PSA with Blue Iguana Control, IncDocusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4E6A193C
PRIME -Contract No.23-007-01
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF MIAMI BEACH
AND
BLUE IGUANA PEST CONTROL,INC
FOR
IGUANA REMEDIATION SERVICES PURSUANT TO
RFO-2023-007-WG
12/24/2024 I 9:18 EST
This Professional Services Agreement ("Agreement")is entered into this ("Effective
Date"),between the CITY OF MIAMI BEACH,FLORIDA,a municipal corporation organized and
existing under the laws of the State of Florida,having its principal offices at 1700 Convention
Center Drive,Miami Beach,Florida,33139 (the "City"),and BLUE IGUANA PEST CONTROL,
INC,a Florida CORPORA TION,whose address is 1440 Coral Ridge Drive,Suite 460,Coral
Springs,Florida 33071 ("Contractor").
SECTION 1
DEFINITIONS
Agreement:
City Manager:
City Manager's
Designee:
Contractor:
Services:
Fee:
This Agreement between the City and Contractor,including any exhibits
and amendments thereto.
The chief administrative officer of the City.
The City staff member who is designated by the City Manager to administer
this Agreement on behalf of the City.The City Manager's designee shall be
the Facilities and Fleet Management Department Director.
For the purposes of this Agreement,Contractor shall be deemed to be an
independent contractor,and not an agent or employee of the City.
All services,work and actions by the Contractor performed or undertaken
pursuant to the Agreement.
Amount paid to the Contractor as compensation for Services.
Proposal Documents:Proposal Documents shall mean City of Miami Beach RFQ No.2023-001
for Iguana Remediation Services,together with all amendments thereto,
issued by the City in contemplation of this Agreement RFQ and the
Contractor's proposal in response thereto ("Proposal"),all of which are
hereby incorporated and made a part hereof;provided,however,that in the
event of an express conflict between the Proposal Documents and this
Agreement,the following order of precedent shall prevail:this Agreement;
the RFQ and the Proposal.
PRIME
1
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4E6A 193C
R isk M anager:
PRIME -Contract No.23-007 01
The Risk M anager of the City,w ith offices at 1700 Convention Center
Drive,Third Floor,M iam i Beach,Florida 33139;telephone num ber (305)
673-7000,Ext.26724;and fax num ber (305)673-7529.
SECTION 2
SCOPE OF SERVICES
2.1 PRIME CONTRA CTOR.In consideration of the Fee to be paid to Contractor by the City,
C ontra ctor shall pro vide the w ork and serv ices described in Exhibit "A"hereto (the "Serv ices").
2.2 C ontractor's Serv ices and any deliverables incident thereto shall be com pleted in
accordance with the tim eline and/or schedule in Exhibit "A"hereto.
N otw ithstanding the fo regoing,all Serv ices provided by the Consultant shall be perform ed in
accordance w ith the term s and conditions set fo rth in Exhibit "A"and to the reasonable satisfaction
of the C ity's C ontract Com pliance Adm inistrator.If there are any questions regarding the Serv ices
to be perf orm ed,C onsultant should contact the fo llowing person:
Santiago Sellan,Facilities &Fleet Managem ent Departm ent,at
santiaqosellan@ m iam ibeachfl.gov,or 305-673-7000 ext.22124
or
G iacom o Natteri,Facilities &Fleet Managem ent Departm ent,at
giacom onatteri@ m iam ibeachfl.gov,or 305-673-7000 ext.22970
SECTION 3
TERM
The term of this Agreem ent ("T erm ")shall com m ence upon execution of this Agreement by all
parties hereto (the Effective Date set fo rt h on p.1 hereof)and shall have an initial term of three
(3)years,w ith two additional one (1)year renewal options,to be exercised at the City
M anager's sole option and discre tion,by pro viding Contractor with written notice of sam e no less
than thirt y (30)days prior to the expiration of the initial term .
N otw ithstanding the Term pro vided herein,Contractor shall adhere to any specific tim elines,
schedules,dates,and/or perf orm ance m ilestones fo r com pletion and delivery of the Serv ices,as
sam e is/are set fo rth in the tim eline and/or schedule referenced in Exhibit "A"hereto.
SECTION 4
FEE
4.1 In consideration of the Services to be pro vided,the Contractor shall be com pensated on
a m onthly basis fo r each location in accordance w ith the established m onthly fees attached hereto
as Exhibit "B"
PRIM E
2
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4 E6A193C
PRIME -Contract No.23-007-01
4.3 INVOICING
Upon receipt of an acceptable and approved invoice,payment(s)shall be made within forty-five
(45)days for that portion (or those portions)of the Services satisfactorily rendered (and
referenced in the particular invoice).
Invoices shall include a detailed description of the Services (or portions thereof)provided,and
shall be submitted to the City at the following address:
Accounts Payable:Payables@miamibeachfl.gov
SECTION 5
TERMINATION
5.1 TERMINATION FOR CAUSE
If the Contractor shall fail to fulfill in a timely manner,or otherwise violates,any of the covenants,
agreements,or stipulations material to this Agreement,the City,through its City Manager,shall
thereupon have the right to terminate this Agreement for cause.Prior to exercising its option to
terminate for cause,the City shall notify the Contractor of its violation of the particular term(s)of
this Agreement,and shall grant Contractor ten (10)days to cure such default.If such default
remains uncured after ten (10)days,the City may terminate this Agreement without further notice
to Contractor.Upon term ination,the City shall be fully discharged from any and all liabilities,
duties,and terms arising out of,or by virtue of,this Agreement.
Notwithstanding the above,the Contractor shall not be relieved of liability to the City for damages
sustained by the City by any breach of the Agreement by the Contractor.The City,at its sole
option and discretion,shall be entitled to bring any and all legal/equitable actions that it deems to
be in its best interest in order to enforce the City's rights and remedies against Contractor.The
City shall be entitled to recover all costs of such actions,including reasonable attorneys'fees.
5.2 TERMINATION FOR CONVENIENCE OF THE CITY
THE CITY MAY ALSO,THROUGH ITS CITY MANAGER,AND FOR ITS
CONVENIENCE AND WITHOUT CAUSE,TERMINATE THE AGREEMENT AT ANY
TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONSUL TANT OF SUCH
TERMINATION;WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30)DAYS
FOLLOWING RECEIPT BY THE CONSUL TANT OF SUCH NOTICE.ADDITIONALLY,
IN THE EVENT OF A PUBLIC HEAL TH,WELFARE OR SAFETY CONCERN,AS
DETERMINED BY THE CITY MANAGER,IN THE CITY MANAGER'S SOLE
DISCRETION,THE CITY MANAGER,PURSUANT TO A VERBAL OR WRITTEN
NOTIFICATION TO CONSULTANT,MAY IMMEDIATELY SUSPEND THE SERVICES
UNDER THIS AGREEMENT FOR A TIME CERTAIN,OR IN THE ALTERNATIVE,
TERMINATE THIS AGREEMENT ON A GIVEN DATE.IF THE AGREEMENT IS
TERMINATED FOR CONVENIENCE BY THE CITY,CONSULTANT SHALL BE PAID
FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF
TERMINATION;FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM
PRIME
3
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A193C
PRIME -Contract No.23-007-01
ANY AND ALL LIABILITIES,DUTIES,AND TERMS ARISING OUT OF,OR BY VIRTUE
OF,THIS AGREEMENT.
5.3 TERMINATION FOR INSOLVENCY
The City also reserves the right to terminate the Agreement in the event the Contractor is placed
either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors.
In such event,the right and obligations for the parties shall be the same as provided for in
Section 5.2.
SECTION 6
INDEMNIFICATION AND INSURANCE REQUIREMENTS
6.1 INDEMNIFICATION
Contractor agrees to indemnify,defend and hold harmless the City of Miami Beach and its officers,
employees,agents,and contractors,from and against any and all actions (whether at law or in
equity),claims,liabilities,losses,and expenses,including,but not limited to,attorneys'fees and
costs,for personal,economic or bodily injury,wrongful death,loss of or damage to property,which
may arise or be alleged to have arisen from the negligent acts,errors,omissions or other wrongful
conduct of the Contractor,its officers,employees,agents,contractors,or any other person or
entity acting under Contractor's control or supervision,in connection with,related to,or as a result
of the Contractor's performance of the Services pursuant to this Agreement.To that extent,the
Contractor shall pay all such claims and losses and shall pay all such costs and judgments which
may issue from any lawsuit arising from such claims and losses,and shall pay all costs and
attorneys'fees expended by the City in the defense of such claims and losses,including appeals.
The Contractor expressly understands and agrees that any insurance protection required by this
Agreement or otherwise provided by the Contractor shall in no way limit the Contractor's
responsibility to indemnify,keep and save harmless and defend the City or its officers,employees,
agents and instrumentalities as herein provided.
The parties agree that one percent (1%)of the total compensation to Contractor for performance
of the Services under this Agreement is the specific consideration from the City to the Contractor
for the Contractor's indemnity agreement.The provisions of this Section 6.1 and of this
indemnification shall survive termination or expiration of this Agreement.
6.2 INSURANCE REQUIREMENTS
The Contractor shall maintain the below required insurance in effect prior to
awarding the agreement and for the duration of the agreement.The maintenance
of proper insurance coverage is a material element of the agreement and failure to
maintain or renew coverage may be treated as a material breach of the contract,
which could result in withholding of payments or termination of the Agreement.
A Worker's Compensation Insurance for all employees of the vendor as required by
Florida Statute 440,and Employer Liability Insurance for bodily injury or disease.
Should the Vendor be exempt from this Statute,the Vendor and each employee
shall hold the City harmless from any injury incurred during performance of the
PRIME
4
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4E6A193C
PRIME -Contract No.23-007-01
Contract.The exempt Vendor shall also submit (i)a written statement detailing the
number of employees and that they are not required to carry Workers'
Compensation insurance and do not anticipate hiring any additional employees
during the term of this contract or (ii)a copy of a Certificate of Exemption.
B.Commercial General Liability Insurance on an occurrence basis,including products
and completed operations,property damage,bodily injury and personal &
advertising injury with limits no less than $1,000,000 per occurrence,and
$2,000,000 general aggregate.
C.Automobile Liability Insurance covering any automobile,if vendor has no owned
automobiles,then coverage for hired and non-owned automobiles,with limit no
less than $1,000,000 combined per accident for bodily injury and property damage.
6.3 Additional Insured --City of Miami Beach must be included by endorsement as an
additional insured with respect to all liability policies (except Professional Liability and Workers'
Compensation)arising out of work or operations performed on behalf of the Contractor including
materials,parts,or equipment furnished in connection with such work or operations and
automobiles owned,leased,hired or borrowed in the form of an endorsement to the Contractor's
insurance.
6.4 Notice of Cancellation -Each insurance policy required above shall provide that
coverage shall not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS
Insurance Compliance Services.
6.5 W aiver of Subrogation -Contractor agrees to obtain any endorsement that may be
necessary to affect the waiver of subrogation on the coverages required.However,this provision
applies regardless of whether the City has received a waiver of subrogation endorsement from
the insurer.
6.6 Acceptability of Insurers -Insurance must be placed with insurers with a current AM.
Best rating of A or higher.If not rated,exceptions may be made for members of the Florida
Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed
and authorized to do insurance business in the State of Florida.
6.7 Verification of Coverage -Contractor shall furnish the City with original certificates and
amendatory endorsements,or copies of the applicable insurance language,effecting coverage
required by this contract.All certificates and endorsements are to be received and approved by
the City before work commences.However,failure to obtain the required documents prior to the
work beginning shall not waive the Contractor's obligation to provide them.The City reserves the
right to require complete,certified copies of all required insurance policies,including
endorsements,required by these specifications,at any time.
CERTIFICATE HO LDER O N ALL CO i MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O.Box 947
Murrieta,CA 92564
PRIME
5
Oocusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A 193C
PRIME -Contract No.23-007-01
Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent,
EXIGIS,at:
Certificates-miamibeach@riskworks.com
6.9 Special Risks or Circumstances -The City of Miami Beach reserves the right to modify
these requirements,including limits,based on the nature of the risk,prior experience,insurer,
coverage,or other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and
obligation under this section or under any other section of this agreement.
SECTION 7
LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER
This Agreement shall be construed in accordance with the laws of the State of Florida.This
Agreement shall be enforceable in Miami-Dade County,Florida,and if legal action is necessary
by either party with respect to the enforcement of any or all of the terms or conditions herein,
exclusive venue for the enforcement of same shall lie in Miami-Dade County,Florida.By entering
into this Agreement,Contractor and the City expressly waive any rights either party may have to
a trial by jury of any civil litigation related to or arising out of this Agreement.
SECTION 8
LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on the
City's liability for any cause of action,for money damages due to an alleged breach by the City of
this Agreement,so that its liability for any such breach never exceeds the sum of $10,000.
Contractor hereby expresses its willingness to enter into this Agreement with Contractor's
recovery from the City for any damage action for breach of contract to be limited to a maximum
amount of $10,000.
Accordingly,and notwithstanding any other term or condition of this Agreement,Contractor
hereby agrees that the City shall not be liable to the Contractor for damages in an amount in
excess of $10,000 for any action or claim for breach of contract arising out of the performance or
non-performance of any obligations imposed upon the City by this Agreement.
Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a
waiver of the limitation placed upon the City's liability,as set forth in Section 768.28,Florida
Statutes.
SECTION 9
DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS;COPYRIGHT;
AND CONFIDENTIAL FINDINGS
9.1 DUTY OF CARE
With respect to the performance of the Services contemplated herein,Contractor shall exercise
that degree of skill,care,efficiency and diligence normally exercised by reasonable persons
PRIME
6
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A 193C
PRIME -Contract No.23-007-01
and/or recognized professionals with respect to the performance of comparable work and/or
services.
9.2 CO M PLI ANCE WITH APPLICABLE LAW S
In its performance of the Services,Contractor shall comply with all applicable laws,ordinances,
and regulations of the City,Miami-Dade County,the State of Florida,and the federal government,
as applicable.
9.3 PATENT RIG HTS;COPYRIGHT;CONFIDENTIAL FINDINGS
Any work product arising out of this Agreement,as well as all information specifications,
processes,data and findings,are intended to be the property of the City and shall not otherwise
be made public and/or disseminated by Contractor,without the prior written consent of the City
Manager,excepting any information,records etc.which are required to be disclosed pursuant to
Court Order and/or Florida Public Records Law.
All reports,documents,articles,devices,and/or work produced in whole or in part under this
Agreement are intended to be the sole and exclusive property of the City,and shall not be subject
to any application for copyright or patent by or on behalf of the Contractor or its employees or
sub-consultants,without the prior written consent of the City Magager.
SECTION 10
GENERA L PROVISIONS
10.1 AUDIT AND INSPECTIONS
Upon reasonable verbal or written notice to Contractor,and at any time during normal business
hours (i.e.9AM -5PM,Monday through Fridays,excluding nationally recognized holidays),and
as often as the City Manager may,in his/her reasonable discretion and judgment,deem
necessary,there shall be made available to the City Manager,and/or such representatives as
the City Manager may deem to act on the City's behalf,to audit,examine,and/or inspect,any
and all other documents and/or records relating to all matters covered by this Agreement.
Contractor shall maintain any and all such records at its place of business at the address set
forth in the "Notices"section of this Agreement.
10.2 INSPECTO R GENERA L AUDIT RIGHTS
(A)Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has established
the Office of the Inspector General which may,on a random basis,perform reviews,audits,
inspections and investigations on all City contracts,throughout the duration of said
contracts.This random audit is separate and distinct from any other audit performed by
or on behalf of the City.
(B)The Office of the Inspector General is authorized to investigate City affairs and
empowered to review past,present and proposed City programs,accounts,records,
contracts and transactions.In addition,the Inspector General has the power to subpoena
witnesses,administer oaths,require the production of witnesses and monitor City projects
PRIME
7
D o cusig n Envelope ID :53070599-D E8A -4 629-944-C D 7A4E6A 193C
PRIME -Contract No.23-007-01
and pro gram s.M onitoring of an existing C ity pro ject or pro gram m ay include a report
concern ing whether the pro ject is on tim e,within budget and in conform ance with the
contract docum ents and applicable law .The Inspector General shall have the power to
audit,investigate,m onitor,oversee,inspect and review operations,activities,perform ance
and pro curem ent pro cess including but not lim ited to pro ject design,bid specifications,
(bid/proposal)subm ittals,activities of the C ontra ctor,its offi cers,agents and em ployees,
lobbyists,City staff and elected offi cials to ensure com pliance with the contract docum ents
and to detect fraud and corruption.Pursuant to Section 2-378 of the C ity Code,the C ity
is allocating a percentage of its overall annual contract expenditures to fund the activities
and operations of the Office of Inspector General.
(C )Upon ten (10 )days w ritten notice to the Contractor,the Contractor shall m ake all
requested records and docum ents available to the Inspector G eneral for inspection and
copying.T he Inspector General is em pow ered to retain the services of independent
private sector auditors to audit,investigate,m onitor,oversee,inspect and review
operations activities,perform ance and procurem ent process including but not lim ited to
pro ject design,bid speci fications,(bid/pro posal)subm ittals,activities of the Contra ctor its
off icers,age nts and em ployees,lobbyists,C ity staff and elected officials to ensure
com pliance w ith the contract docum ents and to detect fraud and corruption.
(D )The Inspector General shall have the right to inspect and copy all docum ents and records
in the C ontractor's possession,custody or contro l w hich in the Inspector General's sole
judgm e nt,pertain to perform ance of the contract,including,but not lim ited to original
estim ate files,change order estim ate files,worksheets,pro posals and agreem ents from
and w ith successful subcontractors and suppliers,all project-related correspondence,
m em oranda,instructions,financial docum ents,construction docum ents,(bid/pro posal)
and contract docum ents,back-change docum ents,all docum ents and records which
involve cash,trade or volum e discounts,insurance pro ceeds,rebates,or dividends
received,payroll and personnel records and supporting docum entation fo r the aforesaid
docum ents and records.
(E )The C ontra ctor shall m ake available at its office at all reasonable tim es the records,
m aterials,and other evidence regarding the acquisition (bid preparation)and perform ance
of this A gree m ent,for exam ination,audit,or repro duction,until three (3)years after final
paym e nt under this Agreem ent or fo r any longer period required by statute or by other
clauses of this A greem ent.In addition:
i.If this A greem ent is com pletely or part ially term inated,the Contractor shall m ake
availa ble records relating to the w ork term inated until three (3)years after any
re sulting final term ination settlem ent;and
ii.T he C ontra ct or shall m ake available records relating to appeals or to litigation or
the settl em ent of cl aim s arising under or re lating to this A greem ent until such
appeals,litigation,or claim s are finally resolved.
PR IM E
8
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4 E6A 193C
PRI M E -C ontra ct N o.23-007-01
(F)The provisions in this section shall apply to the Contractor,its officers,agents,employees,
subcontractors and suppliers.The Contractor shall incorporate the provisions in this
section in all subcontracts and all other agreements executed by the Contractor in
connection with the performance of this Agreement.
(G)Nothing in this section shall impair any independent right to the City to conduct audits or
investigative activities.The provisions of this section are neither intended nor shall they
be construed to impose any liability on the City by the Contractor or third parties.
10.3 ASSIGNMENT,TRANSFER OR SUBCONSULTING
Contractor shall not subcontract,assign,or transfer all or any portion of any work and/or service
under this Agreement without the prior written consent of the City Manager,which consent,if
given at all,shall be in the Manager's sole judgment and discretion.Neither this Agreement,nor
any term or provision hereof,or right hereunder,shall be assignable unless as approved
pursuant to this section,and any attempt to make such assignment (unless approved)shall be
void.
10.4 PUBLIC ENTITY CRIMES
Prior to commencement of the Services,the Contractor shall file a State of Florida Form PUR
7068,Sworn Statement under Section 287.133(3)(a)Florida Statute on Public Entity Crimes with
the City's Procurement Division.
10.5 NO DISCRIMINATION
In connection with the performance of the Services,the Contractor shall not exclude from
participation in,deny the benefits of,or subject to discrimination anyone on the grounds of race,
color,national origin,sex,age,disability,religion,income or family status.
Additionally,Contractor shall comply fully with the City of Miami Beach Human Rights
Ordinance,codified in Chapter 62 of the City Code,as may be amended from time to time,
prohibiting discrimination in employment,housing,public accommodations,and public services
on account of actual or perceived race,color.national origin,religion,sex,intersexuality,gender
identity,sexual orientation,marital and familial status,age,disability,ancestry,height,weight,
domestic partner status,labor organization membership,familial situation,or political affiliation.
10.6 CONFLICT OF INTEREST
Contractor herein agrees to adhere to and be governed by all applicable Miami-Dade County
Conflict of Interest Ordinances and Ethics provisions,as set forth in the Miami-Dade County
Code,as may be amended from time to time;and by the City of Miami Beach Charter and Code,
as may be amended from time to time;both of which are incorporated by reference as if fully set
forth herein.
Contractor covenants that it presently has no interest and shall not acquire any interest,directly
or indirectly,which could conflict in any manner or degree with the performance of the Services.
Contractor further covenants that in the performance of this Agreement,Contractor shall not
employ any person having any such interest.No member of or delegate to the Congress of the
PRIME
g·
Docusign Envelope ID:53070599-OE8A-4629-944B-CD7 A4E6A 193C
PRIME -Contract No.23-007-01
United States shall be admitted to any share or part of this Agreement or to any benefits arising
therefrom.
10.7 CO NSULTANT'S COMPLIANCE W ITH FLORIDA PUBLIC RECORDS LA W
(A)Contractor shall comply with Florida Public Records law under Chapter 119,Florida
Statutes,as may be amended from time to time.
(B)The term "public records"shall have the meaning set forth in Section 119.011(12),which
means all documents,papers,letters,maps,books,tapes,photographs,films,sound
recordings,data processing software,or other material,regardless of the physical form,
characteristics,or means of transmission,made or received pursuant to law or ordinance
or in connection with the transaction of official business of the City.
(C)Pursuant to Section 119.0701 of the Florida Statutes,if the Contractor meets the definition
of "Contractor"as defined in Section 119.0701(1)(a),the Contractor shall:
(1)Keep and maintain public records required by the City to perform the service;
(2)Upon request from the City's custodian of public records,provide the City with a
copy of the requested records or allow the records to be inspected or copied within
a reasonable time at a cost that does not exceed the cost provided in Chapter 119,
Florida Statutes or as otherwise provided by law;
(3)Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed,except as authorized by law,
for the duration of the contract term and following completion of the Agreement if
the Contractor does not transfer the records to the City;
(4)Upon completion of the Agreement,transfer,at no cost to the City,all public
records in possession of the Contractor or keep and maintain public records
required by the City to perform the service.If the Contractor transfers all public
records to the City upon completion of the Agreement,the Contractor shall destroy
any duplicate public records that are exempt or confidential and exempt from public
records disclosure requirements.If the Contractor keeps and maintains public
records upon completion of the Agreement,the Contractor shall meet all applicable
requirements for retaining public records.All records stored electronically must be
provided to the City,upon request from the City's custodian of public records,in a
format that is compatible with the information technology systems of the City.
(0)REQUEST FOR RECORDS;NONCOMPLIANCE.
(1)A request to inspect or copy public records relating to the City's contract for
services must be made directly to the City.If the City does not possess the
requested records,the City shall immediately notify the Contractor of the request,
and the Contractor must provide the records to the City or allow the records to be
inspected or copied within a reasonable time.
(2)Contractor's failure to comply with the City's request for records shall constitute a
breach of this Agreement,and the City,at its sole discretion,may:(1)unilaterally
terminate the Agreement;(2)avail itself of the remedies set forth under the
Agreement;and/or (3)avail itself of any available remedies at law or in equity.
(3)A Contractor who fails to provide the public records to the City within a reasonable
time may be subject to penalties under s.119.10.
PRIME
10
Docusign Envelope ID:53070599-DEBA-4629-944B-CD?A4E6A 193C
PRIME -Contract No.23-007-01
(E)CIVIL ACTION.
(1)If a civil action is filed against a Contractor to compel production of public records
relating to the City's contract for services,the court shall assess and award against
the Contractor the reasonable costs of enforcement,including reasonable
attorneys'fees,if:
a.The court determines that the Contractor unlawfully refused to comply with
the public records request within a reasonable time;and
b.At least 8 business days before filing the action,the plaintiff provided written
notice of the public records request,including a statement that the Contractor
has not complied with the request,to the City and to the Contractor.
(2)A notice complies with subparagraph (1 )(b)if it is sent to the City's custodian of
public records and to the Contractor at the Contractor's address listed on its
contract with the City or to the Contractor's registered agent.Such notices must
be sent by common carrier delivery service or by registered,Global Express
Guaranteed,or certified mail,with postage or shipping paid by the sender and with
evidence of delivery,which may be in an electronic format.
(3)A Contractor who complies with a public records request within 8 business days
after the notice is sent is not liable for the reasonable costs of enforcement.
(F)IF T H E C O N S U L T A N T H A S Q U E S T IO N S R E G A R D IN G TH E
A P P LI C A T IO N O F C H A P T E R 11 9 ,FLO R ID A ST A T U T E S ,TO TH E
C O N S U L T A N T'S D U T Y TO P R O V ID E P U B LI C R EC O R D S
R E L A T IN G T O T H IS A G R E E M E N T ,C O N T A C T TH E C U ST O D IA N
O F P U B LI C R E C O R D S A T :
C IT Y O F M IA M I B E A C H
A T T E N T IO N :R A FA E L E .G RA N A D O ,C ITY C LE R K
17 00 C O N V E N T IO N C E N T E R D R IV E
M IA M I B E A C H ,FL O R ID A 33 13 9
E -M A IL :R A F A E L G R A N A D O @ M IA M IB E A C H F L.G O V
P H O N E :305-673-74 11
10 .8 FO RC E MA JE U R E
(A)A "Force Majeure"event is an event that (i)in fact causes a delay in the performance of
the Contractor or the City's obligations under the Agreement,and (ii)is beyond the
reasonable control of such party unable to perform the obligation,and (iii)is not due to an
intentional act,error,omission,or negligence of such party,and (iv)could not have
reasonably been foreseen and prepared for by such party at any time prior to the
occurrence of the event.Subject to the foregoing criteria,Force Majeure may include
events such as war,civil insurrection,riot,fires,epidemics,pandemics,terrorism,
sabotage,explosions,embargo restrictions,quarantine restrictions,transportation
accidents,strikes,strong hurricanes or tornadoes,earthquakes,or other acts of God
which prevent performance.Force Majeure shall not include technological impossibility,
inclement weather,or failure to secure any of the required permits pursuant to the
Agreement.
