201 N. McKinley Drive, Tampa, Florida 33612-6456 or at such other address as the Department may from time to time designate by written notice to the City; and ' (2) If to the City address to Ms. Mashid D. Arasteh, P.E., Public Works Administrator, City of Clearwater, Post Office Box 4748, Clearwater, Florida 33758-4748 or at such other address as the City from time to time designates by written notice to the Department. All time limits provided hereunder shall run from the date of receipt of all such notices, demand requests and other instruments. 2. INSTALLATION a. The City shall not commence Project installation until the Department has accepted the roadway construction project and issued a Notice to Proceed. Said Notice shall contain the project completion date. In no event shall a Notice to Proceed be issued until the Department has approved all the documents provided for in Paragraph l.c. The City shall notify the District Landscape Manager (DLM) ten working days and the Local Maintenance Engineer forty-eight hours prior to commencing work on the Project site. b. The City shall have Maintenance of Traffic certified personnel supervise the set up and operation of Maintenance of Traffic devices at the Project site. All installations and construction performed pursuant to this grant shall be performed in accordance with all applicable laws, rules, 2 of 10 ....!_ If procedures and guidelines of the Department including Maintenance of Traffic regulations and all provisions of this agreement. In the event that any installations are at any time determined by the Department to be not in conformance with the applicable requirements, or are determined to be interfering with the safe and efficient operation of any transportation facility, or are otherwise determined to present a danger to public health, safety, or welfare, said installation shall be immediately brought into departmental compliance at the sole cost and expense of the City. c. If the City fails to complete the installation of the Project by the completion date set forth in the Notice to Proceed or abandons the Project, the Department shall provide the City with written notice of its intent to terminate this Agreement unless the condition resulting in such notice is corrected. If the City fails to respond or take corrective action within the prescribed time period set forth in the notice, the Department may terminate the Agreement as provided for in Paragraph 6.a.(I), including its obligation to reimburse any monies expended for the Project except for those portions of the Project already completed by the City and accepted by the Department. d. Upon certification of completion by the City, inspection, and conditional approval of the Project in writing by the Department's Landscape Architect, the Project shall be subject to a ninety calendar day establishment period. 3. BILLING and PAYMENT a. Upon completion of the ninety-calendar day establishment period and approval of the Project installation by the Department, the City shall, within one hundred eighty calendar days, furnish the Department with four signed originals of its final and complete billing of all eligible costs incurred in connection with the Project. Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. The invoice shall show the description and site of the Project; the date on which the first work was performed or the date on which the earliest billed expense was incurred; the date on which the last work was performed or the last item of billed expense was incurred; and the location where records and accounts billed can be audited. b. The Department shall reimburse the City in an amount not to exceed $ I 50,000 Dollars and No Cents for all eligible expenditures for the professional design, purchase and installation of plant material, fertilizer, and soil amendments as identified in Exhibit "B". Reimbursement for design expenditures shall not exceed ten percent of the total reimbursement amount. The Department's obligation to reimburse the City shall be subject to: (1) legislative approval of the Department's appropriation request for the work program year in which the Project is scheduled to be committed; (2) the City's installation of the Project in accordance with the approved documents; and (3) Department approval of the Project after the ninety calendar day establishment period. c. A Vendor Ombudsman has been established within the Department of Banking and Finance. The duties of this individual include acting as an advocate for contractorslVendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (904) 488-2924 or by calling the State Comptroller's Hotline, 3 of 10 ,,' 1-800-843-3792. The interest penalty for delay in payment shall be in accordance with Section 215.422(3 )(b), Florida Statutes. d. Records of costs incurred under terms of this Agreement shall be maintained and made available upon request to the Department at any time during the period of this Agreement and for three years after final payment is made. Copies of these documents and' records shall be furnished to the Department upon request. Records of costs incurred include the City's general accounting records, together with supporting documents and records, of the City and all subcontractors performing work on the Project, and all other records of the City and subcontractors considered as necessary by the Department for a proper audit of costs. e. The parties recognize and accept the funding restrictions as set forth in Section 339. 135(6)(a), Florida Statutes, which may affect the Department's obligations hereunder: 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 the 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 contracts for a period 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 the succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for any amount in excess of $25,000 and which have a term for a period of more than one year. f. The Department recognizes that the City must comply with Section 166.241, Florida Statutes. This Agreement shall not be construed to modify, in any way, the City's obligations under those statutes. 4. AUDITS Section 215.97, Florida Statutes, the Florida Single Audit Act, requires recipients of federal and state funds to have audits done annually using the following criteria. a. Federal awards are to be identified using the Catalog of Federal Domestic Assistance (CFDA) title and number, award number and year, and name of the awarding federal agency. (1) In the event that a recipient expends $500,000 or more in Federal awards in its fiscal year, the recipient must have a single or program specific audit conducted in accordance with the United States Office of Management and Budget (OMB) Circular A- 133. (2) If a recipient expends less than $500,000 in Federal awards during its fiscal year, an audit conducted in accordance with the OMB Circular A-133 is not required. If a 4 of 10 T' recipient expends less than $500,000 in Federal awards during its fiscal year and elects to have an audit conducted in accordance with OMB Circular A-I33, the cost of the audit must be paid from non-federal funds. b; State awards will be identified using the Catalog of State Financial Assistance (CSF A) title and number, awaid number and year, and name of the awarding state agency. (I) In the event that a recipient expends $500,000 or more in State awards during its fiscal year, the recipient must have a state single or program specific audit conducted in accordance with Section 215.97, Florida Statutes, and Chapters 10.550 and 10.650, Rules of the Auditor General. (2) If a recipient expends less than $500,000 in State awards during its fiscal year, an audit conducted in accordance with Section 215.97 Florida Statutes, and Chapters 10.550 and 10.650, Rules of the Auditor General is not required. If a recipient expends less than $500,000 in State awards during its fiscal year and elects to have an audit conducted in accordance with Section 215.97, Florida Statutes, and Chapters 10.550 and 10.650, Rules of the Auditor General, the const of the audit must be paid from non-state funds. c. Reporting Packages and management letters generated from audits conducted in accordance with OMB Circular A-I33 be received by the appropriate FDOT office no later than nine months after the end of the recipient's fiscal year. Financial Reporting Packages generated in accordance with Section 215.97, Florida Statutes, shall be submitted to the awarding FDOT office by the recipient within thirty days of receiving it. d. The recipient shall follow up and take corrective action on findings. Preparation of a summary schedule of prior year audit findings, including corrective action and current status of the audit findings is required. Current year audit findings require corrective action and status of finding. e. Project records shall be retained and available for at least five years from the date the audit report is issued. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is completed or the dispute is resolved. Access to project records and audit workpapers shall be given FDOT, the Comptroller, and the Office of the Auditor General. This section does not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of state financial assistance or limit the authority of any other state official. f. The recipient shall submit required documentation as follows; (I) A reporting Package and Data Collection Form for each audit conducted in accordance withOMB Circular A-I33 shall be sent to: Florida Department of Transportation and District Maintenance Office MS 7-1200, 11201 N. McKinley Drive Tampa, Florida 33612-6456 Federal Audit Clearinghouse Bureau of the Census 120 I East 10th Street Jefferson, IN 47 I3 2 5 of 10 " (2) A Financial Reporting Package of audits conducted in accordance with Section 215.97, Florida Statutes, and Chapters 10.550 and 10.650, Rules of the Auditor General shall be sent to: Florida Department of Transportation . and District Maintenance Office MS 7-1200, 11201 N. McKinley Drive Tampa, Florida 33612-6456 Auditor General's Office Room 401, Pepper Building 1 I I West Madison Street Tallahassee, FL 32399-1450 g. Any reports, management letter, or other information required to be submitted to the Department pursuant to this agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes, and Chapters 10.550 and 10.650, Rules of the Auditor General, as applicable. Recipients should indicate the date that the reporting package was delivered to the Department in correspondence accompanying the reporting package. h. In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Section 215.97, F.S., monitoring procedures may include on-site visits by the Department, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. The recipient agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. 