PRIME
11
D o cu sign Envelope ID :53070599-D E8A -4 629-944B-C D 7A4E6A 193C
PRIME -C ontra ct No.23-007-01
(B )If the C ity or C ontractor's perf orm ance of its contractual obligations is prevented or
delayed by an event believed by to be Force Majeure,such party shall im m ediately,upon
learn ing of the occurrence of the event or of the com m encem ent of any such delay,but in
any case w ithin fifteen (15)business days thereof,provide notice:(i)of the occurrence of
event of Force M ajeure,(ii)of the nature of the event and the cause thereof,(iii)of the
anticipated im pact on the Agreem ent,(iv)of the anticipated period of the delay,and (v)of
w hat course of action such part y plans to take in order to m itigate the detrim ental effects
of the event.The tim ely delivery of the notice of the occurrence of a Force Majeure event
is a condition precedent to allow ance of any relief pursuant to this section;however,
receipt of such notice shall not constitute acceptance that the event claim ed to be a Force
Majeure event is in fact Force M ajeure,and the burden of pro of of the occurrence of a
Force M ajeure event shall be on the requesting party.
(C )N o part y hereto shall be liable fo r its failure to carry out its obligations under the Agreem ent
during a period w hen such part y is rendere d unable,in whole or in part,by Force M ajeure
to carry out such obligations.The suspension of any of the obligations under this
A greem ent due to a Force M ajeure event shall be of no greater scope and no longer
duration than is required.The party shall use its re asonable best efforts to continue to
perf orm its obligations hereunder to the extent such obligations are not affected or are
only part ially aff ected by the Force M ajeure event,and to correct or cure the event or
condition excusing perform ance and otherw ise to rem edy its inability to perform to the
extent its inability to perf orm is the direct re sult of the Force Majeure event with all
reasonable dispatch.
(D )O bligations pursuant to the Agreem ent that aro se befo re the occurrence of a Force
Majeure event,causing the suspension of perform ance,shall not be excused as a result
of such occurr ence unless such occurrence m akes such perform ance not reasonably
possible .T he obligation to pay m oney in a tim ely m anner fo r obligations and liabilities
w hich m atured prior to the occurrence of a Force Majeure event shall not be subject to the
Force M ajeure pro visions.
(E )Notw ithstanding any other pro vision to the contrary herein,in the event of a Force M ajeure
occurrence.the C ity m ay,at the sole discretion of the C ity M anager,suspend the City's
paym ent obligations under the A greem ent,and m ay take such action w ithout regard to the
notice requirem ents herein.A dditionally,in the event that an event of Force M ajeure
delays a party's perform ance under the A greem ent fo r a tim e period greater than thirty
(30)da ys,the C ity m ay.at the sole discre tion of the C ity M anager,term inate the
A greem ent on a given date,by giving w ritten notice to C ontractor of such term ination.If
the A greem ent is term inated pursuant to this section,C ontractor shall be paid fo r any
Serv ices satisfactorily perf orm ed up to the date of term ination;fo llowing which the C ity
shall be discharged from any and all liabilities,duties,and term s arising out of,or by virtue
of,this A greem ent.In no event w ill any condition of Force M ajeure extend this A greem ent
beyond its stated term .
10.9 E-VERIFY
(A )C ontra ctor shall com ply with Section 448.095,Florida Statutes,"Em ploym ent Eligibility"
("E -V erify Statute"),as m ay be am ended from tim e to tim e.Pursuant to the E-Verify
Statute.com m encing on January 1,2021,Contra ctor shall register with and use the E-
V erify system to verify the work authorization status of all new ly hired em ployees during
PR IM E
12
D o cusign Envelope ID :53070599-D E8A -4 629-944-C D 7A4E6A 193C
PRIME -Contract No.23-007-01
the Term of the Agreement.Additionally,Contractor shall expressly require any
subconsultant performing work or providing services pursuant to the Agreement 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 subconsultant during the contract
Term.If Contractor enters into a contract with an approved subconsultant,the
subconsultant must provide the Contractor with an affidavit stating that the subconsultant
does not employ,contract with,or subcontract with an unauthorized alien.Contractor
shall maintain a copy of such affidavit for the duration of the Agreement or such other
extended period as may be required under this Agreement.
(B)TERMINATION RIGHTS.
(1)If the City has a good faith belief that Contractor has knowingly violated Section
448.09(1 },Florida Statutes,the City shall terminate this Agreement with Contractor
for cause,and the City shall thereafter have or owe no further obligation or liability
to Contractor.
(2)If the City has a good faith belief that a subconsultant has knowingly violated the
foregoing Subsection 10.9(A),but the Contractor otherwise complied with such
subsection,the City will promptly notify the Contractor and order the Contractor to
immediately terminate the Agreement with the subconsultant.Contractor's failure
to terminate a subconsultant shall be an event of default under this Agreement,
entitling City to terminate the Contractor's contract for cause.
(3)A contract terminated under the foregoing Subsection (B)(1)or (B)(2)is not in
breach of contract and may not be considered as such.
(4)The City or Contractor or a subconsultant may file an action with the Circuit or
County Court to challenge a termination under the foregoing Subsection (8)(1}or
(B)2)no later than 20 calendar days after the date on which the contract was
terminated.
(5)If the City terminates the Agreement with Contractor under the foregoing
Subsection (B)(1),Contractor may not be awarded a public contract for at least 1
year after the date of termination of this Agreement.
(6)Contractor is liable for any additional costs incurred by the City as a result of the
termination of this Agreement under this Section 10.9.
10.10 CONTRACTOR'S COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS
Contractor agrees to comply with Section 787.06,Florida Statutes,as may be amended from time
to time,and has executed the Certification of Compliance with Anti-Human Trafficking Laws,as
required by Section 787.06(13),Florida Statutes,a copy of which is attached hereto as Exhibit"c
SECTION 11
NOTICES
Until changed by notice,in writing,all such notices and communications shall be addressed as
follows:
TO CONSULT ANT:Blue Iguana Pest Control,Inc.
Attn:Thomas Portuallo
1440 Coral Ridge Drive,Suite 460
PRIME
13
D o cusig n E nvelo pe ID :53070599-D E 8A -4 629-944-C D 7A 4E 6A 193C
PRIM E -Contact No.23-007-01
Coral Springs,FL 33071
Ph:754-304-8116 1 855-525-5656
Email:tom@iguanacontrol.com
TO CITY:Facilities &Fleet Management Department
Attn:Elizabeth Miro
1933 Bay Rd.2°Floor
Miami Beach,FL 33139
Ph:305-673-7000 ext.22925
Email:glizabethmiro@miamibeachfl.gov
All notices mailed electronically to either party shall be deemed to be sufficiently transmitted.
SECTION 12
MISCELLANEOUS PROVISIONS
12.1 CHANGES AND ADDITIONS
This Agreement cannot be modified or amended without the express written consent of the
parties.No modification.amendment,or alteration of the terms or conditions contained herein
shall be effective unless contained in a written document executed with the same form ality and of
equal dignity herewith.
12.2 SEVERABILITY
If any term or provision of this Agreement is held invalid or unenforceable,the remainder of this
Agreement shall not be affected and every other term and provision of this Agreement shall be
valid and be enforced to the fullest extent permitted by law.
12.3 WAIVER OF BREACH
A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such
provision or modification of this Agreement.A party's waiver of any breach of a provision of this
Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed
to be a modification of the terms of this Agreement.
12.4 JOINT PREPARATION
The parties hereto acknowledge that they have sought and received whatever competent advice
and counsel as was necessary for them to form a full and complete understanding of all rights
and obligations herein and that the preparation of this Agreement has been a joint effort of the
parties,the language has been agreed to by parties to express their mutual intent and the resulting
document shall not,solely as a matter of judicial construction,be construed more severely against
one of the parties than the other.
PRIME
14
D ocusign Envelope ID :53070599-D E8A -4 629-944B-C D 7A4E6A 193C
PRIME -Contract No.23-007-01
12.5 ENTIRETY OF AGREEMENT
The C ity and C ontractor agree that this is the entire agreem ent between the parties.This
Agreem ent supersedes all prior negotiations,correspondence,conversations,agreem ents or
understandings applicable to the m atters contained herein,and there are no com m itm ents,
agreem ents or understandings concern ing the subject m atter of this Agreement that are not
contained in this docum ent.T itle and paragraph headings are fo r convenient reference and are
not intended to confer any rights or obligations upon the parties to this Agreem ent.
[R EM A IN D ER O F TH IS PA G E LEFT IN TEN TIO N ALLY BLANK]
PRIM E
15
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4E6A 193C
PRIME -Contract No.23-007-01
IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed
by their appropriate officials,as of the date first entered above.
FOR CITY:
ATTEST:
CITY OF MIAMI BEACH,FLORIDA
By:Ea-»pgpee rs+t5,Rafael .iranado,'ity Clerk
12/24/2024 I 9:18 EST[)p7[,
FOR CONSUL TANT:
BLUE IG UANAPES T CONTROL,INCi..I2°7
Thomas Portuallo President
Print Name and Title
e _12/024
APPROVED AS TO
FORM &LANGUAGE
&FOR EXECUTION
/ii4@@«,
/\City Attorney or
let@
Date
A
PRIME
16
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4E6A 193C
PRIME -Contract No.23-007-01
EXHIBIT A SCOPE OF SERVICES
The Contractor shall perform the following services:
1.Traditional iguana remediation services include trapping,humane euthanasia,and
disposal.Contractor shall proactively suppress iguana populations using humane and
environmentally safe techniques to drastically reduce or eliminate the City's iguana population.
Guidelines of the Florida Fish and Wildlife Conservation Commission shall be closely followed
regarding all population control methods used.It shall be the Contractor's sole responsibility to
remain up-to-date with any changes in regulations that would affect services under this
Agreement,inclusive of licensing or permitting requirements.
The City will consider the use of control tools in accordance with the Florida Fish and Wildlife
Conservation Commission guidelines.
2.Contractor shall provide all necessary personnel,equipment,labor,and materials for the
operation of services,which may include a water vessel to traverse the City's waterways.
3.Contractor's employees shall wear clothing that clearly identifies the employee with the
Contractor's name and shall have company identification in their possession at all times.
4.Contractor shall be responsible for creating a safe environment for their employees,City
employees,residents,and visitors while performing services.Proper safety signs or cones shall
be used as necessary.The Contractor shall provide a clean and safe environment during all work.
Whenever the Contractor leaves a location,that location shall be clean,safe,and free of any tools
and other materials related to the work.At its own cost,the Contractor shall properly dispose of
debris and any foreign materials created through the work process.
5.The Contractor will only have access to the work location(s)during regular City working hours.
Access to work location(s)after hours will require prior approval of City staff.
6.Contractor must be available twenty-four (24)hours a day,seven (7)days·a week,on an
emergency basis.The Contractor shall provide a telephone number and email for emergency
response services.
7.Schedule.The map included (pg.18 below)outlines areas of focus.Once specific areas are
assigned to personnel,the areas will be assigned any one of the following schedules so that each
area is visited a minimum of two times every week:
Monday and Wednesday;Tuesday and Thursday;Wednesday and Friday;Monday
only,and Friday only.
The "Monday Only"and "Friday Only"schedules shall be designated as make-up days.These
days are allocated for instances when trapping services are missed due to unforeseen
circumstances,such as mechanical breakdowns or other disruptions.In the event of such
interruptions,the Contractor may use these designated days to make up for missed services and
ensure fulfillment of the service requirements.
PRIME
17
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4E6A193C
PRIME -Contract No.23-007-01
O nce the Contractor inventories the waterw ays,they will be assigned specific schedules,which
w ill be perform ed w ithin the first w eek after the contract execution.
%
'{k.
bugs]{-I -------e '!{8,\•
•a
I •-__,,.;.,._.I ...,,,-•~·;•W",.,....
z2.g3 .
zs9 •-
awe;
;•,
7.1 A schedule of tw o visits a week has proven to be extrem ely effective.This will allow the
C o ntra ctor to use payro ll m ore effectively and cover m ore territory .The Contra ctor m ay add
se rv ice days to part icular areas that m ay have unusually greater infestation,allowing the
C o ntractor to serv ice m ore zones.
7.2 Each zone will require a m inim um of two tra ppers.W eekend Services m ust be planned at
the beginning of the w eek in cooperation with the Facilities and Fleet Departm ent Contract
M a nager or Designee.Locations with high recreational usage,such as parks,will be done when
the re is m inim al presence.
7,3 The w aterw ays w ill require a tw o-m an team fo r safety precautions.This w ill bring the staff
to fo ur (4).The C ity reserves the right to m odify the num ber of staff required at any location,
de pending on need.
7.4 School zones w ill be serviced on w eekends.
8.Reporting Requirements.The C ontractor shall pro vide iguana rem ediation services at the
loca tions listed in this Exhibit "A"on a m onthly basis.Each location will be serviced fo r a specified
num ber of hours,as detailed in this Exhibit "A".T he C ontractor is responsible fo r actively
m a naging the iguana population at each location and ensuring the effectiveness of the
rem ediation eff orts.The C ontra ctor m ust notify the C ity M anager's Designee in writing when the
iguana population at a specific location is determ ined to be under control and no longer requires
ong oing rem ediation serv ices.
T he C ontractor is expected to dedicate resources efficiently and m ay be asked to redirect efforts
to other locations listed inthis Exhibit "A"Sect ion II,as needed,based on the evolving conditions
of the program .The C ontractor shall collaborate w ith the ci ty to reallocate resources and hours
to other locations where iguana activity m ay require increased attention.
PR IM E
18
D o cusig n E nvelope ID :53070599-D E8A -4 629-944B-C D 7AA4E6A 193C
PRIME -Contract No.23-007-0 I
The Contractor is required to provide monthly reports on the status of each location,including the
work performed,the effectiveness of the remediation,and any recommendations for resource
reallocation.These reports shall be used as a basis for assessing the need for ongoing services
at each location.Reports shall include photos of the deceased Iguanas.
9.GPS data shall be forwarded monthly as "live"sessions to allow City management to verify
payroll expenditure.
10.The Contractor shall have signage posted to inform residents that iguana remediation is
occurring.Signage shall be submitted to the City Manager or designee for approval prior to the
commencement of the services.
[THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK]
PRIME
19
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4E6A193C
Contract No.23-007-0 I
EXHIBIT B FEES FOR ACTIVE LOCATIONS
I.Active Locations.The Contractor shall service the following active locations designated
as primary areas of focus.
Hours/Week Annual Fee Monthly Fee
Fairway Park 2.5 $7,800 $650
Crespi Park 4 $12,480 $1,040
Stillwater Park 4 $12,480 $1,040
North Shore Open Park 11 $34,320 $2,860
Allison Park 3 $9,360 $780
Brittany Bay Park 8.5 $26,520 $2,210
Scott Rakow Pool 4.5 $14,040 $1,170
Scott Rakow Site 2 $6,240 $520
Muss Park 5.5 $17,160 $1,430
Chase Parking Lot 5 $15,600 $1,300
Allison island 2.5 $7,800 $650
Poinciana Park 4.5 $14,040 $1,170
Pint Tree Park 6.5 $20,280 $1,690
Sunset islands 2 $6,240 $520
South Pointe Park 2 $6,240 $520
Palm/Hibiscus Island Park 2 $6,240 $520
Buoy Park 2 $6,240 $520
2100 Meridian 4 $12,480 $1,040
Flamingp Park/Pool 2 $6,240 $520
21st and Beachwalk 5.5 $17,160 $1,430
Venetican Cswy 2 $7,800 $650
Dade Blvd Canal 3 $11,700 $975
Biscayne Waterways 2 $7,800 $650
Indian Creek Canal 6 $23,400 $1,950
Lummous Park 4 $12,480 $1,040
Parkview Park 3 $9,360 $780
Tatum Park 3 $9,360 $780
Belle Isle 2 $6,240 $520
MSD Park 2 $6,240 $520
PRIME
20
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A193C
Contract No.23-007-01
II.Additional Locations:Locations may be added or removed on an as-needed basis at
the discretion of the city and with the approval of the City Manager's designee.The
city will provide written notice to the Contractor of any changes.Upon receipt of notice,
the Contractor shall promptly adjust services to accommodate the updated list of
locations.
Hours/W eek Annual Fee Monthly fee
Normandy Shores Golf 13 $33,696.00 $2,808.00
La Goree Park 2 $5,616.00 $468.00
Fire Station 2 7 $16,848.00 $1,404.00
Public Works Yard 9 $24,464.00 $1,872.00
Bass Museum 2 $5,616.00 $468.00
Collins Park 4 $11,232.00 $936.00
Julia Tuttle 26 $67,392.00 $5,616.00
Victory Garden 2 $5,616.00 $468.00
Miami Beach Golf 15 $39,312.00 $3,276.00
Holocaust Memorial 4 $11,232.00 $936.00
Nikki Beach 9 $22,464.00 $1,872.00
III.Additional Services.
1.Educational Component.The Contractor agrees to provide a minimum of two (2)workshops
annually,in person.The workshops shall be one hour in duration at $125.00 each.One-hour
sessions,two sessions per day at different hours in the day to allow homeowners with alternating
schedules to attend.PowerPoint presentations will help educate homeowners on the habits and
threats of the feral green iguana.During these sessions Contractor will also explain how
homeowners can take steps to protect their homes from the damage iguanas can bring.
Contractor will provide literature which outlines the session topics and lists resources
homeowners can use.This program is contingent upon the City's approval.
2.Private Property/Resident Services Program Contingent Upon City Approval.The
Contractor agrees to provide iguana remediation services to homeowner residents of Miami
Beach for an annual fee of $1,700,which includes a $200 discount from the standard residential
annual fee.The program is comprised of several visits (at least two per week,but more if
necessary)every week using allowed methods (netting,noosing,traps,and compressed air pellet
pistols).During the mating season (approximately December to March),trappers look for burrows
and treat them to prevent the next generation from infesting the property.Homeowners may
request this service by calling a toll-free number.Once the home address is verified,they are
offered the discounted rate.This program is contingent upon the City's approval.
PRIME
21
D ocusign Envelope ID :53070599-D E8A -4 629-944B-C D 7A4E6A 193C
PRIME -Co ntract No.23-007-01
EXHIBIT D HUMAN TRAFFICKING CERTIFICATION
In accordance with Section 787.06 (13),Florida Statutes,the undersigned,on behalf of
the entity named below ("Entity"),hereby attests under penalty of perjury that the Entity
does not use coercion for labor or services as defined in Section 787.06,Florida
Statutes,entitled "Human Trafficking".
I understand that I am swearing or affirming under oath to the truthfulness of the claims
made in this affidavit and that the punishment for knowingly making a false statement
includes fines and/or imprisonment.
The undersigned is authorized to execute this affidavit on behalf of Entity.a.&
@Vendor signature)
(3->7<o4 Tr A
(Company Name)Zc>A4 co9rev
7F0 4s Po&r>4o
(Print Name)
/{O Cs»w)?u
(Address)e@A s)+,r so7(
State of @A
County of
The foregoing instrument was acknowledged before me by means of aphysical
presence or online notarization,this //f by
Tl4¢['7v422 _,known to me to be the person/pl4 .3vu-Cu-v#a-Udescribedherein,or who produced
identification,and who did/did not take an oath.
as
(•nature)
-Syn g ?
(Print Name)
My commission expires:@/k ll 2z
•.5T EY LEw!S ,gr_i .State of Florida$}5,o ary u bl 'roes66
ff:d;ii com»so 4«6.i015239,S!ores rs.2%%$9."tor sang""3on&edthroug r s
PRIME
22
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4 E6A 193C
Docusign Envelope ID:D362B080-9DBC-40DD-9CF5-F0D7F24ECB46
Contract No.23-007-02
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF MIAMI BEACH
AND
M&J ECOLOGICAL LLC
FOR
IGUANA REMEDIATION SERVICES PURSUANT TO
RF0-2023-007-WG
12/24/2024 I 9:18 EST
This Professional Services Agreement ("Agreement")is entered into this ("Effective
Date"),between the CITY OF MLAMI BEACH,FLORIDA,a municipal corporation organized
and existing under the laws of the State of Florida,having its principal offices at 1700
Convention Center Drive,Miami Beach,Florida,33139 (the "City'),and M&J ECOLOGICAL
LLC a Florida Limited Liability Company,whose address is 2775 NE 187"Street,Suite 120,
Aventura,Florida 33180("Contractor").
SECTION 1
DEFINITIONS
Agreement:
City Manager:
City Manager's
Designee:
Contractor:
Services:
Fee:
This Agreement between the City and Contractor,including any exhibits
and amendments thereto.
The chief administrative officer of the City.
The City staff member who is designated by the City Manager to
administer this Agreement on behalf of the City.The City Manager's
designee shall be the Facilities and Fleet Management Department
Director.
For the purposes of this Agreement,Contractor shall be deemed to be an
independent contractor,and not an agent or employee of the City.
All services,work and actions by the Contractor performed or undertaken
pursuant to the Agreement.
Amount paid to the Contractor as compensation for Services.
Proposal Documents:Proposal Documents shall mean City of Miami Beach RFQ No.2023-007
for Iguana Remediation Services,together with all amendments thereto,
issued by the City in contemplation of this Agreement RFQ and the
Contractor's proposal in response thereto ("Proposal"),all of which are
hereby incorporated and made a part hereof;provided,however,that in
the event of an express conflict between the Proposal Documents and
this Agreement,the following order of precedent shall prevail:this
Agreement;the RFQ and the Proposal.
1
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4 E6A 193C
Docusign Envelope ID:D3628080-9DBC-40DD-9CF5-F0D7F24ECB46
Risk Manager:
Contract No.23-007-02
Th e Risk Manager of the City,with offi ce s at 1700 Co nvention Ce nter
Drive,Th ird Floor,Miami Beach,Florida 33139;telephone num ber (305)
673-7000,Ext .26724;and fax number (305)673-7529.
SECTION2
SCOPE OF SERVICES
2.1 POOL OF PREQUALIFIED CONTRACTORS.As part of th e prequalifica tion pool,the
co ntra ct or shall pro vide its servi ce s on an as-needed basis.In co nsideration of th e Fee to be
paid to Co ntra ctor by the City ,Co ntractor shall provide the work and se rv ices described in
Ex hibit "A"here to (th e "Se rvi ce s").
2.2 Co ntra ct or's Service s and any delivera bles incident thereto shall be co m pleted in
acco rdance wi th the timeline and/or schedule in Exh ibit "A"hereto.
Notw ith standing th e foreg oing,all Serv ice s provided by the Contra ct or shall be perform ed in
acco rdance with the term s and co nditions set forth in Ex hibit "A"and to th e reasonable
satisfa ction of the City's Co ntra ct Co m pliance Adm inistra tor.If there are any ques tions
reg ard ing the Servi ce s to be perform ed,Co ntra ctor should co ntact the following perso n:
Santiago S ellan,Facilities &Flee t M anagem ent Departm ent,at santiagosellan@ m iam ibe achfl.gov,or
305-6 73-7000 ext.22124
or
G iaco m o Natteri,Facilities &Fleet M anagem ent D epa rtm ent.at giaco m onatteri@ m lam ibea chfl.gov,or
305-6 73-7000 ext .22 970
SECTION3
TERM
Th e term of th is Agre ement ("Term ")shall co mmence upon execution of this Agree ment by all
parties hereto (the Effective Date set forth on p.1 hereof),and shall have an initial term of three
(3)years,with two additional one (1)year renewal options,to be exercised at the City
Manager's sole option and discretion,by providing Co ntra ct or with written notice of same no
less than th irty (30)days prior to th e expiration of the initial term .
Notwi thsta nding th e Term provided herein,Contra ctor shall adhere to any spe cific timelines,
schedules,dates,and/or perform ance milestones far co m pletion and delive ry of the Servi ce s,
as sam e is/are set forth in the tim eline and/or schedule refere nce d in Exh ibit "A"hereto.
2
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4 E6A 193C
Docusign Envelope ID:D362B080-9DBC-40DD-9CF5-FDD7F24ECB46
Contract No.23-007-02
SECTION 4
FEE FOR POOL OF PREQUALIFIED CONTRA CTORS
4.1 In consideration of the Services to be provided on as-needed basis Contractor shall be
compensated in accordance with Exhibit "B"hereto.
4.2 INVOICING
Upon receipt of an acceptable and approved invoice,payment(s)shall be made within forty-five
(45)days for that portion (or those portions)of the Services satisfactorily rendered (and
referenced in the particular invoice).
Invoices shall include a detailed description of the Services (or portions thereof)provided,and
shall be submitted to the City at the following address:
Accounts Payable:Payables@miamibeachfl.gov
SECTION 5
TERMINATION
5.1 TERMINATION FOR CAUSE
If the Contractor shall fail to fulfill in a timely manner,or otherwise violates,any of the
covenants,agreements,or stipulations material to this Agreement,the City,through its City
Manager,shall thereupon have the right to terminate this Agreement for cause.Prior to
exercising its option to terminate for cause,the City shall notify the Contractor of its violation of
the particular term(s)of this Agreement,and shall grant Contractor ten (10)days to cure such
default.If such default remains uncured after ten (10)days,the City may terminate this
Agreement without further notice to Contractor.Upon termination,the City shall be fully
discharged from any and all liabilities,duties,and terms arising out of,or by virtue of,this
Agreement.
Notwithstanding the above,the Contractor shall not be relieved of liability to the City for
damages sustained by the City by any breach of the Agreement by the Contractor.The City,at
its sole option and discretion,shall be entitled to bring any and all legal/equitable actions that it
deems to be in its best interest in order to enforce the City's rights and remedies against
Contractor.The City shall be entitled to recover all costs of such actions,including reasonable
attorneys'fees.
5.2 TE RMI NATION FOR CONVE NIENCE OF THE CITY
THE CITY MA Y ALSO,THROUGH ITS CITY MANA GER,AND FOR ITS
CONV ENIENCE AND WITHOUT CAUSE,TERMINATE THE AGREEMENT AT ANY
TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF
SUCH TERMINATION;WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30)
DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE.