5. MAINTENANCE a. At such time as the Department issues a Notice to Proceed with Project installation and until such time as the Project is removed pursuant to Paragraph 6, the City shall maintain the Project in a reasonable manner and with due care in accordance with Project standards. Specifically, the City agrees to perform the following responsibilities: (1) removal of litter from all landscaped areas of the Project Highway; (2) watering and fertilization of all plants; (3) mulching of all plants beds; (4) keeping plants as free as practicable from disease and harmful insects; (5) weeding the Project premises routinely; (6) mowing and/or cutting grass within the landscaped areas; (7) pruning all plants, specifically removing of all dead or diseased parts of plants and pruning of all parts of plants that present a visible hazard to those using the roadway; (8) replacement, or at the City's option, removal of all dead or diseased plants or other parts of the Project that have fallen below Project standards. All replacements shall be of substantially the same grade, size and specification as originally provided for in the plans and specifications, unless otherwise authorized by the Department; ande 6 of 10 .' (9) routine maintenance as prescribed by the manufacturer of any Project irrigation system. b. Maintenance of the Project shall be subject to periodic inspections by the Department. In the event that any of the aforementioned responsibilities are not carried out or are, otherwise, determined by the Department to be not in conformance with the applicable Project standards, the Department may terminate the agreement in accordance with paragraph 6.a(I). c. The Department's Area Maintenance Office shall be notified forty-eight hours in advance , of commencing any scheduled maintenance activities. Emergency repairs shall be performed without delay and the Maintenance Office notified immediately. The Area Maintenance Engineer with responsibility for the roadway within this Project is Mr. Brian Bennett, P.E., located at 5211 Ulmerton Rd., Clearwater, Florida, telephone number (727) 570-5101. Prior to any major Project reconstruction or replacement activity, the City is to notify all the utilities of their work schedule, so that any affected utilities can be field located and marked to avoid damage. d. If the City desires to position vehicles, equipment, or personnel, or to perform maintenance activities closer than fifteen feet to the edge of pavement; or to close a traffic lane, Maintenance of Traffic shall be in accordance with the Project plans and all Departmental Maintenance of Traffic Regulations. The City shall have Maintenance of Traffic certified personnel supervise the set up and operation of such Maintenance of Traffic devices at the site of the maintenance activity. e. The Department will require the City to cease maintenance operations and remove all personnel and equipment from the Department's right-of-way if any actions on the part of the City or representatives of the City violate the conditions or intent of this agreement as determined by the Department. 6. TERMINATION a. The Agreement may be terminated under anyone of the following conditions: (1) By the Department if the City, following fifteen calendar days' written notice, fails to perform its duties under this agreement; or if the City refuses to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the City in conjunction with this Agreement. (2) By the City following sixty calendar days' written notice. (3) By the Department following sixty calendar days' written notice. b. Within 60 days following a notice to terminate pursuant to 6.a.(1) or 6.a.(2), if the Department requests, the City shall remove the Project and restore the Project premises to the same safe condition existing prior to installation of the Project. If the Department does not request such restoration or terminates this Agreement pursuant to 6.a.