ADDITIONALLY,IN THE EVENT OF A PUBLIC HEALTH,WELFARE OR SAFETY
CONCERN,AS DETERMINED BY THE CITY MANAGER,IN THE CITY MANAGER'S
SOLE DISCRETION,THE CITY MANAGER,PURSUANT TO A VERBAL OR
3
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A193C
Docusign Envelope ID:D362B080-9DBC-40DO-9CF5-F0D7F24ECB46
Contract No.23-007-02
WRITTEN NOTIFICATION TO CONTRACTOR,MAY IMMEDIATELY SUSPEND THE
SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN,OR IN THE
ALTERNATIVE,TERMINATE THIS AGREEMENT ON A GIVEN DATE.IF THE
AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY,CONTRACTOR
SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE
DATE OF TERMINATION;FOLLOWING WHICH THE CITY SHALL BE DISCHARGED
FROM ANY AND ALL LIABILITIES,DUTIES,AND TERMS ARISING OUT OF,OR BY
VIRTUE OF,THIS AGREEMENT.
5.3 TERMINATION FOR INSOLVENCY
The City also reserves the right to terminate the Agreement in the event the Contractor is
placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of
creditors.In such event,the right and obligations for the parties shall be the same as provided
for in Section 5.2.
SECTION 6
INDEMNIFICATION AND INSURANCE REQUIREMENTS
6.1 INDEMNIFICATION
Contractor agrees to indemnify,defend and hold harmless the City of Miami Beach and its
officers,employees,agents,and contractors,from and against any and all actions (whether at
law or in equity),claims,liabilities,losses,and expenses,including,but not limited to,attorneys'
fees and costs,for personal,economic or bodily injury,wrongful death,loss of or damage to
property,which may arise or be alleged to have arisen from the negligent acts,errors,
omissions or other wrongful conduct of the Contractor,its officers,employees,agents,
contractors,or any other person or entity acting under Contractor's control or supervision,in
connection with,related to,or as a result of the Contractor's performance of the Services
pursuant to this Agreement.To that extent.the Contractor shall pay all such claims and losses
and shall pay all such costs and judgments which may Issue from any lawsuit arising from such
claims and losses,and shall pay all costs and attorneys'fees expended by the City in the
defense of such claims and losses,including appeals.The Contractor expressly understands
and agrees that any insurance protection required by this Agreement or otherwise provided by
the Contractor shall in no way limit the Contractor's responsibility to indemnify,keep and save
harmless and defend the City or its officers,employees,agents and instrumentalities as herein
provided.
The parties agree that one percent (1%)of the total compensation to Contractor for
performance of the Services under this Agreement is the specific consideration from the City to
the Contractor for the Contractor's indemnity agreement The provisions of this Section 6.1 and
of this indemnification shall survive termination or expiration of this Agreement.
6.2 INSURANCE REQUIREMENTS
The Contractor shall maintain the below required insurance in effect prior to
awarding the agreement and for the duration of the agreement The maintenance
of proper insurance coverage is a material element of the agreement and failure
to maintain or renew coverage may be treated as a material breach of the
4
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4E6A193C
Docusign Envelope ID:D362B080-9DBC-40OO-9CF5-F0D7F24ECB46
Contract No.23-007-02
contract,which could result in withholding of payments or termination of the
Agreement.
A.Worker's Compensation Insurance for all employees of the vendor as required by
Flonda Statute 440,and Employer Liability Insurance for bodily injury or disease.
Should the Vendor be exempt from this Statute,the Vendor and each employee
shall hold the City harmless from any injury incurred during performance of the
Contract.The exempt Vendor shall also submit (i)a written statement detailing
the number of employees and that they are not required to carry Workers'
Compensation insurance and do not anticipate hiring any additional employees
during the term of this contract or (ii)a copy of a Certificate of Exemption.
B.Commercial General Liability Insurance on an occurrence basis,including
products and completed operations,property damage,bodily injury and personal
&advertising injury with limits no less than $1,000,000 per occurrence,and
$2,000,000 general aggregate.
C.Automobile Liability Insurance covering any automobile,if vendor has no owned
automobiles,then coverage for hired and non-owned automobiles,with limit no
less than $1,000,000 combined per accident for bodily injury and property
damage.
6.3 Additional Insured -City of Miami Beach must be included by endorsement as an
additional insured with respect to all liability policies (except Professional Liability and Workers'
Compensation)arising out of work or operations performed on behalf of the Contractor including
materials,parts,or equipment furnished in connection with such work or operations and
automobiles owned,leased,hired or borrowed in the form of an endorsement to the
Contractor's Insurance.
6.4 Notice of Cancellation -Each insurance policy required above shall provide that
coverage shall not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS
Insurance Compliance Services.
6.5 Waiver of Subrogation --Contractor agrees to obtain any endorsement that may be
necessary to affect the waiver of subrogation on the coverages required.However,this
provision applies regardless of whether the City has received a waiver of subrogation
endorsement from the insurer.
6.6 Acce pta bility of Insurers -Insurance must be placed with insurers with a current A.M.
Best rating of A or higher.If not rated,exceptions may be made for members of the Florida
Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed
and authorized to do insurance business in the State of Florida.
6.7 Verifi cation of Coverage -Contractor shall furnish the City with original certificates and
amendatory endorsements,or copies of the applicable insurance language,effecting coverage
required by this contract.All certificates and endorsements are to be received and approved by
the City before work commences.However,failure to obtain the required documents prior to
the work beginning shall not waive the Contractor's obligation to provide them.The City
reserves the right to require complete,certified copies of all required insurance policies,
including endorsements,required by these specifications,at any time.
5
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4E6A 193C
Docusign Envelope ID:D362B080-9DBC-40DD-9CF5-F0D7F24ECB46
CERTIFICATE HOLDER ON ALL COi MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O.Box 947
Murrieta,CA 92564
Contract No.23-007-02
Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing
agent,EXIGIS,at:
Certificates-miamibeach@riskyyorks_com
6.9 Spacial Risks or Circumstances -The City of Miami Beach reserves the right to
modify these requirements,including limits,based on the nature of the risk,prior experience,
insurer,coverage,or other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and
obligation under this section or under any other section of this agreement.
SECTION 7
LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER
This Agreement shall be construed in accordance with the laws of the State of Florida.This
Agreement shall be enforceable in Miami-Dade County,Florida,and if legal action is necessary
by either party with respect to the enforcement of any or all of the terms or conditions herein,
exclusive venue for the enforcement of same shall lie in Miami-Dade County,Florida.By
entering into this Agreement,Contractor and the City expressly waive any rights either party
may have to a trial by jury of any civil litigation related to or arising out of this Agreement.
SECTION 8
LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on the
City's liability for any cause of action,for money damages due to an alleged breach by the City
of this Agreement,so that its liability for any such breach never exceeds the sum of $10,000.
Contractor hereby expresses its willingness to enter into this Agreement with Contractor's
recovery from the City for any damage action for breach of contract to be limited to a maximum
amount of $10,000.
Accordingly,and notwithstanding any other term or condition of this Agreement,Contractor
hereby agrees that the City shall not be liable to the Contractor for damages in an amount in
excess of $10,000 for any action or claim for breach of contract arising out of the performance
or non-performance of any obligations imposed upon the City by this Agreement.
Nothing contained In this section or elsewhere in this Agreement is in any way intended to be a
waiver of the limitation placed upon the City's liability,as set forth in Section 768.28,Florida
Statutes.
6
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4E6A193C
o cusign Envelope I:D362B080-9 BC-40DD-9CF5-F0D7F24ECB46
SECTION9
DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS;COPYRIGHT;
AND CONFIDENTIAL FINDINGS
Contract No.23-007-02
9.1 DUTYOFCARE
With respect to the performance of the Services contemplated herein,Contractor shall exercise
that degree of skill,care,efficiency and diligence normally exercised by reasonable persons
and/or recognized professionals with respect to the performance of comparable work and/or
services.
9.2 COMPLIANCE WITH APPLICABLE LAWS
In its performance of the Services,Contractor shall comply with all applicable laws,ordinances,
and regulations of the City,Miami-Dade County,the State of Florida,and the federal
government,as applicable.
9.3 PATENT RIGHTS:COPYRIGHT;CONFIDENTIAL FINDINGS
Any work product arising out of this Agreement,as well as all information specifications,
processes,data and findings,are intended to be the property of the City and shall not otherwise
be made public and/or disseminated by Contractor,without the prior written consent of the City
Manager,excepting any information,records etc.which are required to be disclosed pursuant to
Court Order and/or Florida Public Records Law.
All reports,documents,articles,devices,and/or work produced in whole or in part under this
Agreement are intended to be the sole and exclusive property of the City,and shall not be
subject to any application for copyright or patent by or on behalf of the Contractor or its
employees or sub-contractors,without the prior written consent of the City Manager.
SECTION 10
GENERAL PROVISIONS
10.1 AUDIT AND INSPECTIONS
Upon reasonable verbal or written notice to Contractor,and at any time during normal
business hours (i.e.9AM -5PM,Monday through Fridays,excluding nationally recognized
holidays),and as often as the City Manager may,in his/her reasonable discretion and
judgment,deem necessary,there shall be made available to the City Manager,and/or such
representatives as the City Manager may deem to act on the City's behalf,to audit,examine,
and/or inspect,any and all other documents and/or records relating to all matters covered by
this Agreement.Contractor shall maintain any and all such records at its place of business at
the address set forth in the "Notices"section of this Agreement.
7
Docusign Envelope ID:53070599-DE8A-4629-944-CD7A4E6A193C
Docusign Envelope ID:D362B080-9DBC-40DD-9CF5-F0D7F24ECB46
10.2 INSPECTOR GENERAL AUDIT RIGHTS Contract No.23-007-02
(A)
(B)
(C)
(D)
Pursuant to Section 2-256 of the Code of the City of Miami Beach the City has
established the Office of the Inspector General which may,on a random basis,perform
reviews,audits,inspections and investigations on all City contracts,throughout the
duration of said contra cts.Th is random audit is separate and distinct fro m any other
audit perform ed by or on behalf of the City.
Th e Offi ce of the Inspector General is authorized to investigate City affairs and
empowered to review past,present and proposed City programs,acco unts,records,
co ntra cts and tra nsa ctions.In addition,the Inspector General has the power to
subpoena witnesses,administer oaths,require the production of witnesses and monitor
City projects and programs.Monitoring of an existing City project or program may
include a report concerning whether the project is on time,within budget and in
co nform ance with the contra ct documents and applicable law.Th e Inspector General
shall have the power to audit,investigate,monitor,oversee,inspect and review
operations,activities,perform ance and procurement proces s including but not limited to
project design,bid specifications,(bid/proposal)submittals,activities of the Contra ctor,
its officers,agents and employees,lobbyists,City staff and elected officials to ensure
co mpliance with the contra ct documents and to detect fraud and co rruption.Pursuant to
Section 2-378 of the City Code,the City is allocating a perce ntage of its overall annual
contra ct expenditures to fund the activities and operations of the Office of Inspector
General.
Upon ten (10)days written notice to the Contra ctor,the Co ntra ctor shall make all
requested reco rds and documents available to the Inspector General for inspecti on and
copying.Th e Inspector General is empowered to retain the services of independent
private sector auditors to audit,investigate,monitor,oversee,inspect and review
operations activities,perform ance and procu rement process including but not limited to
project design,bid specifica tions,(bid/proposal)submittals,acti vities of the Co ntra ctor its
officers,agents and employees,lobbyists,City staff and elected officials to ensure
co mpliance with the contra ct documents and to detect fra ud and co rruption.
The Inspector General shall have the right to inspect and co py all documents and
records in the Co ntra ctor's possession,custody or co ntrol which in the Inspector
General's sole judgment,pertain to perform ance of the co ntra ct,including,but not limited
to original estimate files,change order estimate files,worksheets,proposals and
agreements from and with succe ssful sub-co ntra ctors and suppliers,all project-related
correspondence,memoranda,instru ctions,financial documents,co nstru cti on
documents,(bid/proposal)and contract documents,back-change documents,all
documents and reco rds wh ich involve cash,tra de or volume disco unts,insurance
proceeds,rebates,or dividends received,payroll and personnel reco rds and supporting
documentation for the aforesaid documents and records.
8
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A193C
Docusign Envelope ID:D362B080-9DBC-40DD-9CF5-F0D7F24ECB46
Contract No.23-007-02
(E)Th e Contra ctor shall make available at its office at all reasonable times the records,
materials,and other evidence regarding the acquisition (bid preparation)and
perform ance of this Agreement,for examination,audit,or reproduction,until three (3)
years after final paym ent under this Agreement or for any longer period required by
statute or by other clauses of this Agreement.In addition:
i.If this Agreement is completely or partially term inated,the Co ntractor shall make
available records relating to the work term inated until three (3)years after any
resulting final term ination settlement;and
ii.The Co ntra ctor shall make available records relating to appeals or to litigation or
the settlement of claims arising under or relating to this Agreement until such
appeals,litigation,or claims are finally resolved.
(F)Th e provisions in this section shall apply to the Co ntractor,its officers,agents,
employees,sub-co ntra ctors and suppliers.The Co ntractor shall incorporate the
provisions in this section in all subcontra cts and all other agree ments executed by the
Co ntra ctor in connection with the perform ance of this Agreement.
(G)Nothing in this section shall impair any independent right to the City to conduct audits or
investigative activities.The provisions of this section are neither intended nor shall they
be constru ed to impose any liability on the City by the Co ntractor or third parties.
10.3 ASSIGNMENT,TRAN SFER OR SUBCONSULTING
Co ntra ctor shall not subcontra ct.assign,or transfer all or any portion of any work and/or
service under this Agreement without the prior written consent of the City Manager,which
consent,if given at all,shall be In the Manager's sole judgment and discretion.Neither this
Agreement,nor any term or provision hereof,or right hereunder,shall be assignable unless as
approved pursuant to this section,and any attempt to make such assignment (unless
approved)shall be void.
10.4 PUBLIC ENTITY CRIMES
Prior to commencement of the Services,the Contra ctor shall file a State of Florida Form PUR
7068,Swor Statement under Section 287.133(3}(a)Florida Statute on Public Entity Crimes
with the City's Procurement Division.
10.5 NO DISCRIMINATION
In connection with the perform ance of the Services ,the Co ntractor shall not exclude from
participation in,deny the benefits of,or subject to discrimination anyone on the grounds of
race,color,national origin,sex,age,disability,religion,income or family status.
Additionally,Co ntra ctor shall comply fully with the City of Miami Beach Human Rights
Ordinance,codified in Chapter 62 of the City Code,as may be amended from time to time,
prohibiting discrimination in employment,housing,public accommodations,and public
services on acco unt of actual or perceived race,color,national origin,religion,sex,
intersexuality,gender identity,sexual orientation,marital and familial status,age,disability,
9
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4 E6A 193C
Docusign Envelope ID:D3620 80-9 BC-40DD-9CFS-F0D7F24ECB46
Contract No.23-007-02
ancestry,height,weight,domestic partner status,labor organization membership,familial
situation,or political affiliation.
10.6 CONFLICT OF INTEREST
Contractor herein agrees to adhere to and be governed by all applicable Miami-Dade County
Conflict of Interest Ordinances and Ethics provisions,as set forth in the Miami-Dade County
Code,as may be amended from time to time;and by the City of Miami Beach Charter and
Code,as may be amended from time to time;both of which are incorporated by reference as if
fully set forth herein.
Contractor covenants that it presently has no interest and shall not acquire any interest,
directly or indirectly,which could conflict in any manner or degree with the performance of the
Services.Contractor further covenants that in the performance of this Agreement,Contractor
shall not employ any person having any such interest.No member of or delegate to the
Congress of the United States shall be admitted to any share or part of this Agreement or to
any benefits arising therefrom.
10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW
(A)Contractor shall comply with Florida Public Records law under Chapter 119,Florida
Statutes,as may be amended from time to time.
(B)The term "public records"shall have the meaning setforth in Section 119.011(12),which
means all documents,papers,letters,maps,books,tapes,photographs,films,sound
recordings,data processing software,or other material,regardless of the physical form,
characteristics,or means of transmission,made or received pursuant to law or
ordinance or in connection with the transaction of official business of the City.
(C)Pursuant to Section 119.0701 of the Florida Statutes,if the Contractor meets the
definition of "Contractor"as defined in Section 119.0701(1)(a),the Contractor shall:
(1)Keep and maintain public records required by the City to perform the service;
(2)Upon request from the City's custodian of public records,provide the City with a
copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119,Florida Statutes or as otherwise provided by law;
(3)Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed,except as authorized
by law,for the duration of the contract term and following completion of the
Agreement if the Contractor does not transfer the records to the City;
(4)Upon completion of the Agreement,transfer,at no cost to the City,all public
records in possession of the Contractor or keep and maintain public records
required by the City to perform the service.If the Contractor transfers all public
records to the City upon completion of the Agreement,the Contractor shall
destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements.If the Contractor keeps and
maintains public records upon completion of the Agreement,the Contractor shall
meet all applicable requirements for retaining public records.All records stored
electronically must be provided to the City,upon request from the City's
custodian of public records,in a format that is compatible with the information
10
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4E6A 193C
Docusign Envelope ID:D3628080-9DBC-40DD-9CF5-F0D7F24ECB46
Contra ct No.23-007-02
technology systems of the City.
(D)REQUEST FOR RECORDS;NONCOMPLIANCE.
(1)A request to inspect or copy public records relating to the City's contract for
services must be made directly to the City.If the City does not possess the
requested records,the City shall immediately notify the Contractor of the request,
and the Contractor must provide the records to the City or allow the records to be
inspected or copied within a reasonable time.
(2)Contractor's failure to comply with the City's request for records shall constitute a
breach of this Agreement,and the City,at its sole discretion,may:(1)unilaterally
terminate the Agreement;(2)avail itself of the remedies set forth under the
Agreement;and/or (3)avail itself of any available remedies at law or in equity.
(3)A Contractor who fails to provide the public records to the City within a
reasonable time may be subject to penalties under s.119.10.
(E)CIVIL ACTION.
(1)If a civil action is filed against a Contractor to compel production of public records
relating to the City's contract for services,the court shall assess and award
against the Contractor the reasonable costs of enforcement,including
reasonable attorneys'fees,if:
a.The court determines that the Contractor unlawfully refused to comply with
the public records request within a reasonable time;and
b.At least 8 business days before filing the action,the plaintiff provided written
notice of the public records request,including a statement that the
Contractor has not complied with the request,to the City and to the
Contractor.
(2)A notice complies with subparagraph (1)b)if it is sent to the City's custodian of
public records and to the Contractor at the Contractor's address listed on its
contract with the City or to the Contractor's registered agent.Such notices must
be sent by common carrier delivery service or by registered,Global Express
Guaranteed,or certified mail,with postage or shipping paid by the sender and
with evidence of delivery,which may be in an electronic format.
(3)A Contractor who complies with a public records request within 8 business days
after the notice is sent is not liable for the reasonable costs of enforcement.
(F IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT,CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT:
CITY OF MIAMI BEACH
ATTENTION:RAFAEL E.GRANADO,CITY CLERK
1700 CONVENTION CENTER DRIVE
MIAMI BEACH,FLORIDA 33139
E-MAIL:RAFAEL GRANADO@MIAMI£BEACHEL.GQy
PHONE:305-673-7411
11
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A193C
Docusign Envelope ID:D362B080-9DBC-40DD-9CF5-F0D7F24ECB46
Contract No.23 007-02
10.8 FORCE MAJEURE
(A)A"Force Majeure"event is an event that (i)in fact causes a delay in the performance of
the Contractor or the City's obligations under the Agreement,and (ii)is beyond the
reasonable control of such party unable to perform the obligation,and (iii)is not due to
an intentional act.error,omission,or negligence of such party,and (iv)could not have
reasonably been foreseen and prepared for by such party at any time prior to the
occurrence of the event.Subject to the foregoing criteria,Force Majeure may include
events such as war,civil insurrection,riot,fires,epidemics,pandemics,terrorism,
sabotage,explosions,embargo restrictions,quarantine restrictions,transportation
accidents,strikes,strong hurricanes or tornadoes,earthquakes,or other acts of God
which prevent performance.Force Majeure shall not include technological impossibility,
inclement weather,or failure to secure any of the required permits pursuant to the
Agreement.
(B)If the City or Contractor's performance of its contractual obligations is prevented or
delayed by an event believed by to be Force Majeure,such party shall immediately,
upon learning of the occurrence of the event or of the commencement of any such delay,
but in any case within fifteen (15)business days thereof,provide notice:(i)of the
occurrence of event of Force Majeure,(ii)of the nature of the event and the cause
thereof,(iii)of the anticipated impact on the Agreement,{iv)of the anticipated period of
the delay,and (v)of what course of action such party plans to take in order to mitigate
the detrimental effects of the event.The timely delivery of the notice of the occurrence of
a Force Majeure event is a condition precedent to allowance of any relief pursuant to this
section;however,receipt of such notice shall not constitute acceptance that the event
claimed to be a Force Majeure event is in fact Force Majeure,and the burden of proof of
the occurrence of a Force Majeure event shall be on the requesting party.
(C)No party hereto shall be liable for its failure to carry out its obligations under the
Agreement during a period when such party is rendered unable,in whole or in part,by
Force Majeure to carry out such obligations.The suspension of any of the obligations
under this Agreement due to a Force Majeure event shall be of no greater scope and no
longer duration than is required.The party shall use its reasonable best efforts to
continue to perform its obligations hereunder to the extent such obligations are not
affected or are only partially affected by the Force Majeure event,and to correct or cure
the event or condition excusing performance and otherwise to remedy its inability to
perform to the extent its inability to perform is the direct result of the Force Majeure
event with all reasonable dispatch.
(D)Obligations pursuant to the Agreement that arose before the occurrence of a Force
Majeure event,causing the suspension of performance,shall not be excused as a result
of such occurrence unless such occurrence makes such performance not reasonably
possible.The obligation to pay money in a timely manner for obligations and liabilities
which matured prior to the occurrence of a Force Majeure event shall not be subject to
the Force Majeure provisions.
(E)Notwithstanding any other provision to the contrary herein,in the event of a Force
Majeure occurrence,the City may,at the sole discretion of the City Manager,suspend
the City's payment obligations under the Agreement,and may take such action without
12
Docusign Envelope ID:53070599-DE8A-4629-944B8-CD7A4E6A193C
Docusign Envelope ID:D362B080-9DBC-40DD-9CF5-F0D7F24ECB46
Contract No.23-007-02
regard to the notice requirements herein.Additionally,in the event that an event of
Force Majeure delays a party's perform ance under the Agreement for a time period
greater than thirty (30)days,the City may,at the sole discretion of the City Manager,
term inate the Agreement on a given date,by giving written notice to Co ntractor of such
term ination.If the Agreement is term inated pursuant to this section,Contractor shall be
paid for any Services satisfactorily perform ed up to the date of termination;following
which the City shall be discharged fro m any and all liabilities,duties,and terms arising
out of,or by virtue of,this Agreement.In no event will any condition of Force Majeure
extend this Agreement beyond its stated term .
10.9 E-VERIFY
(A)Contra ctor shall comply with Section 448 .095,Florida Statutes,"Employm ent Eligibility"
("E-Verify Statute"),as may be amended fro m time to time.Pursuant to the E-Verify
Statute,commencing on January 1,2021,Co ntractor shall register with and use the E-
Verify system to verify the work auth orization status of all newly hired employees during
the Term of the Agreement.Additionally,Contractor shall expressly require any sub-
contra ctor perform ing work or providing services pursuant to the Agreement 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 sub-contractor during the
contra ct Term .If Co ntra ctor enters into a contra ct with an approved sub-co ntractor,the
sub-co ntra ctor must provide the Contra ctor with an affidavit stating that the sub-
contra ctor does not employ,contract with,or subcontract with an unauthorized alien.
Co ntra ctor shall maintain a copy of such affidavit for the duration of the Agreement or
such other extended period as may be required under this Agreement.
(B)TE RM INATION RIGHTS.
(1)If the City has a good faith belief that Co ntractor has knowingly violated Secti on
448 .09(1),Florida Statutes,the City shall term inate this Agreement with
Co ntra ctor for cause,and the City shall thereafter have or owe no further
obligation or liability to Co ntra ctor.
(2)If the City has a good faith belief that a sub-co ntractor has knowingly violated the
foregoing Subsection 10.9(A),but the Co ntra ctor otherwise complied with such
subsection,the City will promptly notify the Co ntractor and order the Contractor
to immediately term inate the Agreement with the sub-contractor.Contractor's
failure to term inate a sub-contra ctor shall be an event of default under this
Agreement,entitling City to term inate the Co ntractor's contract for cause.
(3)A contra ct term inated under the foregoing Subsection (B)(1)or (B)(2)is not in
breach of contra ct and may not be considered as such.
(4)Th e City or Contra ctor or a sub-contra ctor may file an action with the Circu it or
Co unty Court to challenge a term ination under the foregoing Subsection (B)(1)or
(B)(2)no later than 20 calendar days after the date on which the contract was
term inated.
(5)If the City term inates the Agreement with Co ntractor under the foregoing
Subsection (B)(1),Co ntra ctor may not be awarded a public contract for at least 1
year after the date of term ination of this Agreement.
(6)Co ntractor is liable for any additional costs incurred by the City as a result of the
term ination of this Agreement under this Section 10.9.
13
Docusign Envelope ID:53070599-DE8A-4629-944-CD7A4E6A193C
Docusign Envelope ID:O362B080-9OBC-40DD-9CF5-F0D7F24ECB46
Contract No.23-007-02
10.10 CONTRACTOR'S COMPLIANCE WITH ANTE-HUMAN TRAFFICKING LAWS
Contractor agrees to comply with Section 787.06,Florida Statutes,as may be amended from
time to time,and has executed the Certification of Compliance with Anti-Human Trafficking
Laws,as required by Section 787.06(13),Florida Statutes,a copy of which is attached hereto as
Exhibit "C".
SECTION 11
NOTICES
Until changed by notice,in writing,all such notices and communications shall be addressed as
follows:
TO CONTRACTOR:
TO CITY:
M&J Ecological LLC
Attn:Marcus H.Franco De Andrade
2775 NE 187Street,Suite 120
Aventura,FL 33180
Ph:786-271-2552
Email:mandrade@mjecoloqical.com
Facilities &Fleet Management Department
Attn:Elizabeth Miro
1933 Bay Rd.28 Floor
Miami Beach,FL 33139
Ph:305-673-7000 ext.22925
Email:elizabethmiro@miamibeachfl.gov
All notices mailed electronically to either party shall be deemed to be sufficiently transmitted.
SECTION 12
MISCELLANEOUS PROVISIONS
12.1 CHANGES AND ADDITIONS
This Agreement cannot be modified or amended without the express written consent of the
parties.Na modification,amendment,or alteration of the terms or conditions contained herein
shall be effective unless contained in a written document executed with the same formality and
of equal dignity herewith.
12.2 SEVERABILITY
If any term or provision of this Agreement is held invalid or unenforceable,the remainder of this
Agreement shall not be affected and every other term and provision of this Agreement shall be
valid and be enforced to the fullest extent permitted by law.
14
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7AAE6A 193C
Docusign Envelope ID:D362B080-9DBC-40DD-9CF5-F0D7F24ECB46
Contract No.23-007-02
12.3 WAI VE R OF BREA CH
A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of
such provision or modification of this Agreement.A party's waiver of any breach of a provision
of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be
construed to be a modification of the terms of this Agreement.
12.4 JOINT PREPARA TION
The parties hereto acknowledge that they have sought and received whatever competent advice
and counsel as was necessary for them to form a full and complete understanding of all rights
and obligations herein and that the preparation of this Agreement has been a joint effort of the
parties,the language has been agreed to by parties to express their mutual intent and the
resulting document shall not,solely as a matter of judicial construction,be construed more
severely against one of the parties than the other.
12.5 ENTIRETY OF AGREEMENT
The City and Contractor agree that this is the entire agreement between the parties.This
Agreement supersedes all prior negotiations,correspondence,conversations,agreements or
understandings applicable to the matters contained herein,and there are no commitments,
agreements or understandings concerning the subject matter of this Agreement that are not
contained in this document.Title and paragraph headings are for convenient reference and are
not intended to confer any rights or obligations upon the parties to this Agreement.
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
15
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4E6A 193C
Docusign Envelope ID:D362B080-9DBC-40DO-9CF5-F0O7F24ECB46
Contract No.23-007-02
IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed
by their appropriate officials,as of the date first entered above.
FOR CITY:
ATTEST:
By:
Rafael E.Granado,City Clerk
12/24/2024 I 9:18 ESTDate:_
CITY OF MIAMI BEACH,FLORIDA
By:4p46
Lo ud pd.de
Print Name and Title )\y/0124"
/tu@«/e»City Attorney y le2
Date
FOR CONTRACTOR:
M&J ECOLOGICAL LLC
APPROVED AS TO
FORM &LANGUAGE
&FOR EXECUTION
oae )lur4
16
Docusign Envelope ID:53070599-DE8A-4629-944-CD7A4E6A193C
Docusign Envelope ID:D3628080-9DBC-40DD-9CF5-F0D7F24ECB46
Contract No.23-007-02
EXHIBIT A SCOPE OF SERVICES
The Contractor shall perform the services outlined in the Request for Proposals (RFP)and further detailed
in Exhibit "A"attached hereto.
1.Traditional iguana remediation services include trapping,humane euthanasia,and disposal.Contractor
shall proactlvely suppress iguana populations using humane and environmentally safe techniques to
drastically reduce or eliminate the City's iguana population.
Guidelines of the Florida Fish and Wildlife Conservation Commission shall be closely followed regarding
all population control methods used.It shall be the Contractor's sole responsibility to remain up-to-date
with any changes in regulations that would affect services under this Contract,Inclusive of licensing or
permitting requirements.
Thay City will consider the use of control tools in accordance with the Florida Fish and Wildlife
Conservation Commission guidelines.
2.Contractor shall provide all necessary personnel,equipment,labor,and materials for the operation of
services,which may include a water vessel to traverse the City's waterways.
3.Contractor's employees shall wear clothing that clearly Identifies the employee as an employee of
Contractor and shall also have company identification in their possession at all times.
4.Contractor shall be responsible for creating a safe environment for their employees,City employees,
residents,and visitors while performing services.Proper safety signs or cones shall be used as
necessa ry.The Contractor shall provide for a clean and safe environment during all work.Whenever the
Contractor leaves a location,that location shall be clean,safe,and free of any tools and other materials
related to the work.At its own cost,the Contractor shall properly dispose of debris and any other foreign
material created through the work process.
5.The Contractor will only have access to the work location(s)during regular City working hours.
Access to work location(s)after hours will require prior approval of City staff.
6.The Contractor shall provide a telephone number and email for emergency response services.When
emergency/additional services (as applicable)are required,the Contractor shall respond to the work site
within two (2)hours.
7.The Contractor shall have signage posted to Inform residents that iguana remediation is occurring.
Signage shall be submitted to the City Manager or designee for approval prior to the commencement of
the services.
8.Reporting Requirements.The Contractor shall submit an activity report at the end of the service
period with each applicable invoice,including photos of the deceased iguanas.The City reserves the right
to request photos of the deceased iguanas at any time during the service period.
9.GPS data shall be forwarded as a PDF file,time-stamped photos or geo-tagged photos to allow City
management to verify payroll expenditure.
[CONTINUED ON NEXT PAGE]
17
Docusign Envelope ID:53070599-DE8A-4629-944B8-CD7A4E6A 193C
Docusign Envelope ID:D362080-9B C-40DD-9CF5-F0DTF24ECB46
10.Service Locations:
LOCATIONS
F airway Park
Crespi Park
SdlNwate r Park
North Shore Open Park
Allison Park
Brittany Bay Park
Scott Rakow Pool
Scott Rakow Site
Mu ss Park
Chase Parking Lot
Alfson Island
Poi ncian a Park
Pine Tree Park
Sun set islands
South Pointe Park
Palm/H ibiscu s 1stand Park
Buoy Park
2100 Meridian
F taming o Park/Pool
21st and Beach walk
Venetian Cswy
Dade BNd Canal
Biscayne Waterways
Indian Creek Canal
Lummu s Park
Parkview Park
Tatum Pa rk
Bellelsle
MSD Park
Normandy Shores Gott
La Gorce Park
Fire Station 2
Public Works Yard
Bass Museum
Collins Park
Ju tla Tuttle
Victory Garden
Miami Beach Golf
Holocaust Memorial
Nikki Beach
18
Contract No.23-007-02
Docusign Envelope ID:53070599-DE8A--4629-944B-CD7 A4E6A 193C
Docusign Envelope ID:D362B080-9DBC-40DD-9CF5-F0D7F24ECB46
Contract No.23-007-02
EXHIBIT B CONTRACT RATES
The Contractor shall be compensated on an as-needed basis for short-term engagements at the
following rates:
•Hourly Rate:$60 per hour for services provided for up to three (3)consecutive days
within a week.
•Weekly Rate:$1,200 per week for services provided for up to three (3)consecutive
weeks in a month.
Compensation for short-term engagements shall not exceed three (3)consecutive weeks.
[THE RE MAIND ER OF THI S PAGE IS INTE NTIONALLY LEFT BLANK ]
19
Docusign Envelope ID:53070599-DE8A-4 629-944 -CD7AA4E6A 193C
Docusign Envelope ID:D362B080-9DBC-40DD-9CFS-F0DTF24ECB46
Contract No.23-007-02
EXHIBIT C HUMAN TRAFFICKING CERTIFICATION
C erti fication of C om pliance w ith Anti-Hum an Traffi cking La w s
In acco rdance with Section 787.06 (13),Florida Statutes,the undersigned,on behalf of
the entity named below ("Entity"),hereby attests under penalty of perjury that the Entity
does not use co ercion for labor or service s as defined in Section 787.06,Florida
Statutes,entitled "Human Trafficking".
I understand th at I am swearing or affirm ing under oath to the tru thfu lness of the claims
m ade in this affidavit and that the punishm ent for kn owingly making a false statement
includes fines and/or im prisonment.
The undersigned is aut horized to execute this affidavit on behalf of Entity.
@Vera6Gr signa ture)
[UC u!Pend
LC
(Print Nam e)
(Co mpany Nam
Le14f [w J0[T,pen'brt Pro,
(Address)P 02 ]
State of
County of
The foreg oing instrum ent was acknowledged before me by means of Yphysica l
pre sence or D online
_NuoUdht-,kn own to me to be the perso n
described here in,or who pro duce d By bA'd e as
identifica tion,and who did/did not take an oath.
notariza tion,this 4m by
N O TA R Y PUBLI C:do.dz 3e2.
(Signature )
6do pa v9alto
iii;;;.AAN DA MCLA UGH LIN(f@p?oors ii«-ow sins@'3jg/commits6 H 1«1303%2f wy comm.Expires Jun 11,2025
Bonded through National Notary Assn.
(Print Nam e)
My co mmission expires:@]h][?G
20
D o cusign Envelope ID :53070599-D E8A -4 629-944B-C D 7AA4E6A 193C
Contract No.23-007-03
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF MIAMI BEACH
ANO
REDLINE IGUANA REMOVAL,LLC
FOR
IGUANA REMEDIATION SERVICES PURSUANT TO
RFQ-2023-007-WG
12/24/2024 I 9:18 EST
This Professional Serv ices Agreem ent ("Agreem ent")is entered into this ("Effective
Date"),betw een the CITY OF MIAM I BEACH,FLORIDA,a municipal corporation organized
and existing under the laws of the State of Florida,having its principal offices at 1700
Convention Center Drive,Miami Beach,Florida,33139 (the "City"),and REDLINE IGUANA
REM O VAL,LLC a Florida Lim ited Liability Com pany,whose address is 2840 Stirling Road,
Suite D,Hollyw ood,Florida 33020("Contractor").
SECTION 1
DEFINITIONS
Agreem ent:
City Manager:
City Manager's
Designee:
Contractor:
Services:
Fee:
This Agreem ent betw een the City and Contractor,including any exhibits
and am endments thereto.
The chief administra tive officer of the City.
The City staff mem ber who is designated by the City Manager to
administer this Agreem ent on behalf of the City.The City Manager's
designee shall be the Facilities and Fleet Management Department
Director.
For the purposes of this Agreem ent,Contractor shall be deemed to be an
independent contractor,and not an agent or employee of the City.
All services,work and actions by the Contractor performed or undertaken
pursuant to the Agreem ent.
Am ount paid to the Contractor as compensation for Services.
Proposal Documents:Proposal Docum ents shall mean City of Miami Beach RFQ No.2023-007
fo r Iguana Rem ediation Services,together with all amendments thereto,
issued by the City in contemplation of this Agreement RFQ and the
Contractor's proposal in response thereto ("Proposal"),all of which are
hereby incorpora ted and made a part hereof;provided,however,that in
the event of an express conflict between the Proposal Documents and
this Agreement,the following order of precedent shall pre vail:this
Agreem ent;the RFQ and the Proposal.
D ocusign Envelope ID :53070599-D E8A-4629-944B8-C D 7A 4E6A 193C
R isk M anager:
Contract No.23-007-03
The Risk Manager of the C ity,with offices at 1700 Convention Center
Drive,Third Floor,M iam i Beach,Florida 33139;telephone num ber (305)
673-7000,Ext.2672 4;and fax num ber (305)673-7529.
SECTION 2
SCOPE OF SERVICES
2.1 POOL OF PREQUALIFIED CONTRACTORS.As part of the prequalification pool,the
contractor shall provide its serv ices on an as-needed basis.In consideration of the Fee to be
paid to C ontractor by the C ity,C ontractor shall pro vide the w ork and services described in
Exhibit "A"hereto (the "S erv ices").
2.2 C ontractor's Serv ices and any deliverables incident thereto shall be com pleted in
accordance w ith the tim eline and/or schedule in Exhibit "A"hereto.
Notw ithstanding the fo regoing,all Serv ices provided by the Contractor shall be performed in
accordance w ith the term s and conditions set fo rth in Exhibit "A"and to the reasonable
satisfaction of the C ity's Contract Com pliance Adm inistrator.If there are any questions
regarding the Serv ices to be perf orm ed,Contractor should contact the following person:
Santiago Sellan,Facilities &Fleet Management Department,at santiagosellan@ miamibeachfl.gov,or
305-673-7000 ext.22124
or
Giacomo Natteri,Facilities &Fleet Management Department,at qiacomonatteri@ miamibeachfl.gov,or
305-673-7000 ext.22970
SECTION 3
TERM
The term of this Agreem ent ("Term ")shall com m ence upon execution of this Agreem ent by all
part ies hereto (the Effective Date set fo rth on p.1 hereof)and shall have an initial term of three
(3)years,w ith two additional one (1)year renew al options,to be exercised at the City
M anager's sole option and discretion,by pro viding C ontractor with written notice of same no
less than thirty (30)days prior to the expiration of the initial term .
Notwithstanding the Term provided herein,Contractor shall adhere to any specific tim elines,
schedules,dates,and/or perf orm ance m ilestones for com pletion and delivery of the Services,
as sam e is/are set fo rt h in the tim eline and/or schedule referenced in Exhibit "A"hereto.
SECTION 4
FEE FOR POOL OF PREQUALIFIED CONTRACTORS
4.1 In consideration of the Serv ices to be provided on as-needed basis Contractor shall be
com pensated in accordance w ith Exhibit "B"hereto.
2
Docusign Envelope ID:53070599-DE8A-4629-944B8-CD7A4E6A193C
Contract No.23-007-03
4.2 INVOICING
U pon receipt of an acceptable and appro ved invoice,payment(s)shall be made within fo rty-five
(45)days fo r that portion (or those portions)of the Serv ices satisfactorily rendered (and
refere nced in the particular invoice).
Invoices shall include a detailed description of the Services (or portions thereof)provided,and
shall be subm itted to the C ity at the fo llowing address:
A ccounts Payable:Payables@m iam ibeachfl.go
SECTION 5
TERMINATION
5.1 TERMINATION FOR CAUSE
If the C ontra ctor shall fail to fulfill in a tim ely m anner,or otherw ise violates,any of the
covenants,agreem ents,or stipulations m aterial to this Agre ement,the City,through its City
M anager,shall thereupon have the right to term inate this Agreem ent fo r cause.Prior to
exercising its option to term inate fo r cause,the C ity shall notify the Contractor of its violation of
the part icular term (s)of this Agreem ent,and shall grant Contractor ten (10)days to cure such
default.If such default rem ains uncured after ten (10)days,the C ity may terminate this
A greem ent w ithout further notice to C ontractor.Upon term ination,the City shall be fully
discharged from any and all liabilities,duties,and terms arising out of,or by virtue of,this
A greem ent.
Notw ithstanding the above,the C ontra ctor shall not be relieved of liability to the City fo r
dam ages sustained by the C ity by any breach of the Agreem ent by the Co ntractor.The City,at
its sole option and discretion,shall be entitled to bring any and all legal/equitable actions that it
deem s to be in its best interest in order to enfo rce the City's rights and remedies against
C ontractor.The C ity shall be entitled to recover all costs of such actions,including reasonable
att orn eys'fees.
5.2 TERMINATION FOR CONVENIENCE OF THE CITY
THE CITY MAY ALSO,THROUGH ITS CITY MANAGER,AND FOR ITS
CONVENIENCE AND WITHOUT CAUSE,TERMINATE THE AGREEMENT AT ANY
TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF
SUCH TERMINATION;WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30)
DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE.
ADDITIONALLY,IN THE EVENT OF A PUBLIC HEAL TH,WELFARE OR SAFETY
CONCERN,AS DETERMINED BY THE CITY MANAGER,IN THE CITY MANAGER'S
SOLE DISCRETION,THE CITY MANAGER,PURSUANT TO A VERBAL OR
WRITTEN NOTIFICATION TO CONTRACTOR,MAY IMMEDIATELY SUSPEND THE
SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN,OR IN THE
AlTERNATIVE,TERMINATE THIS AGREEMENT ON A GIVEN DATE.IF THE
AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY,CONTRACTOR
SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE
DATE OF TERMINATION;FOLLOWING WHICH THE CITY SHALL BE DISCHARGED
3
D ocusign Envelope ID :53070599-D E8A-4 629-944-C D 7A4E6A 193C
Contract No.23-007-03
FROM ANY AND ALL LIABILITIES,DUTIES,AND TERMS ARISING OUT OF,OR BY
VIRTUE OF,THIS AGREEMENT.
5.3 TERMINATION FOR INSOLVENCY
The C ity also reserv es the right to term inate the Agre ement in the event the Contractor is
placed either in voluntary or involuntary bankruptcy or m akes an assignm ent for the benefit of
creditors.In such event,the right and obligations fo r the parties shall be the sam e as provided
fo r in Sect ion 5.2.
SECTION 6
INDEMNIFICATION AND INSURANCE REQUIREMENTS
6.1 INDEMNIFICATION
C ontractor agrees to indem nify,defend and hold harmless the C ity of Miam i Beach and its
officers,em ployees,agents,and contractors,fro m and against any and all actions (whether at
law or in equity),claim s,liabilities,losses,and expenses,including,but not lim ited to,attorn eys'
fees and costs,for personal,econom ic or bodily injury ,wro ngful death,loss of or damage to
pro perty,w hich m ay arise or be alleged to have arisen fro m the negligent acts,erro rs,
om issions or other w rongful conduct of the C ontractor,its offi cers,employees,agents,
contractors,or any other person or entity acting under Contractor's contro l or superv ision,in
connection w ith,related to,or as a re sult of the Contractor's perform ance of the Services
pursuant to this A greem ent.T o that extent,the Contractor shall pay all such claim s and losses
and shall pay all such costs and judgm ents w hich m ay issue from any lawsuit arising from such
cl aim s and losses,and shall pay all costs and attorn eys'fees expended by the City in the
defense of such claim s and losses,including appeals.The Contractor expressly understands
and agrees that any insurance pro tection required by this Agreem ent or otherw ise pro vided by
the C ontractor shall in no way lim it the Contractor's responsibility to indem nify,keep and save
harm less and defend the C ity or its officers,em ployees,agents and instrum entalities as herein
provided.
The part ies agree that one percent (1 %)of the total com pensation to Contractor fo r
perf orm ance of the Serv ices under this A greem ent is the specific consideration from the City to
the C ontra ctor fo r the C ontractor's indem nity agreem ent.The pro visions of this Section 6.1 and
of this indem nification shall survive term ination or expiration of this Agreement.
6.2 INSURANCE REQUIREMENTS
T he C ontractor shall m aintain the below required insurance in effect prior to
aw arding the agreem ent and fo r the duration of the agre em ent.The m aintenance
of proper insurance coverage is a m aterial elem ent of the agreement and failure
to m aintain or renew coverage m ay be tre ated as a m aterial breach of the
contract,w hich could result in withholding of payments or termination of the
Agreem ent.
A.W orker's C om pensation Insurance for all em ployees of the vendor as required by
Florida Statute 440,and Em ployer Liability Insurance for bodily injury or disease.
S hould the V endor be exem pt fro m this Statute,the Vendor and each em ployee
4
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4E6A193C
Contract No.23-007-03
shall hold the C ity harm less from any injury incurred during performance of the
C ontract.T he exem pt V endor shall also subm it (i)a written statem ent detailing
the num ber of em ployees and that they are not required to carry W orkers'
C om pensation insurance and do not anticipate hiring any additional em ployees
during the term of this contra ct or (ii)a copy of a Certificate of Exemption.
B.C om m ercial General Liability Insurance on an occurrence basis,including
product s and com pleted operations,pro perty dam age,bodily injury and personal
&advertising injury w ith lim its no less than $1,000,000 per occurrence,and
$2,000,000 general aggregate.
C .A utom obile Liability Insura nce covering any autom obile,if vendor has no owned
autom obiles,then coverage fo r hired and non-ow ned automobiles,with lim it no
less than $1,000,000 com bined per accident fo r bodily injury and pro perty
dam age.
6.3 Add itio nal Insured --C ity of M iam i Beach m ust be included by endorsem ent as an
additional insured w ith respect to all liability policies (except Pro fessional Liability and W orkers'
Com pensation)arising out of w ork or operations perform ed on behalf of the Contractor including
materials,part s,or equipm ent furn ished in connection w ith such w ork or operations and
autom o biles ow ned,leased,hired or borro wed in the fo rm of an endorsem ent to the
Contractor's insurance.
6.4 N o tice of C ancellation -Each insurance policy required above shall pro vide that
coverage shall not be cancelled,except w ith notice to the City of M iam i Beach c/o EXIG IS
Insura nce C om pliance Services.
6.5 W aiver of Su brogation -C ontractor agrees to obtain any endorsem ent that m ay be
necessary to aff ect the w aiver of subro gation on the coverages required.However,this
pro vision applies regardless of whether the City has received a waiver of subrogation
endorse m ent fr om the insure r.
6.6 A cceptab ility of Insurers -Insurance m ust be placed with insurers with a current A.M .
Best rating of A or higher.If not rated,exceptions m ay be made for m em bers of the Florida
Insurance Funds (i.e .FW C IG A,FAJU A ).Carriers m ay also be considered if they are licensed
and authorized to do insurance business in the State of Florida.
6.7 V erifi cation of C o verage -C ontractor shall furn ish the C ity w ith original certificates and
am endatory endorsem ents,or copies of the applicable insurance language,effecting coverage
require d by this contract.All certificates and endorsem ents are to be received and approved by
the C ity befo re w ork com m ences.How ever,fa ilure to obtain the required docum ents prior to
the w ork beginning shall not waive the Contractor's obligation to provide them .The City
reserves the right to require com plete,certified copies of all required insura nce policies,
including endorsem ents,required by these specifications,at any tim e.
C E R T IF IC A T E H O L DE R O N A LL C O i M US T R EA D:
CIT Y O F M IA M I BE ACH
c/o EX IG IS Insurance C om pliance Serv ices
P .O .Box 947
M urr ieta,C A 92564
5
D o cusig n E nvelope ID :53070599-D E8A-4 629-944B-C D 7A4E6A 193C
Contract No.23-007-03
Kindly subm it all certificates of insurance,endorsements,exemption letters to our servicing
agent,EXIGIS,at:
Certificates-m iam ibeach@ riskworks.com
6.9 Special Risks or Circumstances -The City of Miami Beach reserves the right to
modify these requirem ents,including limits,based on the nature of the risk,prior experience,
insurer,coverage,or other special circum stances.
Compliance with the foregoing requirem ents shall not relieve the vendor of his liability and
obligation under this section or under any other section of this agreement.
SECTION 7
LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER
This Agreement shall be construed in accordance with the laws of the State of Florida.This
Agreem ent shall be enforceable in Miami-Dade County,Florida,and if legal action is necessary
by either party with respect to the enforcem ent of any or all of the terms or conditions herein,
exclusive venue for the enforcem ent of sam e shall lie in Miami-Dade County,Florida.By
entering into this Agreem ent,Contractor and the City expressly waive any rights either party
may have to a trial by jury of any civil litigation related to or arising out of this Agreement.
SECTION 8
LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on the
City's liability for any cause of action,for money damages due to an alleged breach by the City
of this Agreem ent,so that its liability fo r any such breach never exceeds the sum of $10,000.
Contractor hereby expresses its willingness to enter into this Agreement with Contractor's
recovery from the City for any damage action for breach of contract to be limited to a maximum
am ount of $10,000.
Accordingly,and notw ithstanding any other term or condition of this Agreement,Contractor
hereby agrees that the City shall not be liable to the Contractor for damages in an amount in
excess of $10,000 for any action or claim for breach of contract arising out of the performance
or non-perform ance of any obligations im posed upon the City by this Agreement.
Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a
waiver of the lim itation placed upon the City's liability,as set forth in Section 768.28,Florida
Statutes.
6
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4E6A 193C
Contract No.23-007-03
SECTION 9
DUTY OF CARE/COM PLIANCE WITH APPLICABLE LAW S/PA TENT RIGHTS;COPYRIGHT;
AND CONFID ENTIAL FINDINGS
9.1 DUTY OF CARE
W ith respect to the perform ance of the Services contem plated herein,Contractor shall exercise
that degree of skill,care,effi ciency and diligence normally exercised by reasonable persons
and/or recognized professionals with respect to the performance of com parable work and/or
services.
9.2 CO M PLI ANCE W ITH APPLICABLE LA W S
In its perf orm ance of the Serv ices,Contractor shall com ply with all applicable laws,ordinances,
and regulations of the C ity,M iam i-D ade C ounty,the State of Florida,and the federal
govern m ent,as applicable.
9.3 PATENT RIGHTS;coPyRIGHT;CONFIDENTIAL FINDINGS
A ny work product arising out of this Agreem ent,as w ell as all info rm ation specifications,
processes,data and findings,are intended to be the property of the C ity and shall not otherw ise
be m ade public and/or dissem inated by C ontractor,w ithout the prior written consent of the City
M anager,excepting any inform ation,re cords etc.which are re quired to be disclosed pursuant to
C ourt Order and/or Florida Public R ecords Law .
A ll reports,docum ents,art icles,devices,and/or work pro duced in whole or in part under this
A greem ent are intended to be the sole and exclusive property of the City,and shall not be
subject to any application fo r copyright or patent by or on behalf of the Contractor or its
em ployees or sub-contractors,without the prior written consent of the City M anager.
SECTION 10
GENERAL PROVISIONS
10.1 AUDIT AND INSPECTIONS
U pon reasonable verbal or written notice to C ontractor,and at any tim e during norm al
business hours (i.e.9A M -5P M ,M onday through Fridays,excluding nationally recognized
holidays),and as often as the C ity M anager m ay,in his/her reasonable discretion and
judgm ent,deem necessary ,there shall be m ade available to the C ity M anager,and/or such
repre sentatives as the C ity M anager m ay deem to act on the C ity's behalf,to audit,exam ine,
and/or inspect,any and all other docum ents and/or records relating to all matters covered by
this A greem ent.C ontractor shall m aintain any and all such records at its place of business at
the address set fo rt h in the "Notices"section of this Agreem ent.