(3), the Department may complete, remove, relocate or adjust the Project as it deems best. 7 of 10 .' c. It is understood between the parties hereto that any or all of the project may be removed, relocated, or adjusted at any time in the future as determined to be necessary by the Department in order that the adjacent state road be widened, altered, or otherwise changed to meet with the future criteria or planning of the Department. The City shall be given notice regarding such removal, relocation, or adjustment and shall be allowed sixty days to remove the affected part of . the Project at its own cost. The City will own that part of the Project it removes. After the sixty day removal period, the Department then may remove, relocate, or adjust the Project as it deems best. Wherever the City removes any or the entire Project pursuant to this agreement, the City shall restore the surface of the affected portion of the Project premises to the same safe condition as it was before installation of such landscaping pursuant to the agreement. The restoration shall include grading and filling holes and indentations caused by the aforesaid removal, as well as any seeding or sodding necessary to provide a grassed area. 7. INDEMNITIES a. To the extent provided by law, the City shall indemnify, defend, and hold harmless the Department and all of its officers, agents and employees from any claim, loss, damage, cost, charge, or expense arising out of any act, error, omission, or negligent act by the City, its agents, or its employees, during the performance of the Agreement, except that neither the City, its agents, or its employees, will be liable under this paragraph for any claim, loss, damage, cost, charge, or expense arising out of any act, error, omission, or negligent act by the Department or any of its officers, agents, or employees during the performance of the Agreement. b. When either party receives notice of a claim for damages that may have been caused by the other party in the performance of services required under this Agreement, that party will immediately forward the claim to the other party. Each party will evaluate the claim, and report its findings to each other within fourteen working days and jointly discuss options in defending the claim. A party's failure to promptly notify the other of a claim will not act as a waiver of any right herein. 8. GENERAL a. The Department's District Secretary or his designee shall decide all questions, difficulties, and disputes of any nature whatsoever that may arise under or by reason of this Agreement the prosecution, or fulfillment of the service hereunder and the character, quality, amount, and value thereof; and his decision upon all claims, questions, and disputes shall be final and conclusive upon the parties hereto. b. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold provided in Section 287.017, Florida 8 of 10 .' Statutes, for CATEGORY TWO for a period of thirty-six months from the date of being placed on the convicted vendor list. c. This Agreement embodies the entire Agreement and understanding between the parties hereto and there are no other agreements or understandings, oral or written, with reference to the subject matter hereof that are" not merged herein and superseded hereby. This Agreemimt may not be assigned or transferred by the City in whole or in part without written consent of the Department. d. If any provision of the Agreement is held invalid, the remainder of this Agreement shall not be affected thereby if such remainder would then continue to conform to the terms and requirements of applicable law. e. This Agreement, regardless of where executed, shall be governed by and construed according to the Laws of the State of Florida. 9 of 10 " IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year first above written. CITY OF CLEARWATER, FLORIDA A municipal corporation of The State of Florida By: tfJ~g, .~-:u: William B. Horne II City Manager Countersigned: ~ J~rr, Mayor . '. / As to form: ~~ !frY D.Ru . Assistant City Attorney , 1 0 of 1 0 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION By: t~i As to form: j /-/-1\,/ v',/'; 1/ 0,) .iCi1 Office of the General Coun I, District 7 11 RECEIVED: 4/28/05 3:45PM; ->FDOT; #153; PAGE 2 04/28/2005 16:16 7275624755 . ENG PAGE 02/02 RESOLUTION NO. 05-12 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA AUTHORIZING EXECUTION OF A HIGHWAY LANDSCAPE REIMBURSEMENT AND MAINTENANCE MEMORANDUM OF AGREEMENT WITH THE STATE OF FlORfDA DEPARTMENT OF TRANSPORTATION FORA PORTION OF STATE ROAD 60 (COURTNEY CAMPBELL CAUSEWAY) THE PROJECT WILL EXTEND FROM THE CITY. LIMITS WEST ALONG TH.E CAUSEWAY TO BAY STREET; PROVIDING AN EFFECTIVE DATE WHEREAS, Many roadside areas and a median strip abutting the State of Florida Department of Transportation rights-of~way areas should be maintained and attractively landscaped; and WHEREAS, the City Council wishes to beautify and improve the right-of-way area for State Road 60 (Courtney Campbell Causeway) between the City limits west to Bay Street within the City of Clearwater by landscaping; and WHEREAS, the City Council wishes to authorize an office of the City to enter iflto a Highway Landscape Reimbursement and Highway Maintenance Memorandum of Agreement with the State of Florida Department of Transportation; NOW THERFORE BE IT .RESOl VED by the City Council of Clearwater, Florida, in regular session duly assembled that: 1. The Mayor is hereby authorized to execute a Highway Landscape Reimbursement and Maintenance Memorandum of Agreement for a portion of S.R. 60 (Courtney Campbell Causeway) 2.. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 21st day of April 2005. .:I.--e I( ~ ~ V. Hibbard' . Mayor .~~?;r~ Bry . Ru ASSIstant City Attorney Attest: ~L A-.a. ., y ia E. .Goud~au .' City lerk. : . --. "'...1." ,. -._,_