7
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4E6A193C
Contract No.23-007-03
10.2 INSPECTO R GENERAL AUDIT RIGHTS
(A )Pursuant to Section 2-256 of the C ode of the C ity of M iam i Beach,the C ity has
established the Offi ce of the Inspector General w hich m ay,on a ra ndom basis,perform
review s,audits,inspect ions and investigations on all C ity contract s,throughout the
duration of said contra cts.This random audit is separate and distinct from any other
audit perf orm ed by or on behalf of the City.
(B )The Offi ce of the Inspector G eneral is authorized to investigate C ity affairs and
em pow ered to re view past,present and proposed C ity program s,accounts,records,
contracts and tra nsactions.In addition,the Inspector G eneral has the pow er to
subpoena w itnesses,adm inister oaths,require the production of witnesses and m onitor
C ity pro jects and pro gram s.M onitoring of an existing C ity pro ject or program m ay
include a report concern ing w hether the project is on tim e,within budget and in
confo rm ance w ith the contract docum ents and applicable law .The Inspector G eneral
shall have the power to audit,investigate,m onitor,oversee,inspect and review
operations,activities,perform ance and pro curem ent process incl uding but not lim ited to
pro ject design,bid specifications,(bid/pro posal)subm ittals,activities of the C ontra ctor,
its off icers,agents and em ployees,lobbyists,City staff and elected offi cials to ensure
com pliance w ith the contract docum ents and to detect fraud and corruption.Pursuant to
Section 2-378 of the C ity C ode,the C ity is allocating a percentage of its overall annual
contract expenditures to fund the activities and operations of the Office of Inspector
General.
(C )U pon ten (10 )days w ritten notice to the Contractor,the Contractor shall m ake all
requested records and docum ents available to the Inspector G eneral for inspection and
copying.The Inspector G eneral is em pow ered to retain the serv ices of independent
private sector auditors to audit,investigate,m onitor,oversee,inspect and review
opera tions activities,perform ance and pro curem ent pro cess incl uding but not lim ited to
pro ject design,bid specifications,(bid/proposal)subm ittals,activities of the C ontractor its
off icers,agents and em ployees,lobbyists,C ity staff and elected officials to ensure
com pliance with the contract docum ents and to detect fraud and corruption.
(D )T he Inspector Genera l shall have the right to inspect and copy all docum ents and
records in the C ontractor's possession,custody or contro l which in the Inspector
G enera l's sole judgm ent,pertain to perform ance of the contract.including,but not lim ited
to original estim ate files,change order estim ate files,w orksheets,pro posals and
agreem ents fro m and with successful subcontractors and suppliers,all pro ject-related
correspondence,m em oranda,instructions,financial docum ents,construct ion
docum ents,(bid/pro posal)and contra ct docum ents,back-change docum ents,all
docum ents and records w hich involve cash,trade or volum e discounts,insurance
pro ceeds,rebates,or dividends received,payro ll and personnel records and supporting
docum entation fo r the afo re said docum ents and records.
8
Oocusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A 193C
Contract No.23 007 03
(E )The C ontra ctor shall m ake available at its off ice at all reasonable tim es the records,
m aterials,and other evidence regarding the acquisition (bid pre paration)and
perf orm ance of this A greem ent,for exam ination,audit,or reproductio n,until three (3)
years after final paym ent under this Agreem ent or fo r any longer period required by
statute or by other clauses of this A greem ent.In addition:
i.If this A greem ent is com pletely or partially term inated,the C ontractor shall make
available records re lating to the w ork term inated until three (3)years after any
re sulting final term ination settlem ent;and
ii.The C ontract or shall m ake available records relating to appeals or to litigation or
the settlem ent of cl aim s arising under or relating to this Agreem ent until such
appeals,litigation,or claim s are finally re solved.
(F )The provisions in this sect ion shall apply to the C ontract or,its off icers,agents,
em p loyees,subcontra ctors and suppliers.The C ontractor shall incorporate the
pro visions in this section in all subcontracts and all other agreem ents executed by the
C o ntractor in connection w ith the perform ance of this Agreem ent.
(G )N othing in this section shall im pair any independent right to the C ity to conduct audits or
investigative activities.The provisions of this section are neither intended nor shall they
be construed to im pose any liability on the C ity by the C ontractor or third part ies.
10.3 ASSIGNMENT,TRANSFER QR SUBCQNSUL TING
C o ntract or shall not subcontra ct,assign,or transfer all or any portion of any work and/or
service unde r this A greem ent w ithout the prior w ritt en consent of the C ity M anager,which
conse nt,if given at all,shall be in the Manager's sole judgm ent and discretio n.Neither this
A gree m e nt,nor any term or provision hereof,or right hereunder,shall be assignable unless as
appro ved pursuant to this section,and any attem pt to m ake such assignm ent (unless
appro ved)shall be void.
10.4 PUBLIC ENTITY CRIMES
Prior to com m e ncem e nt of the Serv ices,the C ontra ctor shall file a State of Flo rida Form PU R
7068 ,S w orn Statem ent unde r Section 287.13 3(3)(a)Florida Statute on Public Entity C rim es
w ith the C ity's P ro curem e nt D ivision.
10.5 NO DISCRIMINATION
In connectio n w ith the perf orm ance of the Serv ices,the C ontra ctor shall not exclude from
part icipa tio n in ,de ny the benefits of,or subject to discrim ination anyone on the grounds of
ra ce,colo r,nationa l origin,sex,age ,disability,religion,incom e or fa m ily status.
A dditio na lly,C o ntractor shall com ply fully w ith the C ity of M iam i Beach H um an R ights
O rdina nce ,codified in C hapter 62 of the C ity C ode,as m ay be am ended fro m tim e to tim e,
pro hib iting discrim ination in em ploym ent,housing,public accom m odations,and public
se rvice s on account of actual or perceived race,color,national origin,religion,sex,
inters exuality,gender ide ntity,sexual orientation,m arital and fam ilial status,age,disability,
9
D o cusig n E nvelop e ID :53070599-D E 8A -4 629-944B -C D 7A4E6A 193C
Contract No.23-007-03
ancestry ,height,w eight,dom estic partner status,labor organization m em bership,fam ilial
situation,or political affiliation.
10.6 CONFLICT OF INTEREST
C ontractor herein agrees to adhere to and be govern ed by all applicable M iam i-D ade C ounty
C onflict of Interest O rdinances and Ethics provisions,as set fo rth in the M iam i-D ade County
C ode,as m ay be am e nded fro m tim e to tim e ;and by the C ity of M iam i Beach C harter and
C ode ,as m ay be am e nded from tim e to tim e;both of w hich are incorporated by reference as if
fully set fo rth herein.
C ontra ctor covenants that it presently has no interest and shall not acquire any interest,
directly or indirectly,w hich could conflict in any m anner or degree with the perform ance of the
S erv ices.C ontractor furt her covenants that in the perf orm ance of this Agreem ent,C ontractor
shall not em ploy any pe rson having any such interest.No m em ber of or delegate to the
C ongress of the U nited States shall be adm itt ed to any share or part of this Agreem ent or to
any benefit s arising the refr om .
10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW
(A )C ontractor sha ll com ply w ith Florida Public R ecords law under C hapter 119 ,Florida
Statutes,as m ay be am ended from tim e to tim e.
(B )The term "public records"shall have the m eaning set forth in Section 119 .011(12 ),w hich
m eans all docum e nts,papers,letters,m aps,books,tapes,photographs,fil m s,sound
recordings,data processing softw are,or other m aterial,regardless of the physical fo rm ,
characteristics,or m eans of transm ission,m ade or received pursuant to law or
ordina nce or in connection w ith the transaction of offi cial business of the C ity.
(C )P ursuant to S ection 119 .0701 of the Florida Statutes,if the C ontractor m eets the
definition of "C o ntractor"as defined in Sect ion 119 .0701(1)(a),the C ontractor shall:
(1)Keep and m aintain public records required by the C ity to perf orm the service;
(2)U pon request fr om the C ity's custodian of public records,provide the C ity w ith a
copy of the re quested records or allow the records to be inspected or copied
w ithin a reasonable tim e at a cost that does not exceed the cost pro vided in
C hapter 119 ,Florida Statutes or as otherw ise provided by law ;
(3)Ensure that public records that are exem pt or confidential and exem pt fro m
public records disclosure requirem e nts are not disclosed,except as authorized
by law ,for the duration of tile contract term and fo llow ing com pletion of the
A greem e nt if the C ontractor does not transfer the records to the C ity;
(4)U pon com pletio n of the A greem ent,transfer,at no cost to the C ity,all public
records in possession of the C ontractor or keep and m aintain public records
required by the C ity to perf orm the service.If the C ontractor transfers all public
records to the C ity upon com pletion of the Agreem ent,the C ontractor shall
de stro y any duplicate public records that are exem pt or confidential and exem pt
from public records disclosure requirem ents.If the C ontractor keeps and
m a intains public re cords upon com pletion of the Agre em ent,the C ontractor shall
m eet all ap plicable requirem ents for retaining public records.A ll records stored
electro nically m ust be pro vided to the C ity,upon request from the C ity's
custodian of public records,in a form at that is com patible w ith the info rm ation
10
D o cusig n Envelope ID :53070599-D E8A-4 629-944B-C D 7A4E6A 193C
Contract No.23-007-03
technology system s of the C ity.
(D )R EQ U E S T FO R R E C O R D S ;N O NCO M P LI AN C E .
(1)A request to inspect or copy public records relating to the City's contract fo r
serv ices m ust be m ade directly to the C ity.If the C ity does not possess the
requested records,the C ity shall im m ediately notify the Contractor of the request.
and the C ontractor m ust provide the records to the C ity or allow the records to be
inspected or copied w ithin a reasonable tim e.
(2)C ontra ctor's failure to com ply w ith the City's request fo r records shall constitute a
bre ach of this Agreem ent,and the City,at its sole discretion,m ay:(1)unilaterally
term inate the Agre em ent;(2)avail itself of the rem edies set fo rth under the
A greem ent;and/or (3)avail itself of any available rem edies at law or in equity.
(3)A C ontra ctor w ho fails to pro vide the public records to the C ity within a
reasonablo tim o m ay be subject to penalties under s.119.10.
(E )C IV IL A C T IO N.
{1)If a civil action is filed against a Contractor to com pel pro duction of public records
relating to the C ity's contract for services,the court shall assess and aw ard
against the C ontractor the reasonable costs of enfo rcem ent.including
reasonable attorn eys'fees,if:
a.The court determ ines that the Contractor unlawf ully refused to com ply with
the public records request within a reasonable tim e;and
b.At least 8 business days befo re fil ing the action,the plaintiff pro vided written
notice of the public records request,incl uding a statem ent that the
C ontractor has not com plied with the request,to the C ity and to the
C ontractor.
(2)A notice com plies w ith subparagraph (1)(b)if it is sent to the C ity's custodian of
public records and to the Contractor at the C ontractor's address listed on its
contra ct w ith the C ity or to the Contra ctor's re gistered agent.Such notices m ust
be sent by com m on carrier delivery serv ice or by registered,Global Express
Guara nteed,or cert ified m ail,with postage or shipping paid by the sender and
with evidence of delivery,which m ay be in an electronic form at.
(3)A C ontra ctor w ho com plies w ith a public records request within 8 business days
aft er the notice is sent is not liable for the reasonable costs of enfo rcem ent.
(F )IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT,CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT:
CITY OF MIAMI BEACH
ATTENTION:RAFAEL E.GRANADO,CITY CLERK
1700 CONVENTION CENTER DRIVE
MIAMI BEACH,FLORIDA 33139
E-MAIL:RAFAEL GRANADO@MIAMIBEACHFL.GQy
PHONE:305-673-7411
11
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4E6A 193C
Contract No.23-007-03
10.8 FORCE MAJEURE
(A )A "F orce M ajeure"event is an event that (i}in fa ct causes a delay in the perf orm ance of
the C ontra ctor or the C ity's obligations under the A greem ent,and (ii)is beyond the
reasonable contro l of such part y unable to perform the obligation,and (iii)is not due to
an intentional act,erro r,om ission,or negligence of such party ,and (iv)could not have
reasonably been fo reseen and prepared fo r by such party at any tim e prior to the
occurrence of the event.Subject to the fo regoing criteria,Force M ajeure m ay include
events such as w ar,ci vil insurrection,riot,fires,epidem ics,pandem ics,terro rism ,
sabotage ,explosions,em bargo restrictions,quara ntine restrictions,transportation
acci dents,strikes,strong hurricanes or torn adoes,earthquakes,or other acts of God
w hich prevent perform ance.Force M ajeure shall not include technological im possibility,
inclem e nt w eather,or failure to secure any of the require d perm its pursuant to the
A gre em e nt.
(B )If the C ity or Contract or's perf orm ance of its contractual obligations is prevented or
delayed by an event believed by to be Force M ajeure,such party shall im m ediately,
upo n learn ing of the occurrence of the event or of the com m encem ent of any such delay,
but in any case w ithin fif teen (15 )business days the reof,provide notice:(i)of the
occurrence of event of Force M ajeure,(ii)of the nature of the event and the cause
the reof,(iii)of the anticipated im pact on the A greem ent,(iv)of the anticipated period of
the de lay,and (v)of w hat course of action such party plans to take in order to m itigate
the detrim ental effects of the event.The tim ely delivery of the notice of the occurr ence of
a Force M ajeure event is a condition precedent to allow ance of any re lief pursuant to this
sectio n;how ever,receipt of such notice shall not constitute acceptance that the event
cla im e d to be a Force Majeure event is in fact Force Majeure,and the burden of pro of of
the occurrence of a Force M ajeure event shall be on the requesting party.
(C )N o part y hereto shall be liable for its failure to carry out its obligations under the
A gre em e nt during a period w hen such party is rende red unable,in w hole or in part,by
Force M ajeure to carry out such obligations.The suspension of any of the obligations
und e r this A greem e nt due to a Force Majeure event shall be of no greater scope and no
lo ng e r duration than is required .The party shall use its re asonable best efforts to
continue to perform its obligations hereunder to the extent such obligations are not
aff ected or are only partially affected by the Force M ajeure event,and to correct or cure
the event or condition excusing perf orm ance and otherw ise to rem edy its inability to
perf orm to the extent its inability to perf orm is the direct result of the Force M ajeure
eve nt w ith all reasonable dispatch.
(D }O bligations pursuant to the A gre em ent that aro se befo re the occurrence of a Force
M aje ure event,causing the suspension of perform ance,shall not be excused as a result
of such occurrence unless such occurrence m akes such perform ance not reasonably
possible .T he obligation to pay m oney in a tim ely m anner for obligations and liabilities
w hich m atured prior to the occurrence of a Force M ajeure event shall not be subject to
the Force M ajeure provisions.
(E )N otw ithstanding any other provision to the contrary herein,in the event of a Force
M aje ure occurrence,the C ity m a y,at the sole discre tion of the C ity Manager,suspend
the C ity's paym ent obligations under the A greem ent,and m ay take such action without
12
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4 E6A193C
Contract No.23-007-03
regard to the notice re quirem ents herein.A dditionally,in the event that an event of
Force M ajeure de lays a party's perf orm ance under the A greem ent fo r a tim e period
greater than thirty (30)days,the C ity m ay,at the sole discretion of the C ity Manager,
term inate the A greem ent on a given date,by giving w ritten notice to C ontractor of such
term ination.If the A greem ent is term inated pursuant to this sect ion,C ontractor shall be
paid fo r any S erv ices satisfactorily perf orm ed up to the date of term ination;fo llowing
w hich the C ity shall be discharged fro m any and all liabilities,duties,and term s arising
out of,or by virt ue of,this A greem e nt.In no event will any condition of Force Majeure
extend this A gree m ent beyond its stated term .
10.9 E-VERIFY
(A )C ontractor shall com ply w ith Section 448.095,Florida Statutes,"Em ploym ent Eligibility"
("E -V erify Statute"),as m ay be am ended fro m tim e to tim e.P ursuant to the E-Verify
Statute,com m e ncing on January 1,2021,C ontractor shall register w ith and use the E-
V erify system to verify the w ork autho rization status of all new ly hired em ployees during
the Term of the A greem ent.A dditionally,C ontractor shall expressly require any sub-
contra ctor perf orm ing w ork or providing services pursuant to the A greem ent to likewise
utilize the U .S .D epartm ent of H om eland Security's E-V erify system to verify the
em ploym ent eligibility of all new em ployees hired by the sub-contractor during the
contract T erm .If C ontra ctor enters into a contract with an appro ved sub-contra ctor,the
sub-contractor m ust provide the C ontractor with an affi davit stating that the sub-
contra ctor does not em ploy,contract w ith,or subcontract w ith an unauthorized alien.
C ontractor shall m aintain a copy of such affidavit for the duration of the Agreem ent or
such other extended period as m ay be required under this Agreem ent.
(B )TE R M IN A T IO N R IG H T S .
(1)If the C ity has a good faith belief that C ontractor has know ingly violated Section
448.0 9(1),Florida Statutes,the C ity shall term inate this Agreem ent w ith
C ontractor for cause,and the C ity shall thereaft er have or ow e no further
obligatio n or liability to C ontractor.
(2)If the C ity has a good faith belief that a sub-contra ctor has know ingly violated the
fo rego ing S ubsection 10 .9(A ),but the C ontract or otherw ise com plied with such
subsection,the C ity w ill prom ptly notify the C ontractor and order the C ontractor
to im m e diately term inate the A greem ent w ith the sub-contractor.C ontractor's
failure to term inate a sub-contractor shall be an event of default under this
A greem e nt,entitling C ity to term inate the C ontractor's contract for cause.
(3 )A contract term inated under the fo regoing Subsection (B )(1)or (8 )(2)is not in
breach of contract and m ay not be considered as such.
(4)The C ity or C ontra ct or or a sub-contractor m ay fil e an action with the C ircuit or
C ounty C ourt to challenge a term ination under the fo regoing Subsection (8 )(1)or
(8 )(2)no later than 20 calendar days aft er the date on w hich the contract w as
term inated.
(5)If the C ity term inates the A greem ent with C ontractor under the foregoing
Subsectio n (8 )(1 ),C ontractor m ay not be aw arded a public contract fo r at least 1
year after the date of term inatio n of this Agreem ent.
(6 )C ontractor is liable for any additional costs incurred by the C ity as a result of the
term inatio n of this A greem ent under this Sect ion 10 .9 .
13
Docusign Envelope ID:53070599-DE8A-4629-944-CD7A4E6A193C
Contract No.23-007-03
10.10 CONTRACTOR'S COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS
Contractor agrees to comply with Section 787.06,Florida Statutes,as may be amended from
time to time,and has executed the Certification of Compliance with Anti-Human Trafficking
Law s,as requ ired by Section 787.06(13),Florida Statutes,a copy of which is attached hereto as
Exhibit "C".
SECTIO N 11
NO TICES
U ntil changed by notice,in w riting,all such notices and com m unications shall be addressed as
follow s:
TO CO NTRACTO R:
TO CITY:
R edline Iguana R em o val,LLCG
A tt n:B la ke W ilkins
2840 S tirling R oad,S uite D
Ho llyw ood,F L 33020
P h:954 -394-6548
Em ail:redline iguana@ gm ail.com
Facilitie s &F leet M anagem e nt D epart m ent
A tt n:E lizabeth M iro
19 33 B ay R d.28 Floor
M iam i Beach,F L 3313 9
P h:305-673-7000 ext.22925
E m ail:elizabethm iro@ m iam ibeachfl.gov
A ll notices m a iled elect ronically to either part y shall be deem ed to be suffi ciently transm itted .
SECTIO N 12
MISCELLANEO US PRO VISIO NS
12.1 CHA NG ES AND ADDITIO NS
This A greem e nt canno t be m odified or am e nde d w itho ut the express w ritten consent of the
part ies.N o m odificatio n,am e ndm e nt,or alteration of the term s or conditions contained he rein
sha ll be eff ective unle ss contained in a w ritt en docum ent executed w ith the sam e form ality and
of equal dignity he rew ith.
12.2 SEVERABILI TY
If any term or pro visio n of this A greem e nt is held invalid or unenfo rceable,the rem a inde r of this
A greem e nt shall not be aff ected and every other term and pro vision of this A greem e nt sha ll be
valid and be enfo rced to the fullest extent pe rm itt ed by law .
14
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4E6A193C
Contract No.23-007-03
12.3 WAIVER OF BREACH
A party's failure to enfo rce any pro vision of this Agreem ent shall not be deem ed a waiver of
such pro vision or m odification of this Agreem ent.A party's waiver of any breach of a pro vision
of this A greem ent shall not be deem ed a waiver of any subsequent breach and shall not be
construed to be a m odification of the term s of this Agreem ent.
12.4 JOINT PREPARATION
The part ies hereto acknow ledge that they have sought and received whatever com petent advice
and counsel as w as necessary for them to fo rm a full and com plete understanding of all rights
and obligations herein and that the preparation of this Agreem ent has been a joint effort of the
parties,the language has been agreed lo by parlies lo express their m utual intent and the
resulting docum ent shall not,solely as a m atter of judicial construct ion,be construed m ore
severely against one of the part ies than the other.
12.5 ENTIRETY OF AGREEMENT
The C ity and C ontractor agree that this is the entire agreem ent between the parties.This
A greem ent supersedes all prior negotiations,correspondence,conversations,agreem ents or
understandings applicable to the m atters contained herein,and there are no com m itm ents,
agreem ents or understandings concern ing the subject m atter of this A greem ent that are not
contained in this docum ent.Title and paragraph headings are fo r convenient refe rence and are
not intended to confer any rights or obligations upon the parties to this Agreem ent.
[REM A IND ER O F T H IS PA G E LE FT INTEN TIO N ALLY BLAN K]
15
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7 A4E6A193C
Contract No.23-007-03
IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed
by their appropriate officials,as of the date first entered above.
FOR CITY.
ATTEST:
D ocuS igned by:
By:
Date.12/24/2024 I 9:18 EST
FOR CONTRACTOR:
REDLINE IGUANA REMOVAL,LL.C
Print Namo and Title
16
CITY OF MIAMI BEACH,FLORIDA
APPROVED AS TO
FORM &LANGUAGE
&FOR EXECUTION
/tu @@L by
e)City Attorney p4 Dato
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A 193C
Contract No.23-007-03
EXHIBIT A SCOPE OF SERVICES
The Contractor shall perform the services outlined in the Request for Proposals (RFP)and further detailed
in Exhibit "A"attached hereto.
1.Traditional iguana remediation services include trapping,humane euthanasia,and disposal.
Contractor shall proactively suppress iguana populations using humane and environmentally safe
techniques to drastically reduce or eliminate the City's iguana population.
Guidelines of the Florida Fish and Wildlife Conservation Commission shall be closely followed regarding
all population control methods used.It shall be the Contractor's sole responsibility to remain up-to-date
w ith any cha n ge s in re gula tions tha t w ould affect services und er this Contract,in cl u sive of licensing or
perm itt ing req uire m en ts.
They C ity w ill co n sid er the use of co n tro l too ls in accorda nce w ith the F lorid a F ish and W ild life
Con se rvation C om m ission g u id e line s.
2.Contractor sh a ll pro vid e all necessa ry pe rso nnel,eq uip m e nt,labo r,and m a te rials fo r the ope ratio n of
serv ice s,w hich m a y incl u de a w ater vessel to trave rse the City's w aterw ays.
3.Co ntracto r's em plo ye e s sha ll w ear clo th in g tha t cl ea rly identifie s the e m plo ye e as an em p loyee of
C o ntractor and sha ll also ha ve co m p a ny id entification in their po sse ssio n at all tim es.
4 .C o n tracto r sh a ll be re sp o nsible for creatin g a safe enviro nm ent fo r the ir em plo yees,C ity em ployee s,
re side nts,and visito rs w hile pe rf orm ing se rvice s.Pro pe r safety signs or cones shall be used as
necessary.The C on tracto r sh all pro vid e fo r a cle an and safe enviro nm ent during all w ork.W he never the
C on tractor le a ve s a lo ca tion ,tha t lo catio n shall be clea n ,sa fe ,and free of any tools an d other m aterials
rela te d to the w o rk.A t its ow n cost,the Contracto r sh all pro pe rly dispose of deb ris and any other fo reig n
m a te rial cre ated thro ugh the w ork pro ce ss.
5.The C o ntracto r w ill only ha ve access to the w ork lo cation(s)du rin g re g ula r City w orking ho urs.
A cce ss to w ork loca tion (s)aft er hours w ill require prior appro val of City staff.
7.T he Contra ctor sh a ll pro vid e a tele p ho ne num b er and em ail fo r em ergency re sp onse services.W hen
em erg ency/additional service s (a s applica b le)are re q u ired ,the C ontracto r sha ll respo nd to the w ork site
w ith in tw o {2 }ho urs.
6 .The C o ntracto r sh all ha ve signa g e po sted to info rm resid ents that iguana re m ed iatio n is occurrin g.
S ig nage sha ll be sub m itte d to the C ity M a nag e r or designee fo r ap pro va l prior to the com m encem ent of
the serv ice s.
8.R e po rt ing R equ ire m e nts.The C o ntra cto r shall su bm it an activity re port at th e en d of the se rv ice
period w ith ea ch ap plicab le in voice ,inclu d ing ph oto s of the de ce ase d igua na s.The City re se rv e s the right
to re q u e st additional photo s of the de ce a sed ig uan a s at a ny tim e during the service pe rio d.
9.G P S data sh all be fo rw a rde d as a PD F file ,tim e-sta m p e d photo s or geo -ta g g ed pho tos to a llow City
m a n a ge m ent to ve rify pa yro ll expenditure .
[CO NTINUED ON NEXT PAG E]
17
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A 193C
10.Service Locations.
LOCATIONS
F airway Park
Crespi Park
Stillwater Park
North Shore Open Park
Allison Park
Brittany Bay Park
Scott Rakow Pool
Scott Rakow Site
Muss Park
Chase Parking Lot
Alison Island
Poinciana Park
Pine Tree Park
Sun set Islands
ou th Pointe Park
Palm/Hibiscus Island Park
Buoy Park
2100 Meridian
Flamingo Park/Pool
21st and Beach walk
Venetian Cswy
Dade Blvd Canal
Biscayne Waterways
Indian Creek Canal
Lummus Park
Parkview Park
Tatum Park
Belle Isle
M SD Park
Normandy Shores Golf
La Gorce Park
Fire Station 2
Public Works Yard
Bass Museum
Collins Park
Julia Tuttle
Victory Garden
Miami Beach Golf
Holocaust Memorial
Nikki Beach
18
Contract No.23-007-03
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4E6A193C
Contract No.23-007-03
EXHIBIT B CONTRACT RATES
The Contractor shall be compensated on an as-needed basis for short-term engagements at the
following rates:
•Hourly Rate:$60 per hour for services provided for up to three (3)consecutive days
within a week.
•Weekly Rate:$1,200 per week for services provided for up to three (3)consecutive
weeks in a month.
Compensation for short-term engagements shall not exceed three (3)consecutive weeks.
[THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK]
19
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A193C
Contract No.23-007-03
Certification of Compliance with Anti-Human Trafficking Laws
In accordance with Section 787.06 (13),Florida Statutes,the undersigned,on behalf of
the entity named below ("Entity"),hereby attests under penalty of perjury that the Entity
does not use coercion for labor or services as defined in Section 787.06,Florida
Statutes,entitled "Hum an Traffick ing".
I understand that I am sw earing or affirming under oath to the truthfulness of the claim s
made in this affidavit and that the punishm ent for knowingly making a false statement
includes fines and/or imprisonment.
The undersigned is authorized to execute this affidavit on behalf of Entity.
@were or signa ture)
{le lIh
(Print Name)
(C mpany Name)
7osllu an SA.fO
(Address)\M\lqos,f 5oz
State of
County of
The foregoing instrument was acknowledged before me by means of ton/steal
presence or onine notarization,+a/Vo p/6,
\/hi±tral±;z/a flh6hp no»o roe we erso....--
described herein,or who produced -------as
identification,and who did/did not take an oath .
.--NO :
-(Sl
(Print Name)
My com m isSlO }ill!lhihiilieeee.-e--ee-ee-et
.giij.,EKG,$pd "?MY coIssroN #HH 179 1as
j,{gs;EXPIRE:s:October 23,20253igodednuNotaryPubicUnderwriters
20
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4E6A193C
Docusign Envelope I :D362B080-9B C-4 0DD-9CF5-F0DTF24ECB46
Contract No.23.007-.04
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF MIAMI BEACH
AND
IGUANABUSTERS.COM LLC
FOR
IGUANA REMEDIATION SERVICES PURSUANT TO
RF0Q-2023-007-WG
12/24/2024 I 9:18 ESTThisProfessionalServicesAgreement("Agreement")is entered into this ("Effective
Date"),between the CITY OF MIAMI BEACH,FLORIDA,a municipal corporation organized
and existing under the laws of the State of Florida,having its principal offices at 1700
Convention Center Drive,Miami Beach,Florida,33139 (the "City'),and
IGUANABUSTERS.COM LLC a Florida Limited Liability Company,whose address is 500 S.
Australian Avenue,West Palm Beach,Florida 33401("Contractor").
SECTION 1
DEFINITIONS
Agreement:
City Manager:
City Manager's
Designee:
Contractor:
Services:
Fee:
This Agreement between the City and Contractor,including any exhibits
and amendments thereto.
The chief administrative officer of the City.
The City staff member who is designated by the City Manager to
administer this Agreement on behalf of the City.The City Manager's
designee shall be the Facilities and Fleet Management Department
Director.
For the purposes of this Agreement.Contractor shall be deemed to be an
Independent contractor,and not an agent or employee of the City.
All services,work and actions by the Contractor performed or undertaken
pursuant to the Agreement.
Amount paid to the Contractor as compensation for Services.
Proposal Documents:Proposal Documents shall mean City of Miami Beach RFQ No.2023-007
for Iguana Remediation Services,together with all amendments thereto,
issued by the City in contemplation of this Agreement RFQ and the
Contractor's proposal in response thereto ("Proposal"),all of which are
hereby incorporated and made a part hereof;provided,however,that in
the event of an express conflict between the Proposal Documents and
this Agreement,the following order of precedent shall prevail:this
Agreement;the RFQ and the Proposal.
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7 A4 E6A 193C
Docusign Envelope ID:D362B080-90BC-4000-9CF5-F007F24ECB4 6
R isk M anager:
Contract No.23-007-04
T he Risk M anager of the C ity,w ith offi ces at 1700 C onvention C enter
D rive,Third Floor,M iam i Beach,Florida 3313 9;telephone num ber (305)
673-7000,Ext.26724;and fax num ber (305)673-7529.
SECTION 2
SCOPE OF SERVICES
2.1 POOL OF PREQUALIFIED CONTRACTORS.A s part of the prequalification pool,the
contractor shall pro vide its serv ices on an as-needed basis.In considera tion of the Fee to be
paid to C ontractor by the C ity,C ontractor shall pro vide the work and serv ices described in
Exhibit "A"hereto (the "S erv ices").
2.2 C ontractor's Se rv ices and any de livera bles incident thereto shall be com pleted in
accordance w ith the tim eline and/or schedule in Exhibit "A"hereto.
N otw ithstanding th e forego ing,all Serv ices pro vided by the C ontractor shall be perform ed in
accordance w ith the term s and conditions set forth in Exhibit "A"and to the reasonable
satisfaction of the C ity's C ontra ct C om pliance A dm inistrator.If there are any questions
regarding the S erv ices to be perform ed,C ontractor should contact the follow ing person:
Santiago Sellan,Facilities &Fleet Management Department,at santiagosellan@miamibeachf.gov,or
305-673-7000 ext.22124
or
Giacomo Natteri,Facilities &Fleet Management Department,at giacomnonatteri@mniamibeachfi_gov,or
305-673-7000 ext.22970
SECTION 3
TERM
T he term of this A gree m e nt ("T erm ")shall com m ence upon execution of this A greem ent by all
parties hereto (the Eff ective Date set fort h on p.1 hereof),and shall have an initial term of three
(3)years,w ith two additional one (1)year renew al options,to be exercised at the C ity
M anager's sole optio n and discretion,by pro viding C ontractor w ith written notice of sam e no
le ss than thirty (30)days prior to the expiration of the initial term .
N otw ithstanding the Term provided herein,C ontractor shall adhere to any speci fic tim elines,
schedules,dates,and/or perform ance m ilestones for com pletion and delivery of the Services,
as sam e is/are set fo rt h in the tim eline and/or schedule referenced in Exhibit "A"here to.
SECTION 4
FEE FOR POOL OF PREQUALIFIED CONTRACTORS
4.1 In considera tion of the Services to be provided on as-needed basis C ontractor shall be
co m pensated in accorda nce w ith Exhibit "B"hereto.
2
Docusign Envelope ID:53070599-DE8A-4629-944B8-CD7A4E6A193C
Docuslgn Envelope ID:D362B080-9DBC-40DD-9CF5-F0D7F24ECB46
Contract No.23-007-04
4.2 INVOICING
Upon receipt of an acceptable and approved invoice.payment(s)shall be made within forty-five
(45)days for that portion (or those portions)of the Services satisfactorily rendered (and
referenced in the particular invoice).
Invoices shall include a detailed description of the Services (or portions thereof)provided,and
shall be submitted to the City at the following address:
Accounts Payable:Payables@miamibeachfl.gov
SECTION 5
TERMINATION
5.1 TERMINATION FOR CAUSE
If the Contractor shall fail to fulfill in a timely manner,or otherwise violates,any of the
covenants,agreements,or stipulations material to this Agreement,the City,through its City
Manager,shall thereupon have the right to terminate this Agreement for cause.Prior to
exercising its option to terminate for cause,the City shall notify the Contractor of its violation of
the particular term(s)of this Agreement,and shall grant Contractor ten (10)days to cure such
default.If such default remains uncured after ten (10)days,the City may terminate this
Agreement without further notice to Contractor.Upon termination,the City shall be fully
discharged from any and all liabilities,duties,and terms arising out of,or by virtue of,this
Agreement.
Notwithstanding the above,the Contractor shall not be relieved of liability to the City for
damages sustained by the City by any breach of the Agreement by the Contractor.The City,at
its sole option and discretion,shall be entitled to bring any and all legal/equitable actions that it
deems to be in its best interest in order to enforce the City's rights and remedies against
Contractor.The City shall be entitled to recover all costs of such actions,including reasonable
attorneys'fees.
5.2 TERMINATION FOR CONVENIENCE OF THE CITY
THE CITY MAY ALSO,THROUGH ITS CITY MANAGER,AND FOR ITS
CONVENIENCE AND WITHOUT CAUSE,TERMINATE THE AGREEMENT AT ANY
TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF
SUCH TERMINATION;WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30)
DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE.
ADDITIONALLY,IN THE EVENT OF A PUBLIC HEAL TH,WELFARE OR SAFETY
CONCERN,AS DETERMINED BY THE CITY MANAGER,IN THE CITY MANAGER'S
SOLE DISCRETION,THE CITY MANAGER,PURSUANT TO A VERBAL OR
WRITTEN NOTIFICATION TO CONTRACTOR MAY IMMEDIATELY SUSPEND THE
SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN,OR IN THE
ALTERNATIVE,TERMINATE THIS AGREEMENT ON A GIVEN DATE.IF THE
AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY,CONTRACTOR
SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE
DATE OF TERMINATION;FOLLOWING WHICH THE CITY SHALL BE DISCHARGED
3
D ocusig n Envelope ID :53070599-D E8A-4629-944B-C D 7AA4E6A 193C
D ocusign Envelope ID :D 3620 80-9 BC -4 D D -9C F 5-FO TE24EC B46
Contract No.23-007-04
FRO M ANY AND ALL LIABILITIES,DUTIES,AND TERMS ARISING OUT OF,OR BY
VIRTUE OF,THIS AGREEMENT.
5.3 TERM INATIO N FOR INSOLVENCY
T he C ity also reserv es the right to term inate the A greem ent in the event the C ontractor is
placed eithe r in voluntary or Involuntary bankruptcy or m akes an assignm ent fo r the benefit of
creditors.In such event,the right and obligations for the parties shall be the sam e as provided
for in Section 5.2.
SECTION 6
INDEM NIFICATION AND INSURA NCE REQUIREMENTS
6.1 INDEM NIFICATIO N
C ontractor agrees to indem nify,defend and hold harm less the C ity of M iam i Beach and its
officers,em ployees,agents,and contractors,from and against any and all actions (whether at
law or in equity),claim s,liabilities,losses,and expenses,including,but not lim ited to,attorn eys'
fees and costs,fo r personal,econom ic or bodily injury ,wro ngful death,loss of or dam age to
pro pert y,w hich may arise or be alleged to have arisen from the negligent acts,errors,
om issions or other w rongful conduct of the Contractor,its officers,em ployees,agents,
contractors ,or any other person or entity acting under C ontractor's control or superv ision,in
connection w ith,related to,or as a result of the C ontractor's perform ance of the Serv ices
pursuant to this A greem ent.T o that extent,the Contractor shall pay all such claim s and losses
and shall pay all such costs and judgm ents w hich m ay issue fro m any law suit arising from such
claim s and losses,and shall pay all costs and attorn eys'fees expended by the C ity in the
de fense of such claim s and losses,including appeals.The Contractor expressly understands
and ag rees that any insurance protect ion required by this A greem ent or otherw ise pro vided by
the C ontractor shall In no way lim it the C ontractor's responsibility to indem nify ,keep and save
harm less and defend the C ity or its offi cers,em ployees,agents and instrum entalities as herein
pro vided.
The part ies agree that one percent (1%)of the total com pensation to Contractor for
perfo rm ance of the Serv ices under this Agreem ent is the specific consideration from the City to
the C ontractor fo r the C ontractor's indem nity agreem ent.The pro visions of this Section 6.1 and
of this indem nification shall survive term ination or expiration of this Agreem ent.
6.2 INSURA NCE REQ UIREMENTS
6.2 T he C ontractor shall m aintain the below required insurance in effect prior to
aw arding the agreem ent and fo r the duration of the agreem ent.The m aintenance
of proper insurance coverage is a m aterial elem ent of the agreem ent and failure
to m aintain or renew coverage m ay be treated as a m aterial breach of the
contract,w hich could result in withholding of paym ents or term ination of the
A greem ent.
A .W orker's C om pensation Insurance for all em ployees of the vendor as required by
F lorida Statute 440,and Em ployer Liability Insurance for bodily injury or disease.
S hould the Vendor be exem pt from this Statute,the V endor and each em ployee
4
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4E6A193C
Docusign Envelope ID:D3628080-9OBC-4 0OO-9CF5-F0D7F24ECB46
Contract No.23-007-04
shall hold the City harmless from any injury incurred during performance of the
Contract.The exempt Vendor shall also submit (i)a written statement detailing
the number of employees and that they are not required to carry Workers'
Compensation insurance and do not anticipate hiring any additional employees
during the term of this contract or (ii)a copy of a Certificate of Exemption.
B.Commercial General Liability Insurance on an occurrence basis,including
products and completed operations,property damage,bodily injury and personal
&advertising injury with limits no less than $1,000,000 per occurrence,and
$2,000,000 general aggregate.
C.Automobile Liability Insurance covering any automobile,if vendor has no owned
automobiles,then coverage for hired and non-owned automobiles,with limit no
less than $1,000,000 combined per accident for bodily injury and property
damage.
6.3 Additional Insured -City of Miami Beach must be included by endorsement as an
additional insured with respect to all liability policies (except Professional Liability and Workers'
Compensation)arising out of work or operations performed on behalf of the Contractor including
materials,parts,or equipment furnished in connection with such work or operations and
automobiles owned,leased,hired or borrowed in the form of an endorsement to the
Contractor's insurance.
6.4 Notice of Cancellation --Each insurance policy required above shall provide that
coverage shall not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS
Insurance Compliance Services.
6.5 Waiver of Subrogation -Contractor agrees to obtain any endorsement that may be
necessary to affect the waiver of subrogation on the coverages required.However,this
provision applies regardless of whether the City has received a waiver of subrogation
endorsement from the insurer.
6.6 Acceptability of Insurers -Insurance must be placed with insurers with a current AM.
Best rating of A or higher.If not rated,exceptions may be made for members of the Florida
Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed
and authorized to do insurance business in the State of Florida.
6.7 Verification of Coverage -Contractor shall furnish the City with original certificates and
amendatory endorsements,or copies of the applicable insurance language,effecting coverage
required by this contract.All certificates and endorsements are to be received and approved by
the City before work commences.However,failure to obtain the required documents prior to
the work beginning shall not waive the Contractor's obligation to provide them.The City
reserves the right to require complete,certified copies of all required insurance policies,
including endorsements,required by these specifications.at any time.
CERTIFICATE HOLDER ON ALL COi MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O.Box 947
Murrieta,CA 92564
5
Docusign Envelope ID:53070599-DEBA-4629-944B-CD7 A4E6A 193C
Oocusign Envelope ID:O362B080-9DBC-40OD-9CF5-F0D7F24ECB46
Contract No.23-007-04
Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing
agent,EXIGIS,at:
Certificates-miamibeach@riskworks_com
6.9 Special Risks or Circumstances -The City of Miami Beach reserves the right to
modify these requirements,including limits,based on the nature of the risk,prior experience,
insurer,coverage,or other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and
obligation under this section or under any other section of this agreement.
SECTION 7
LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER
This Agreement shall be construed in accordance with the laws of the State of Florida.This
Agreement shall be enforceable in Miami-Dade County,Florida,and if legal action is necessary
by either party with respect to the enforcement of any or all of the terms or conditions herein,
exclusive venue for the enforcement of same shall lie in Miami-Dade County,Florida.By
entering into this Agreement,Contractor and the City expressly waive any rights either party
may have to a trial by jury of any civil litigation related to or arising out of this Agreement.
SECTION 8
LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on the
City's liability for any cause of action,for money damages due to an alleged breach by the City
of this Agreement,so that its liability for any such breach never exceeds the sum of $10,000.
Contractor hereby expresses its willingness to enter into this Agreement with Contractor's
recovery from the City for any damage action for breach of contract to be limited to a maximum
amount of $10,000.
Accordingly,and notwithstanding any other term or condition of this Agreement,Contractor
hereby agrees that the City shall not be liable to the Contractor for damages in an amount in
excess of $10,000 for any action or claim for breach of contract arising out of the performance
or non-performance of any obligations imposed upon the City by this Agreement.
Nothing contained In this section or elsewhere In this Agreement is in any way intended to be a
waiver of the limitation placed upon the City's liability,as set forth in Section 768.28,Florida
Statutes.
6
Docusign Envelope ID:53070599-DE8A-4 629-944B-CD7A4E6A193C
o cusign Envelope I:3 62B080-9B C-4O D-9CF5-F0D7F24ECB46
Contract No.23-007-04
SECTIO N 9
DUTY O F CARE/CO M PLI ANCE WITH_A PPLICABLE LA S/PATENT RIGHTS;COPYRIGHT;
AND CO NFIDENTIAL FINDING S
9.1 DUTY O F CARE
With respect to the performance of the Services contemplated herein,Contractor shall exercise
that degree of skill,care,efficiency and diligence normally exercised by reasonable persons
and/or recognized professionals with respect to the performance of comparable work and/or
services.
9.2 CO M PLI ANCE WITH APPLI CABLE LAWS
In its performance of the Services,Contractor shall comply with all applicable laws,ordinances,
and regulations of the City,Miami-Dade County,the State of Florida,and the federal
government,as applicable.
9.3 PATENT RIG Hrs;coPyRIG HT;CO NFIDENTIAL FINDINGS
Any work product arising out of this Agreement,as well as all information specifications,
processes,data and findings,are intended to be the property of the City and shall not otherwise
be made public and/or disseminated by Contractor,without the prior Written consent of the City
Manager,excepting any information,records etc.which are required to be disclosed pursuant to
Court Order and/or Florida Public Records Law.
All reports,documents,articles.devices,and/or work produced in whole or in part under this
Agreement are intended to be the sole and exclusive property of the City,and shall not be
subject to any application for copyright or patent by or on behalf of the Contractor or its
employees or sub-contractors,without the prior written consent of the City Manager.
SECTIO N 10
G ENERA L PRO VISIO NS
10.1 AUDIT AND INSPECTIO NS
Upon reasonable verbal or written notice to Contractor,and at any time during normal
business hours (i.e.9AM --5PM,Monday through Fridays,excluding nationally recognized
holidays),and as often as the City Manager may,in his/her reasonable discretion and
judgment,deem necessary,there shall be made available to the City Manager,and/or such
representatives as the City Manager may deem to act on the City's behalf,to audit,examine,
and/or inspect,any and all other documents and/or records relating to all matters covered by
this Agreement.Contractor shall maintain any and all such records at its place of business at
the address set forth in the "Notices"section of this Agreement.
7
Docusign Envelope ID:53070599-DE8A-4629-944B8-CD7A4E6A193C
Docusign Envelope ID:D362B080-9DBC-40DD-9CF5-F0D7F24ECB46
Contract No.23.007-04
10.2 INSPECTOR GENERAL AUDIT RIGHTS
(A)Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has
established the Office of the Inspector General which may,on a random basis,perform
reviews,audits,Inspections and investigations on all City contracts,throughout the
duration of said contracts.This random audit is separate and distinct from any other
audit performed by or on behalf of the City.
(B)The Office of the Inspector General is authorized to investigate City affairs and
empowered to review past,present and proposed City programs,accounts,records,
contracts and transactions.In addition,the Inspector General has the power to
subpoena witnesses,administer oaths,require the production of witnesses and monitor
City projects and programs.Monitoring of an existing City project or program may
include a report concerning whether the project is on time,within budget and in
conformance with the contract documents and applicable law.The Inspector General
shall have the power to audit,investigate,monitor,oversee,inspect and review
operations,activities,performance and procurement process including but not limited to
project design,bid specifications,(bid/proposal)submittals,activities of the Contractor,
its officers,agents and employees,lobbyists,City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption.Pursuant to
Section 2-378 of the City Code,the City is allocating a percentage of its overall annual
contract expenditures to fund the activities and operations of the Office of Inspector
General.
(C)Upon ten (10)days written notice to the Contractor,the Contractor shall make all
requested records and documents available to the Inspector General for inspection and
copying.The Inspector General is empowered to retain the services of independent
private sector auditors to audit,investigate,monitor,oversee,inspect and review
operations activities,performance and procurement process including but not limited to
project design,bid specifications,(bid/proposal)submittals,activities of the Contractor its
officers,agents and employees,lobbyists,City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption.
(D)The Inspector General shall have the right to inspect and copy all documents and
records in the Contractor's possession,custody or control which in the Inspector
General's sole judgment,pertain to performance of the contract,including,but not limited
to original estimate files,change order estimate files,worksheets,proposals and
agreements from and with successful subcontractors and suppliers,all project-related
correspondence,memoranda,instructions,financial documents,construction
documents,(bid/proposal)and contract documents,back-change documents,all
documents and records which involve cash,trade or volume discounts,insurance
proceeds,rebates,or dividends received,payroll and personnel records and supporting
documentation for the aforesaid documents and records.
8
D ocusign Envelope ID :53070599-D E8A -4 629-944B-C D7AA4E6A 193C
D ocusign Envelope ID :D 362B080-9D B C -40D D -9C F5-F0D 7F24EC B46
Contract No.23-007-04
(E)The Contractor shall make available at its office at all reasonable times the records,
materials,and other evidence regarding the acquisition (bid preparation)and
performance of this Agreement,for examination,audit,or reproduction,until three (3)
years after final payment under this Agreement or for any longer period required by
statute or by other clauses of this Agreement.In addition:
i.If this Agreement is completely or partially terminated,the Contractor shall make
available records relating to the work terminated until three (3)years after any
resulting final termination settlement;and
ii.The Contractor shall make available records relating to appeals or to litigation or
the settlement of claims arising under or relating to this Agreement until such
appeals,litigation,or claims are finally resolved.
(F)
10.3
The provisions in this section shall apply to the Contractor,its officers,agents,
employees,subcontractors and suppliers.The Contractor shall incorporate the
provisions in this section in all subcontracts and all other agreements executed by the
Contractor in connection with the performance of this Agreement.
#thing in this section shall impair any independent right to the City to conduct audits or
investigative activities.The provisions of this section are neither intended nor shall they
be construed to impose any liability on the City by the Contractor or third parties.
ASSIGNMENT,TRANSFER OR SUBCONSULTING
Contractor shall not subcontract,assign,or transfer all or any portion of any work and/or
service under this Agreement without the prior written consent of the City Manager,which
consent,if given at all,shall be in the Manager's sole judgment and discretion.Neither this
Agreement,nor any term or provision hereof,or right hereunder,shall be assignable unless as
approved pursuant to this section,and any attempt to make such assignment (unless
approved)shall be void.
10.4 PUBLIC ENTITY CRIMES
Prior to commencement of the Services,tile Contractor shall file a State of Florida Form PUR
7068,Sworn Statement under Section 287.133(3)(a)Florida Statute on Public Entity Crimes
with the City's Procurement Division.
10.5 NO DISCRIMINATION
In connection with the performance of the Services,the Contractor shall not exclude from
participation in,deny the benefits of,or subject to discrimination anyone on the grounds of
race,color,national origin,sex,age,disability,religion,income or family status.
Additionally,Contractor shall comply fully with the City of Miami Beach Human Rights
Ordinance,codified in Chapter 62 of the City Code,as may be amended from time to time.
prohibiting discrimination in employment,housing,public accommodations,and public
services on account of actual or perceived race,color,national origin,religion,sex,
intersexuality,gender identity,sexual orientation,marital and familial status,age,disability,
9
D o cusign Envelope ID :53070599-D E8A4 -4 629-944B8-C D 7A4E6A 193C
D o cusign Envelope ID :D 3620 80-9 BC -40D D -9C F5-F0D TF24£C B46
Contract No.23.007.04
ancestry,height,weight,domestic partner status,labor organization membership,familial
situation,or political affiliation.
10.6 CONFLICT OF INTEREST
Contractor herein agrees to adhere to and be governed by all applicable Miami-Dade County
Conflict of Interest Ordinances and Ethics provisions,as set forth in the Miami-Dade County
Code,as may be amended from time to time;and by the City of Miami Beach Charter and
Code,as may be amended from time to time;both of which are incorporated by reference as if
fully set forth herein.
Contractor covenants that it presently has no interest and shall not acquire any interest,
directly or indirectly,which could conflict in any manner or degree with the performance of the
Services.Contractor further covenants that in the performance of this Agreement,Contractor
shall not employ any person having any such interest.No member of or delegate to the
Congress of the United States shall be admitted to any share or part of this Agreement or to
any benefits arising therefrom.
10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW
(A)Contractor shall comply with Florida Public Records law under Chapter 119,Florida
Statutes,as may be amended from time to time.
(B)The term "public records"shall have the meaning set forth in Section 119.011(12),which
means all documents,papers,letters,maps,books,tapes,photographs,films,sound
recordings,data processing software,or other material,regardless of the physical form,
characteristics,or means of transmission,made or received pursuant to law or
ordinance or in connection with the transaction of official business of the City.
(C)Pursuant to Section 119.0701 of the Florida Statutes,if the Contractor meets the
definition of "Contractor"as defined in Section 119.0701(1)(a),the Contractor shall:
(1)Keep and maintain public records required by the City to perform the service;
(2)Upon request from the City's custodian of public records,provide the City with a
copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119,Florida Statutes or as otherwise provided by law;
(3)Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed,except as authorized
by law,for the duration of the contract term and following completion of the
Agreement if the Contractor does not transfer the records to the City;
(4)Upon completion of the Agreement,transfer,at no cost to the City,all public
records in possession of the Contractor or keep and maintain public records
required by the City to perform the service.If the Contractor transfers all public
records to the City upon completion of the Agreement,the Contractor shall
destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements.If the Contractor keeps and
maintains public records upon completion of the Agreement,the Contractor shall
meet all applicable requirements for retaining public records.All records stored
electronically must be provided lo the City,upon request from the City's
custodian of public records,in a format that is compatible with the information
10
D o cusign E nvelope ID :53070599-D E8A -4629-944B-C D 7A4E6A 193C
D o cusign Envelope I:D 3620 80-9 BC -4 0D D -9C F 5-F 0D TF24EC B46
Contract No.23-007-04
lechnology systems of the City.
(D)REQUEST FOR RECORDS;NONCOMPLIANCE.
(1)A request to inspect or copy public records relating to the City's contract for
services must be made directly to the City.If the City does not possess the
requested records,the City shall immediately notify the Contractor of the request,
and the Contractor must provide the records to the City or allow the records to be
inspected or copied within a reasonable time.
(2)Contractor's failure to comply with the City's request for records shall constitute a
breach of this Agreement,and the City,at its sole discretion,may:(1)unilaterally
terminate the Agreement;(2)avail itself of the remedies set forth under lhe
Agreement;and/or (3)avail itself of any available remedies at law or in equity.
(3)A Contractor who fails to provide the public records to the City within a
reasonable time may be subject to penalties under s.119.10.
(E)CIVIL ACTION.
(1)If a civil action is filed against a Contractor to compel production of public records
relating to the City's contract for services,the court shall assess and award
against the Contractor the reasonable costs of enforcement,including
reasonable attorneys'fees,if:
a.The court determines that the Contractor unlawfully refused to comply with
the public records request within a reasonable time;and
b.At least 8 business days before filing the action,the plaintiff provided written
notice of the public records request,including a statement that the
Contractor has not complied with the request,to the City and to the
Contractor.
(2)A notice complies with subparagraph (1)(b)if it is sent to the City's custodian of
public records and to the Contractor at the Contractor's address listed on its
contract with the City or to the Contractor's registered agent.Such notices must
be sent by common carrier delivery service or by registered,Global Express
Guaranteed,or certified mail,with postage or shipping paid by the sender and
with evidence of delivery,which may be in an electronic format.
(3)A Contractor who complies with a public records request within 8 business days
after the notice is sent is not liable for the reasonable costs of enforcement.
(F)IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT,CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT:
CITY OF MIAMI BEACH
ATTENTION:RAFAEL E.GRA NADO,CITY CLERK
1700 CONVENTION CENTER DRIVE
MIAMI BEACH,FLORIDA 33139
E-MAIL:RAFAELGRANADO@MIAMIBEACHFL.GOV
PHONE:305-673-7411
11
D o cusig n E nvelope ID :53070599-D E8A -4 629-944-C D 7A4E6A 193C
D o cusign E nvelope ID :D 362B080-9 BC -40D D -9C F 5-F0D 7F24EC B46
Contract No.23-007-04
10.8 FORCE MAJEURE
(A)A "Force Majeure"event is an event that (i)in fact causes a delay in the performance of
the Contractor or the City's obligations under the Agreement,and (ii)is beyond the
reasonable control of such party unable to perform the obligation,and (iii)is not due to
an intentional act,error,omission,or negligence of such party,and (iv)could not have
reasonably been foreseen and prepared for by such party at any time prior to the
occurrence of the event.Subject to the foregoing criteria,Force Majeure may include
events such as war,civil insurrection,riot,fires,epidemics,pandemics,terrorism,
sabotage,explosions,embargo restrictions,quarantine restrictions,transportation
accidents,strikes,strong hurricanes or tornadoes,earthquakes,or other acts of God
which prevent performance.Force Majeure shall not include technological impossibility,
inclement weather,or failure to secure any of the required permits pursuant to the
Agreement.
(B)I the City or Contractor's performance of its contractual obligations is prevented or
delayed by an event believed by to be Force Majeure,such party shall immediately,
upon learning of the occurrence of the event or of the commencement of any such delay,
but in any case within fifteen (15)business days thereof,provide notice:(i)of the
occurrence of event of Force Majeure,(ii)of the nature of the event and the cause
thereof,(iii)of the anticipated impact on the Agreement,(iv)of the anticipated period of
the delay,and (v)of what course of action such party plans to take in order to mitigate
the detrimental effects of the event.The timely delivery of the notice of the occurrence of
a Force Majeure event is a condition precedent to allowance of any relief pursuant lo this
section;however,receipt of such notice shall not constitute acceptance that the event
claimed to be a Force Majeure event is in fact Force Majeure,and the burden of proof of
the occurrence of a Force Majeure event shall be on the requesting party.
(C)No party hereto shall be liable for its failure to carry out its obligations under the
Agreement during a period when such party is rendered unable,in whole or in part,by
Force Majeure to carry out such obligations.The suspension of any of the obligations
under this Agreement due to a Force Majeure event shall be of no greater scope and no
longer duration than is required.The party shall use its reasonable best efforts to
continue to perform its obligations hereunder to the extent such obligations are not
affected or are only partially affected by the Force Majeure event,and to correct or cure
the event or condition excusing performance and otherwise to remedy its inability to
perform to the extent its inability to perform is the direct result of the Force Majeure
event with all reasonable dispatch.
(D)Obligations pursuant to the Agreement that arose before the occurrence of a Force
Majeure event,causing the suspension of performance,shall not be excused as a result
of such occurrence unless such occurrence makes such performance not reasonably
possible.The obligation to pay money in a timely manner for obligations and liabilities
which matured prior to the occurrence of a Force Majeure event shall not be subject to
the Force Majeure provisions.
(E)Notwithstanding any other provision to the contrary herein,in the event of a Force
Majeure occurrence,the City may,at the sole discretion of the City Manager,suspend
the City's payment obligations under the Agreement,and may take such action without
12
D o cusign Envelope ID :53070599-D E8A -4 629-944-C D 7A4E6A 193C
D o cusign Envelope ID :D 362 080-9B C -40D D -9C FS-F 0D TF24EC B46
Contract No.23-007-04
regard to the notice requirements herein.Additionally,in the event that an event of
Force Majeure delays a party's performance under the Agreement for a time period
greater than thirty (30)days,the City may,at the sole discretion of the City Manager,
terminate the Agreement on a given date,by giving written notice to Contractor of such
termination.If the Agreement is terminated pursuant to this section,Contractor shall be
paid for any Services satisfactorily performed up to the date of termination;following
which the City shall be discharged from any and all liabilities,duties,and terms arising
out of,or by virtue of,this Agreement.In no event will any condition of Force Majeure
extend this Agreement beyond its stated term.
10.9 E-VERIFY
(A)Contractor shall comply with Section 448.095,Florida Statutes,"Employment Eligibility"
("E-Verify Statute''),as may be amended from time to time.Pursuant to the E-Verify
Statute,commencing on January 1,2021,Contractor shall register with and use the E-
Verify system to verify the work authorization status of all newly hired employees during
the Term of the Agreement.Additionally,Contractor shall expressly require any sub-
contractor performing work or providing services pursuant to the Agreement 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 sub-contractor during the
contract Term.If Contractor enters into a contract with an approved sub-contractor,the
sub-contractor must provide the Contractor with an affidavit stating that the sub-
contractor does not employ,contract with,or subcontract with an unauthorized alien.
Contractor shall maintain a copy of such affidavit for the duration of the Agreement or
such other extended period as may be required under this Agreement.
{B)TERMINATION RIGHTS.
(1)It the City has a good faith belief that Contractor has knowingly violated Section
448.09(1),Florida Statutes,the City shall terminate this Agreement with
Contractor for cause,and the City shall thereafter have or owe no further
obligation or liability to Contractor.
(2)It the City has a good faith belief that a sub-contractor has knowingly violated the
foregoing Subsection 10.9(A),but the Contractor otherwise complied with such
subsection,the City will promptly notify the Contractor and order the Contractor
to immediately terminate the Agreement with the sub-contractor.Contractor's
failure to terminate a sub-contractor shall be an event of default under this
Agreement,entitling City to terminate the Contractor's contract for cause.
(3)A contract terminated under the foregoing Subsection (B)1)or (8)(2)is not in
breach of contract and may not be considered as such.
(4)The City or Contractor or a sub-contractor may file an action with the Circuit or
County Court to challenge a termination under the foregoing Subsection (B )(1)or
(B8)(2)no later than 20 calendar days after the date on which the contract was
terminated.
(5)If the City terminates the Agreement with Contractor under the foregoing
Subsection (B )(1),Contractor may not be awarded a public contract for at least 1
year after the date of termination of this Agreement.
(6)Contractor is liable for any additional costs incurred by the City as a result of the
termination of this Agreement under this Section 10.9.
13
Docusign Envelope ID:53070599-DE8A-4 629-944-CD7A4E6A193C
Docusign Envelope ID:D362B080-9 BC-4O D-9CF5-F0DTF24ECB46
Contruct No.23-007-04
10.10 CONTRACTOR'S COMPLIANCE WITH ANTE-HUMAN TRA FFICKING LAWS
Contractor agrees to comply with Section 787.06,Florida Statutes,as may be amended from
time to time,and has executed the Certification of Compliance with Anti-Human Trafficking
Laws,as required by Section 787.06(13),Florida Statutes,a copy of which is attached hereto as
Exhibit "C".
SECTION 11
NOTICES
Until changed by notice,in writing,all such notices and communications shall be addressed as
follows:
TO CONTRACTOR:
TO CITY ;
IGUANABUSTERS.COM LLC
Attn:St eve Kavashansky
500 S.Australian Ave.
West Palm Beah,FL 33401
Ph:561-374-3561
Email:info@ iguanabusters.com
Facilities &Fleet Management Department
Attn:Elizabeth Miro
1933 Bay Rd.28 Floor
Miami Beach,FL 33139
Ph:305-673-7000 ext.22925
Email:elizabethmiro@miamibeachfl.gov
All notices mailed electronically to either party shall be deemed to be sufficiently transmitted.
SECTION 12
MISCELLANEOUS PROVISIONS
12.1 CHANGES AND ADDITIONS
This Agreem ent cannot be modified or amended without the express written consent of the
parties.No modification,am endment,or alteration of the terms or conditions contained herein
shall be effective unless contained in a written document executed with the same formality and
of equal dignity here with.
12.2 SEVERABILITY
If any term or provision of this Agreement is held invalid or unenforceable,the remainder of this
Agreem ent shall not be affected and every other term and provision of this Agreement shall be
valid and be enforced to the fullest extent permitted by law.
14
D ocusign Envelope ID :53070599-D E8A-4 629-944B-C D 7A4E6A 193C
D ocusign Envelope I:D 362 080-9 B C -4 0D D-9C FS-F0D TF24EC B46
Contract No.23-007-04
12.3 WAIVER OF BREACH
A part y's failure to enforce any provision of this Agreem ent shall not be deem ed a waiver of
such provision or m odification of this A greem ent.A party's waiver or any breach of a provision
of this Agreem ent shall not be deem ed a waiver of any subsequent breach and shall not be
construed to be a m odification of the term s of this Agreem ent.
12.4 JOINT PREPARATION
Th e part ies hereto acknow ledge that they have sought and received whatever com petent advice
and counsel as was necessary fo r them to fo rm a full and com plete understanding of all rights
and obligations herein and that the preparation of this Agreem ent has been a joint effort of the
parties,the language has been agreed to by parties to express their mutual intent and the
resulting docum ent shall not.solely as a m atter of judicial construction,be construed more
severely against one of the part ies than the other.
12.5 ENTIRETY OF AGREEMENT
T he C ity and C ontractor agree that this is the entire agreem ent between the parties.This
A greem ent supersedes all prior negotiations,correspondence,conversations,agreem ents or
understandings applicable to the m atters contained herein,and there are no com m itm ents,
agreem ents or understandings concern ing the subject m atter of this Agreement that are not
contained in this docum ent.Title and para graph headings are for convenient reference and are
not intended to confer any rights or obligations upon the parties to this Agreem ent.
[R EM A IN DE R O F TH IS PAG E LEFT INTEN TIO N ALLY BLANK]
15
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A 193C
IN NFS WHF{OF ht»p t «Her t 1an
I /hoe ,prpn 4/+'¢/%s 49 ft r '
II Y OF MIAMI BF ACH,FLORIDA
ATES1
12/24/2024 I 9:18 EST
£
FOR CONTRACTOR
re//
16
APPROVED AS TO
FORM t KNGUAGE
8 FOn EXECUTION4U8l@tr
JC"y AMorey
ta
0ato
D o cusig n E nvelope ID :53070599-D E8A -4 629-944B-C D 7A4 E6A 193C
Do cusign Envelope I :D 362B080-9 BC -4O D -9C FS-F OD TF24EC B46
Contract No.23-007-04
EXHIBIT A SCOPE OF SERVICES
The Contractor shall perform the services outlined in the Request for Proposals (RFP)and further detailed
in Exhibit "A"attached hereto.
1.Traditional iguana remediation services include trapping,humane euthanasia,and disposal.Contractor
shall proactively suppress iguana populations using humane and environmentally safe techniques to
drastically reduce or eliminate the City's iguana population.
Guidelines of the Florida Fish and Wildlife Conservation Commission shall be closely followed regarding
all population control methods used.It shall be the Contractor's sole responsibility to remain up-to-date
with any changes in regulations that would affect services under this Contract,inclusive of licensing or
permitting requirements.
They City will consider the use of control tools in accordance with the Florida Fish and Wildlife
Conservation Commission guidelines.
2.Contractor shall provide all necessary personnel,equipment,labor,and materials for the operation of
services,which may include a water vessel to traverse the City's waterways.
3.Contractor's employees shall wear clothing that clearly identifies the employee as an employee of
Contractor and shall also have company identification in their possession at all times.
4.Contractor shall be responsible for creating a safe environment for their employees,City employees,
residents,and visitors while performing services.Proper safety signs or cones shall be used as
necessary.The Contractor shall provide for a clean and safe environment during all work.Whenever the
Contractor leaves a location,that location shall be clean,safe,and free of any tools and other materials
related to the work.At its own cost,the Contractor shall properly dispose of debris and any other foreign
material created through the work process.
5.The Contractor will only have access to the work location(s)during regular City working hours.
Access to work location(s)after hours will require prior approval of City staff.
6.The Contractor shall provide a telephone number and email for emergency response services.When
emergency/additional services (as applicable)are required,the Contractor shall respond to the work site
within two (2)hours.
7.The Contractor shall have signage posted to inform residents that iguana remediation is occurring.
Signage shall be submitted to the City Manager or designee for approval prior to the commencement of
the services.
8.Reporting Requirements.The Contractor shall submit an activity report at the end of the service
period with each applicable invoice,including photos of the deceased iguanas.The City reserves the right
to request photos of the deceased iguanas at any time during the service period.
9.GPS data shall be forwarded as a PDF file,lime-stamped photos or geo-tagged photos to allow City
management to verify payroll expenditure.
[CONTINUED ON NEXT PAGE]
17
Docusign Envelope ID:53070599-DE8A-4629-944B-CD7A4E6A193C
Docusign Envelope I:D362B080-9B C-4O D-9CFS5-F0DTF24ECB46
10.Service Locations:
LOCATIONS
F airway Park
Crespi Park
Stillwater Park
North Shore Open Park
Allison Park
Brittany Bay Park
Scott Rakow Pool
Scott Rakow Site
Muss Park
Chase Parking Lot
Allison Island
Poinciana Park
Pine Tree Park
Sun set Islands
South Pointe Park
Palm/Hibiscus Island Park
Buoy Park
2100 Meridian
Flamingo Park/Pool
21st and Beach walk
Venetian Cswy
Dade Blvd Canal
Biscay ne Waterways
Indian Creek Canal
Lummus Park
Parkview Park
Tatum Park
Belle Isle
MSD Park
Normandy Shores Golf
La Gorce Park
Fire Station 2
Public Works Yard
Bass Museum
Collins Park
Julia Tuttle
Victory Garden
Miami Beach Golf
Holocaust Memorial
Nikki Beach
18
Contract No.23-007-04
D o cusig n E n velo p e ID :53070599-D E 8A -4 629-944B -C D 7A 4E 6A 193C
D o cusig n E nvelope I:D 362B 080-9B C -4O D -9C F 5-F OD TF 24E C B 46
Contract No.23-007.04
EXHIBIT B CONTRACT RATES
The Contractor shall be compensated on an as-needed basis for short-term engagements at the
following rates:
•Hourly Rate:$60 per hour for services provided for up to three (3)consecutive days
within a week.
•Weekly Rate:$1,200 per week for services provided for up to three (3)consecutive
weeks in a month.
Compensation for short-term engagements shall not exceed three (3)consecutive weeks.
[THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK]
19
D o cusig n E nvelope ID :53070599-D E8A-4 629-944B-C D 7AA4E6A 193C
D ocusign Envelope ID :3 62B080-9B C -4OD D -9C F 5-F 0D TF24EC B46
(I
Docusign Envelope ID:8684D3C1-C6F8-4C4D-AB6E-E0CD0D70088F
Docusign Envelope ID:1A44O790-9D0ED-4D6C-8318-9B94D04 128AD0
Contract No.24-033-01
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF MIAMI BEACH
AND
MCGRIFF INSURANCE SERVICES,LLC
FOR
INSURANCE BROKER OF RECORD,PURSUANT TO
RFQ 2024-033-24
12/24/2024 I 9:24 EST
This Professional Services Agreement ("Agreement")is entered into this ("Effective
Date"),between the CITY OF MIAMI BEACH,FLORIDA,a municipal corporation organized
and existing under the laws of the State of Florida,having its principal offices at 1700
Convention Center Drive,Miami Beach,Florida,33139 (the "City"),and MCGRIFF
INSURANCE SERVICES,LLC,a North Carolina Limited Liability Company,whose address
is 3201 Beechleaf Ct.Suite 200,Raleigh,North Carolina,27604 ("Consultant").
SECTION 1
DEFINITIONS
Agreement:
City Manager:
City Manager's
Designee:
Consultant:
Services:
Fee:
This Agreement between the City and Consultant,including any exhibits
and amendments thereto and,Exhibit "C"Certification of Compliance with
Anti-Human Trafficking Laws,FL,Section 787.06 (13).
The chief administrative officer of the City.
The City staff member who is designated by the City Manager to
administer this Agreement on behalf of the City.The City Manager's
designee shall be the Human Resources Department Director.
For the purposes of this Agreement,Consultant shall be deemed to be an
independent contractor,and not an agent or employee of the City.
All services,work and actions by the Consultant performed or undertaken
pursuant to the Agreement.
Amount paid to the Consultant as compensation for Services.
Proposal Documents:Proposal Documents shall mean City of Miami Beach,RFQ,No.2024-
033-WG for Insurance Broker of Record,together with all amendments
thereto,issued by the City in contemplation of this Agreement RFQ,and
the Consultant's proposal in response thereto ("Proposal"),all of which
are hereby incorporated and made a part hereof;provided,however,that
in the event of an express conflict between the Proposal Documents and
this Agreement,the following order of precedent shall prevail:this
Agreement;the RFQ,and the Proposal.
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-EOCD0D70088F
Docusign Envelope ID:1A44D790-9DED-4D6C-8318-9B94D4128AD0
Contract No.24-033-01
Risk Manager:The Risk Manager of the City,with offices at 1700 Convention Center
Drive,Third Floor,Miami Beach,Florida 33139;telephone number (305)
673-7000,Ext.26724;and fax number (305)673-7529.
SECTION 2
SCOPE OF SERVICES
2.1 In consideration of the Fee to be paid to Consultant by the City,Consultant shall provide
the work and services described in Exhibit "A"hereto (the "Services").
Although Consultant may be provided with a schedule of the available hours to provide its
Services,the City shall not control nor have the right to control the hours of the Services
performed by the Consultant;where the Services are performed (although the City will provide
Consultant with the appropriate location to perform the Services);when the Services are
performed,including how many days a week the Services are performed;how the Services are
performed,or any other aspect of the actual manner and means of accomplishing the Services
provided.Notwithstanding the foregoing,all Services provided by the Consultant shall be
performed in accordance with the terms and conditions set forth in Exhibit "A"and to the
reasonable satisfaction of the City Manager.If there are any questions regarding the Services
to be performed,Consultant should contact the following person:
Marc Chevalier,Senior Risk Officer
Risk Management Department
City of Miami Beach
1700 Convention Center Drive,Miami Beach FL
MargCehyalier@miaibeachf]_gov
2.2 Consultant's Services,and any deliverables incident thereto,shall be completed in
accordance with the timeline and/or schedule in Exhibit "A"hereto.
SECTION 3
TERM
The term of this Agreement ("Term")shall commence upon execution of this Agreement by all
parties hereto (the Effective Date set forth on p.1 hereof),and shall have an initial term of three
(3)years with one (1)two-year renewal term,to be exercised at the City Manager's sole option
and discretion,by providing Consultant with written notice of same no less than thirty (30)days
prior to the expiration of the initial term.
Notwithstanding the Term provided herein,Consultant shall adhere to any specific timelines,
schedules,dates,and/or performance milestones for completion and delivery of the Services,
as same is/are set forth in the timeline and/or schedule referenced in Exhibit "A"hereto.
2
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-E0CD0D70088F
Docusign Envelope ID:1A44D790-9DED-4D6C-8318-9894D4128AD0
Contract No.24-033-01
SE CTIO N 4
FE E
4.1 In consideration of the Services to be pro vided,Consultant shall be compensated in
acc ordance with the established fee structure attached hereto as Exhibit "B"hereto.
4.2 N O T U S E D .
4.3 IN V O IC ING
Upon receipt of an acceptable and appro ved invoice,payment(s)shall be made within forty-five
(45)days fo r that portion (or those portions)of the Services satisfactorily rendered (and
reference d in the particular invoice ).
Invoices shall include a detailed description of the Services (or portions thereof)provided,and
shall be submitted to the City at the fo llowing address:
Accounts Payable:Payables@ miamibeachfl.gov
SE C TIO N 5
TERM IN ATIO N
5.1 TE R M IN A TIO N FO R CA US E
If the Consultant shall fail to fulfill in a timely manner,or otherw ise violates,any of the
covenants,agreements,or stipulations material to this Agreement,the City,through its City
Manager,shall thereupon have the right to terminate this Agreement for cause.Prior to
exercising its option to terminate fo r ca use,the City shall notify the Consultant of its violation of
the particular term(s)of this Agre ement,and shall grant Consultant ten (10)days to cure such
default.If such default remains uncured after ten (10)days,the City may terminate this
Agreement without further notice to Consultant.Upon termination,the City shall be fully
discharged from any and all liabilities,duties,and terms arising out of,or by virtue of,this
Agreement.
Notw ithstanding the above,the Consultant shall not be relieved of liability to the City for
damages sustained by the City by any breach of the Agreement by the Consultant.The City,at
its sole option and discretion,shall be entitled to bring any and all legal/equitable actions that it
deems to be in its best interest in order to enforce the City's rights and remedies against
Consultant.The City shall be entitled to recover all costs of such actions,including reasonable
attorn eys'fees.
5.2 TE R M IN A TIO N FO R CO NV E N IE N CE O F TH E CITY
TH E C ITY MA Y ALSO ,TH RO U G H ITS CITY MA NA GER,A ND FO R IT S
CO N V E NIE NC E A ND W ITHO UT CA U SE,TERMIN ATE THE AGREEMENT AT ANY
TIM E D U R ING TH E TE R M BY G IVIN G W RITT EN NO TICE TO CO NSULTA NT OF
SU C H TE R M IN ATIO N;W H IC H SHA LL BEC O ME EFFECTIVE W ITHIN THIRTY (30)
3
Docusign Envelope ID:86B4O3C1-C6F8-4C4D-AB6E-E0CD0D70088F
Docusign Envelope ID:1A44D790-9ED-4D6C-8318-9B94D4128AD00
Contract No.24-033-01
DAYS FOLLOWING RECEIPT BY THE CONSULTANT OF SUCH NOTICE.
ADDITIONALLY,IN THE EVENT OF A PUBLIC HEALTH,WELFARE OR SAFETY
CONCERN,AS DETERMINED BY THE CITY MANAGER,IN THE CITY MANAGER'S
SOLE DISCRETION,THE CITY MANAGER,PURSUANT TO A VERBAL OR
WRITT EN NOTIFICATION TO CONSULTANT,MAY IMMEDIATELY SUSPEND THE
SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN,OR IN THE
ALTERNATIVE,TERMINATE THIS AGREEMENT ON A GIVEN DATE.IF THE
AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY,CONSULTANT
SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE
DATE OF TERMINATION;FOLLOWING WHICH THE CITY SHALL BE DISCHARGED
FROM ANY AND ALL LIABILITIES,DUTIES,AND TERMS ARISING OUT OF,OR BY
VIRTUE OF,THIS AGREEMENT.
5.3 TERMINATION FOR INSOLVENCY
The City also reserves the right to terminate the Agreement in the event the Consultant is
placed either in voluntary or involuntary bankruptcy or m akes an assignment fo r the benefit of
creditors .In such event,the right and obligations fo r the parties shall be the same as pro vided
fo r in Section 5.2.
SECTION 6
INDEMNIFICATION AND INSURANCE REQUIREMENTS
6.1 INDEMNIFICATION
Consultant agrees to indemnify,defend and hold harmless the City of Miami Beach and its
officers,employees,agents,and contractors,from and against any and all actions (whether at
law or in equity ),claims,liabilities,losses,and expenses,including,but not limited to,attorn eys'
fees and costs,fo r personal,economic or bodily injury,wrongful death,loss of or damage to
property,which may arise or be alleged to have arisen from the neg ligent acts,errors,
omissions or other wro ngful conduct of the Consultant,its officers,employees,agents,
contractors,or any other pe rson or entity acting under Consultant's contro l or supervision,in
connection with,related to,or as a result of the Consultant's performance of the Services
pursuant to this Agreement.To that extent,the Consultant shall pay all such claims and losses
and shall pay all such costs and judgments which m ay issue from any lawsuit arising from such
claims and losses,and shall pay all costs and attorneys'fees expended by the City in the
defense of such claims and losses,including appeals.The Consultant expressly understands
and agrees that any insurance pro tection required by this Agreement or otherw ise provided by
the Consultant shall in no way limit the Consultant's responsibility to indemnify,keep and save
harmless and defend the City or its officers,employees,agents and instrumentalities as herein
provided.
The parties agree that one percent (1 %)of the total compensation to Consultant fo r
performance of the Services under this Agreement is the spec ific consideration from the City to
the Consultant fo r the Consultant's indemnity agreement.The pro visions of this Section 6.1 and
of this indemnification shall survive termination or expiration of this Agreement.
6.2 INSURA NCE REQUIREMENTS
4
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-E0CD0D70088F
Docusign Envelope ID:1A44D790-9DED-4D6C-8318-9B94D4128A4D0
Contract No.24-033-01
6.3 The Consultant shall maintain the below require d insurance in effect prior to awarding
the agreement and for the dura tion of the agreement.The maintenance of pro per insurance
coverage is a material element of the agreement and failure to maintain or renew coverage may
be treated as a material breach of the contract,which could result in withholding of payments or
termination of the Agreement.
A.Worker's Compensation Insura nce for all employees of the vendor as required by
Florida Statute 440,and Employer Liability Insurance for bodily injury or disease.
Should the Vendor be exempt from this Statute,the Vendor and each employee
shall hold the City harm less from any injury incurred during perform ance of the
Contract.The exempt Vendor shall also submit (i)a written statement detailing
the number of employees and that they are not required to carry Workers'
Compensation insurance and do not anticipate hiring any additional employees
during the term of this contract or (ii)a copy of a Certificate of Exemption.
B.Comprehensive General Liability (occurrence form),limits of liability $
1,000,000.00 per occurre nce for bodily injury pro perty damage to include
Premises/Opera tions;Pro ducts,Completed Operations and Contractual Liability.
Contractual Liability and Contractual Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements"of specifications).
C.Automobile Liability -$1,000,000 for each occurrence -owned/non-owned/hired
automobiles included.
D.Pro fessional Liability (Erro rs and Omissions)Insurance appro priate to the
consultant's pro fession,with a limit of no less than $1,000,000 per occurrence or
per claim,$2,000,000 aggregate.
6.4 Additional Insured --City of Miami Beach must be included by endorsement as an
additional insured with respect to all liability policies (except Professional Liability and Workers'
Compensation)arising out of work or operations performed on behalf of the Consultant
including m aterials,parts,or equipment furn ished in connection with such work or operations
and automobiles owned,leased,hired or borrowed in the form of an endorsement to the
Consultant's insura nce.
6.5 Notice of Cancellation --Each insura nce policy require d above shall pro vide that
coverage shall not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS
Insurance Compliance Services.
6.6 Waiver of Subrogation -Consultant agrees to obtain any endorsement that may be
necessary to affect the waiver of subro gation on the coverages required.However,this
pro vision applies regardless of whether the City has received a waiver of subro gation
endorsement from the insurer.
6.7 Acceptability of Insurers -Insurance must be placed with insurers with a current AM.
Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida
Insurance Funds (i.e.FW CIGA,FAJUA).Carriers may also be considered if they are licensed
and authorized to do insurance business in the State of Florida.
5
Docusign Envelope ID:86B4O3C1-C6F8-4C4O-AB6E-E0CD0D70088F
Docusign Envelope ID:1A44D790-9D0ED-4D6C-8318-994D04128AD0
Contract No.24-033-01
6.8 Verification of Coverage -Consultant shall furn ish the City with original ce rtificates and
amendatory endorsements,or copies of the applicable insura nce language,effecting coverage
required by this contract.All certificates and endorsements are to be received and approved by
the City befo re work commences.However,failure to obtain the required documents prior to
the work beginning shall not waive the Consultant's obligation to provide them.The City
reserves the right to require complete,certified copies of all required insurance policies,
including endorsements,required by these specifications,at any time.
CERTIFICATE HOLDER ON ALL COi MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O.Box 947
M urrieta,CA 92564
Kindly submit all certificates of insuranc e,endorsements,exemption letters to our servicing
agent,EXIG IS,at:
Certificates-miamibeach@ riskworks.com
6.9 Special Risks or Circumstances -The City of Miami Beach reserves the right to
modify these requirements,including limits,based on the nature of the risk,prior experience,
insurer,coverage,or other special circumstances.
Compliance with the fo regoing requirements shall not relieve the vendor of his liability and
obligation under this section or under any other section of this agreement.
SECTION 7
LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER
This Agreement shall be construed in accordance with the laws of the State of Florida.This
Agreement shall be enforceable in Miami-Dade County,Florida,and if legal action is necessary
by either party with respect to the enforcement of any or all of the terms or conditions herein,
exclusive venue fo r the enfo rcement of same shall lie in Miami-Dade County,Florida.By
entering into this Agreement,Consultant and the City expressly waive any rights either pa rty
may have to a trial by jury of any civil litigation related to or arising out of this Agreement.
SECTION 8
LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on the
City's liability for any cause of act ion,fo r money damages due to an alleged breach by the City
of this Agreement,so that its liability fo r any such breach never exceeds the sum of $10,000.
Consultant hereby expresses its willingness to enter into this Agreement with Consultant's
recovery from the City fo r any damage action for breach of contract to be limited to a maximum
amount of $10 ,000.
Accordingly,and notw ithstanding any other term or condition of this Agreement,Consultant
hereby agrees that the City shall not be liable to the Consultant for damages in an amount in
6
Docusign Envelope ID:86B4D3C 1-C6F8-4C4D-AB6E-EOCDOD70088F
D o cusign E nvelope ID :1A 44D0 790-9D0 E D -4D 6C -8318-9B 94D 4128A4 D 0
Contract No.24-033-01
excess of $10,000 for any action or claim for breach of contract arising out of the performance
or non-performance of any obligations imposed upon the City by this Agreement.
Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a
waiver of the limitation placed upon the City's liability,as set forth in Section 768.28,Florida
Statutes.
SECTION9
DUTY OF CARE[COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHrs;COPYRIGHT;
AND CONFIDENTIAL FINDINGS
9.1 DUTY OF CARE
W ith respect to the performance of the Services contemplated herein,Consultant shall exercise
that degree of skill,care,efficiency and diligence normally exercised by reasonable persons
and/or recognized professionals with respect to the perform ance of comparable work and/or
services.
9.2 COMPLIANCE WITH APPLICABLE LAWS
In its performance of the Services,Consultant shall comply with all applicable laws ,ordinances,
and regulations of the City,Miami-Dade County,the State of Florida,and the federal
govern ment,as applicable.
9.3 PATENT RIGHTS;COPYRIGHT;CONFIDENTIAL FINDINGS
Any work pro duct arising out of this Agreement,as well as all information specifications,
pro cesses,data and findings,are intended to be the property of the City and shall not otherw ise
be m ade public and/or disseminated by Consultant,without the prior written consent of the City
Manager,excepting any info rmation,records etc.which are required to be disclosed pursuant to
Court Order and/or Florida Public Records Law.
All reports,documents,articles,devices,and/or work produced in whole or in part under this
Agreement are intended to be the sole and exclusive pro perty of the City,and shall not be
subject to any application fo r copyright or patent by or on behalf of the Consultant or its
employees or sub-consultants,without the prior written consent of the City Manager.
SECTION 10
GENERAL PROVISIONS
10.1 AUDIT AND INSPECTIONS
Upon reasonable verbal or written notice to Consultant,and at any time during normal
business hours (i.e.9AM --5PM,Monday thro ugh Fridays,excluding nationally recognized
holidays),and as often as the City Manager may,in his/her reasonable discretion and
judgment,deem necessary,there shall be made available to the City Manager,and/or such
representatives as the City Manager may deem to act on the City's behalf,to audit,examine,
7
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-EOCDOD70088F
Docusign Envelope ID:1A444D790-9DED-4D6C-8318-994D4128AD0
Contract No.24-033-01
and/or inspect,any and all other documents and/or records relating to all matters covered by
this Agreement.Consultant shall maintain any and all such records at its place of business at
the address set fo rth in the "Notices"section of this Agreement.
10.2 INSPECTOR GENERA L AUDIT RIGHTS
(A)Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has
established the Office of the Inspector General which may,on a random basis,perform
reviews,audits,inspections and investigations on all City contracts,throughout the
duration of said co ntracts.This random audit is separate and distinct from any other
audit perform ed by or on behalf of the City.
(B)The Office of the Inspector General is authorized to investigate City affairs and
empowered to review past,present and pro posed City pro grams,acc ounts,records,
contracts and transactions.In addition,the Inspector General has the power to
subpoena witnesses,administer oaths,require the pro duction of witnesses and monitor
City pro jects and programs.Monitoring of an existing City project or program may
include a report concern ing whether the project is on time,within budget and in
conformance with the contra ct documents and applicable law.The Inspector General
shall have the power to audit,investigate,monitor,oversee,inspect and review
operations,activities,performance and pro curement process including but not limited to
pro ject design,bid specifications,(bid/pro posal)submittals,activities of the Consultant,
its officers,agents and employees,lobbyists,City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption.Pursuant to
Section 2-378 of the City Code,the City is allocating a percentage of its overall annual
contract expenditures to fund the activities and operations of the Office of Inspector
General.
(C)Upon ten (10)days written notice to the Consultant,the Consultant shall make all
requested records and documents available to the Inspector General for inspection and
copying.The Inspector General is empowered to retain the services of independent
private sector auditors to audit,investigate,monitor,oversee,inspect and review
operations activities,performance and pro curement pro cess including but not limited to
pro ject design,bid specifications,(bid/pro posal)submittals,activities of the Consultant
its officers,agents and employees,lobbyists,City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption.
(D)The Inspector General shall have the right to inspect and copy all documents and
records in the Consultant's possession,custody or contro l which in the Inspector
General's sole judgment,pertain to perform ance of the contract,including,but not limited
to original estimate files,change order estimate files,worksheets,proposals and
agreements from and with successful subc ontractors and suppliers,all project-related
correspondence,memora nda,instructions,financial documents,construction
documents,(bid/proposal)and contract documents,back-change documents,all
documents and records which involve cash,trade or volume discounts,insurance
8
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-E0CD0D70088F
Docusign Envelope ID:1A44D790-9D0ED-4D6C-8318-9B94D04128AD0
Contract No.24-033-01
proceeds,rebates,or dividends received,payroll and pe rsonnel records and supporting
documentation fo r the afo resaid documents and records.
(E)The Consultant shall make available at its office at all reasonable times the records,
m aterials,and other evidence regarding the acquisition (bid preparation)and
perform ance of this Agreement,fo r examination,audit,or repro duction,until three (3)
years after final payment under this Agreement or for any longer period required by
statute or by other clauses of this Agreement.In addition:
i.If this Agreement is completely or partially terminated,the Consultant shall make
available records relating to the work terminated until three (3)years after any
resulting final termination settlement;and
ii.The Consultant shall m ake available records relating to appeals or to litigation or
the settlement of claims arising under or relating to this Agreement until such
appeals,litigation,or claims are finally resolved.
(F)The provisions in this section shall apply to the Consultant,its officers,agents,
employees,subcontractors and suppliers.The Consultant shall incorporate the
pro visions in this section in all subcontracts and all other agreements executed by the
Consultant in connection with the performance of this Agreement.
(G )Nothing in this section shall impair any independent right to the City to conduct audits or
investigative activities.The pro visions of this section are neither intended nor shall they
be construed to impose any liability on the City by the Consultant or third parties.
10.3 ASSIGNMENT,TRANSFER QR SUBCQNSULTING
Consultant shall not subcontract,assign,or transfer all or any portion of any work and/or
service under this Agreement without the prior written consent of the City Manager,which
consent,if given at all,shall be in the Manager's sole judgment and discretion.Neither this
Agreement,nor any term or provision hereof,or right hereunder,shall be assignable unless as
approved pursuant to this sect ion,and any attempt to make such assignment (unless
approved)shall be void.
10.4 PUBLIC ENTITY CRIMES
Prior to commencement of the Service s,the Consultant shall file a State of Florida Form PUR
7068,Sworn Statement under Section 287.133(3)(a)Florida Statute on Public Entity Crimes
with the City's Pro curement Division.
10.5 NO DISCRIMINATION
In connection with the performance of the Service s,the Consultant shall not exclude from
participation in,deny the benefits of,or subject to discrimination anyone on the grounds of
race,color,national origin,sex,age,disability,religion,income or family status.
9
Docusign Envelope ID:86B84D3C1-C6F8-4C4D-AB6E-E0CD0OD70088F
Docusign Envelope ID:1A44D790-9DED-4D6C-8318-9894D04128A00
Contract No.24-033-01
A dditionally,C onsultant shall com ply fully with the City of Miam i Beach Human Rights
O rdinance,codified in Chapter 62 of the City Code,as may be am ended from tim e to time,
prohibiting discrim ination in em ploym ent,housing,public acco m m odations,and public
serv ices on account of actual or perceived race,co lor,national origin,religion,se x,
intersexuality,gender identity ,sexual orientation,m arital and fam ilial status,age,disability,
ancestry ,height,weight,dom estic partner status,labor organization mem bership,familial
situation,or political affiliation.
10.6 CO NFLICT OF INTEREST
Consultant herein agrees to adhere to and be govern ed by all applicable Miam i-Dade County
C onflict of Interest O rdinances and Ethics provisions,as set fo rth in the Miam i-Dade County
C ode,as m ay be am ended from tim e to tim e;and by the City of Miam i Beach Charter and
Code,as m ay be am ended from tim e to tim e;both of w hich are inco rporated by reference as if
fully set fo rth herein.
Consultant co venants that it presently has no interest and shall not acq uire any interest,
directly or indirectly,w hich could co nflict in any manner or degree with the performance of the
Serv ice s.Consultant further covenants that in the perform ance of this Agreem ent,Consultant
shall not em ploy any person having any such intere st.No mem ber of or delegate to the
C ongress of the U nited States shall be adm itted to any share or part of this Agreement or to
any benefits arising therefro m .
10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLI C RECORDS LAW
(A )C onsultant shall co m ply with Florida Public Records law under Chapter 119,Florida
Statutes,as m ay be am ended from tim e to tim e.
(B )The term "public records"shall have the meaning set fo rth in Section 119.011(12),which
m eans all docum ents,papers ,letters,maps,books,tapes,photographs,films,so und
recordings,data proce ssing softw are,or other ma terial,regardless of the physica l fo rm ,
characteristics,or m eans of transm ission,made or received pursuant to law or
ordinance or in connection with the tra nsaction of offi cial business of the City .
(C )Pursuant to Section 119 .0701 of the Florida Statutes,if the Consultant meets the
definition of "Contractor"as defined in Section 119.0701 (1)(a),the Consultant shall:
(1)Keep and m aintain public records re quired by the City to perform the serv ice;
(2)U pon request from the City 's custodian of public reco rds,provide the City with a
copy of the requested records or allow the records to be inspected or copied
w ithin a re asonable tim e at a cost that does not exceed the cost provided in
C hapter 119,Florida Statutes or as otherw ise pro vided by law ;
(3)Ensure that public records that are exem pt or confidential and exempt from
public records disclosure requirem ents are not disclosed,except as authorized
by law ,fo r the duration of the contract term and fo llow ing com pletion of the
A greem ent if the Consultant does not transfer the reco rds to the City;
(4)U pon com pletion of the Agreem ent,transfer,at no co st to the City,all public
records in possession of the Consultant or keep and maintain public records
required by the City to perfor m the serv ice.If the Consultant transfers all public
records to the C ity upon com pletion of the Agreem ent,the Consultant shall
destroy any duplica te public records that are exem pt or confidential and exem pt
10
Docusign Envelope ID:86B4D3C 1-C6F8-4C4D-AB6E-EOCDOD70088F
Docusign Envelope ID:1A44D0790-9DED-4D6C-8318-994D04128AD0
Contract No.24-033-01
from public records disclosure requirements.If the Consultant keeps and
maintains public records upon completion of the Agreement,the Consultant shall
meet all applicable requirements for retaining public records.All records stored
electro nically must be provided to the City,upon request from the City's
custodian of public records,in a format that is compatible with the information
technology systems of the City.
(D)REQUEST FOR RECORDS;NONCOMPLIANCE.
(1)A request to inspect or copy public records relating to the City's contract for
services must be made directly to the City.If the City does not possess the
requested records,the City shall immediately notify the Consultant of the
request,and the Consultant must provide the records to the City or allow the
records to be inspected or copied within a reasonable time.
(2)Consultant's failure to comply with the City's request for records shall constitute a
breach of this Agre ement,and the City,at its sole discretion,may:(1)unilaterally
terminate the Agre ement;(2)avail itself of the remedies set forth under the
Agreement;and/or (3)avail itself of any available remedies at law or in equity.
(3)A Consultant who fa ils to pro vide the public records to the City within a
reasonable time may be subject to penalties under s.119.10.
(E)CIVIL ACTION.
(1)If a civil action is filed against a Consultant to compel pro duction of public records
relating to the City's contract fo r services,the court shall assess and award
against the Consultant the reasonable costs of enforcement,including
reasonable attorn eys'fees,if:
a.The court determines that the Consultant unlawf ully refused to comply with
the public records request within a reasonable time;and
b.At least 8 business days before filing the action,the plaintiff provided written
notice of the public records request,including a statement that the
Consultant has not complied with the request,to the City and to the
Consultant.
(2)A notice complies with subparagraph (1)(b)if it is sent to the City's custodian of
public records and to the Consultant at the Consultant's address listed on its
contract with the City or to the Consultant's registered agent.Such notices must
be sent by common carrier delivery service or by registered,Global Express
Guaranteed,or certified mail,with postage or shipping paid by the sender and
with evidence of delivery,which may be in an electronic format.
(3)A Consultant who complies with a public records request within 8 business days
after the notice is sent is not liable fo r the reasonable costs of enforcement.
(F)IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT,CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT:
CITY OF MIAMI BEACH
ATTENTION:RAFAEL E.GRANADO,CITY CLERK
11
Docusign Envelope ID:86B84D3C1-C6F8-4C4D-AB6E-E0CD0D70088F
Docusign Envelope ID:1A44D790-9DED-4D6C-8318-9B94D4128AD00
Contract No.24-033-01
1700 CONVENTION CENTER DRIVE
MIAMI BEACH,FLORIDA 33139
E-M AIL:RAFAELG RANADO @ MIAMIBEACHFL.GOV
PHO NE:305-673-7411
10.8 FO RCE MAJEURE
(A )A "Force Majeure"event is an event that (i)in fact ca uses a delay in the performance of
the Consultant or the City's obligations under the Agreem ent,and (ii)is beyond the
reasonable contro l of such party unable to pe rform the obligation,and (iii)is not due to
an intentional act,error,om ission,or negligence of such party,and (iv)could not have
reasonably been fo reseen and prepared fo r by such party at any time prior to the
occurrence of the event.Subject to the fo regoing criteria,Force Majeure may include
events such as wa r,civil insurrection,riot,fires,epidem ics ,pandemics,terrorism ,
sabotage,explosions,em bargo re strictions,quarantine restrictions,transportation
accidents,strikes,stro ng hurr icanes or torn adoes,earthquakes,or other acts of G od
w hich prevent perform ance.Force Majeure shall not incl ude technological im possibility,
incl em ent w eather,or failure to secure any of the required permits purs uant to the
A greem ent.
(B )If the City or Consultant's perform ance of its contra ctu al obligations is pre vented or
delayed by an event believed by to be Force Majeure,such party shall im mediately,
upon learn ing of the occurrence of the event or of the com m encem ent of any such delay,
but in any case within fifteen (15)business days thereof,pro vide notice:(i)of the
occurrence of event of Force Majeure,(ii)of the nature of the event and the cause
thereof,(iii)of the anticipated im pact on the Ag reem ent,(iv)of the anticipated pe riod of
the delay,and (v)of what course of action such party plans to take in order to mitigate
the detrim ental effects of the event.The tim ely delivery of the notice of the occurrence of
a Force M ajeure event is a condition precedent to allow ance of any relief pursuant to this
section;how ever,receipt of such notice shall not constit ute acceptance that the event
claim ed to be a Force Majeure event is in fact Force Majeure,and the burden of pro of of
the occurrence of a Force Majeure event shall be on the requesting party.
(C )N o part y hereto shall be liable fo r its failure to carry out its obligations under the
A greem ent during a period w hen such party is re ndered unable,in whole or in part,by
Force M ajeure to carry out such obligations.The suspension of any of the obligations
under this A greem ent due to a Force Majeure event shall be of no greater scope and no
lo nger duration than is required.The party shall use Its reasonable best efforts to
continue to perf orm Its obligations hereunder to the extent such obligations are not
aff ect ed or are only partially affect ed by the Force Majeure event,and to correct or cure
the event or co ndition excusing perform ance and otherw ise to rem ed y its inability to
perform to the extent its inability to perform is the direct result of the Force Majeure
event w ith all reasonable dispatch.
(D )O bligations pursuant to the A greem ent that arose before the occurrence of a Forc e
M ajeure event,causing the suspension of perform ance,shall not be excused as a result
of such occurr ence unless such occurrence makes such performance not reasonably
possible.The obligation to pay money in a tim ely manner fo r obligations and liabilities
12
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-EOCDOD70088F
Docusign Envelope ID:1A44D0790-9DED-4D6C-8318-9B94D4 128AD00
Contract No.24-033-01
which matured prior to the occurrence of a Force M ajeure event shall not be subject to
the Force Majeure provisions.
(E)Notw ithstanding any other provision to the contrary herein,in the event of a Force
M ajeure occurrence,the City may,at the sole discretion of the City Manager,suspend
the City's payment obligations under the Agreement,and may take such action without
regard to the notice requirements herein.Additionally,in the event that an event of
Force Majeure delays a party's perform ance under the Agreement for a time period
greater than thirty (30)days,the City m ay,at the sole discretion of the City Manager,
terminate the Agreement on a given date,by giving written notice to Consultant of such
termination.If the Agreement is terminated pursuant to this section,Consultant shall be
paid fo r any Service s satisfactorily performed up to the date of termination;following
which the City shall be discharged from any and all liabilities,duties,and terms arising
out of,or by virtue of,this Agreement.In no event will any condition of Force Majeure
extend this Agreement beyond its stated term .
10.9 E-VERIFY
(A)Consultant shall comply with Section 448.095,Florida Statutes,"Employment Eligibility"
("E-Verify Statute"),as m ay be amended from time to time.Pursuant to the E-Verify
Statute,commencing on January 1,2021,Consultant shall register with and use the E-
Verify system to verify the work authorization status of all newly hired employees during
the Term of the Agreement.Additionally,Consultant shall expressly require any
subconsultant perform ing work or providing services pursuant to the Agreement 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 subconsultant during the
contract Term.If Consultant enters into a contract with an approved subconsultant,the
subconsultant m ust pro vide the Consultant with an affidavit stating that the
subconsultant does not employ,contract with,or subcontract with an unauthorized
alien.Consultant shall m aintain a copy of such affidavit fo r the duration of the
Agreement or such other extended period as m ay be required under this Agreement.
(B)TERMINATION RIGHTS.
(1)If the City has a good faith belief that Consultant has knowingly violated Sect ion
448.09(1),Florida Statutes,the City shall term inate this Agreement with
Consultant fo r cause,and the City shall thereafter have or owe no further
obligation or liability to Consultant.
(2)If the City has a good faith belief that a subconsultant has knowingly violated the
fo regoing Subsection 10.9(A),but the Consultant otherw ise complied with such
subsection,the City will pro mptly notify the Consultant and order the Consultant
to immediately terminate the Agreement with the subc onsultant.Consultant's
failure to terminate a subconsultant shall be an event of default under this
Agreement,entitling City to terminate the Consultant's contract fo r cause.
(3)A contract terminated under the foregoing Subsection (B)1)or (B)(2)is not in
breach of contract and may not be considere d as such.
(4)The City or Consultant or a subconsultant may file an action with the Circuit or
County Court to challenge a termination under the fo regoing Subsection (B)(1)or
(B)(2)no later than 20 calendar days after the date on which the contract was
terminated.
(5)If the City terminates the Agreement with Consultant under the foregoing
13
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-EOCDOD70088F
Docusign Envelope ID:1A44O790-9DED-4O6C-8318-9B94O4128AO0
Contract No.24-033-01
Subsection (B)(1),Consultant may not be awarded a public contract for at least 1
year after the date of termination of this Agreement.
(6)Consultant is liable for any additional costs incurred by the City as a result of the
termination of this Agreement under this Section 10.9.
10.10 CONTRACTOR'S COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS
Contractor agrees to comply with Section 787.06,Florida Statutes,as may be amended from
time to time,and has executed the Certification of Compliance with Anti-Human Trafficking Laws,
as required by Section 787 .06(13),Florida Statutes,a copy of which is attached hereto as Exhibitc"
SECTION 11
NOTICES
Until changed by notice,in writing,all such notices and communications shall be addressed as
follows:
TO CONSULTANT:
TO CITY:
McGriff Insurance Services,LLC
Attn:Regina Lock
3201 Beechleaf Ct.Suite 200
Raleigh,NC 27604-15467
Ph:813-601-2296 1 877-624-7433
Email:.rlock@mcgriff_com
Risk Management Department
City of Miami Beach
Marla Alpizar,Human Resources Director
1700 Convention Center Drive
Miami Beach,FL 33139
Ph:305-673-7000
Email:marcchevalier@maimibeachlf.gov
All notices mailed electronically to either party shall be deemed to be sufficiently transmitted.
SECTION 12
MISCELLANEOUS PROVISIONS
12.1 CHANGES AND ADDITIONS
This Agreement cannot be modified or amended without the express written consent of the
parties.No modification,amendment,or alteration of the terms or conditions contained herein
shall be effective unless contained in a written document executed with the same formality and
of equal dignity herewith.
14
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-EOCDOD70088F
Docusign Envelope ID:1A44D790-9DED-4D6C-8318-9B94D04128AD0
Contract No.24-033-01
12.2 SEVERABILITY
If any term or provision of this Agreement is held invalid or unenforceable,the remainder of this
Agreement shall not be affected and every other term and provision of this Agreement shall be
valid and be enforced to the fullest extent permitted by law.
12.3 WAIVER OF BREACH
A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of
such provision or modification of this Agreement.A party's waiver of any breach of a provision
of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be
construed to be a modification of the terms of this Agreement.
12.4 JOINT PREPARATION
The parties hereto acknowledge that they have sought and received whatever competent advice
and counsel as was necessary for them to form a full and complete understanding of all rights
and obligations herein and that the preparation of this Agreement has been a joint effort of the
parties,the language has been agreed to by parties to express their mutual intent and the
resulting document shall not,solely as a matter of judicial construction,be construed more
severely against one of the parties than the other.
12.5 ENTIRETY OF AGREEMENT
The City and Consultant agree that this is the entire agreement between the parties.This
Agreement supersedes all prior negotiations,correspondence,conversations,agreements or
understandings applicable to the matters contained herein,and there are no commitments,
agreements or understandings concerning the subject matter of this Agreement that are not
contained in this document.Title and paragraph headings are for convenient reference and are
not intended to confer any rights or obligations upon the parties to this Agreement.
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
15
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-EOCDOD70088F
Docusign Envelope ID:1A440790-90E0-406C-8318-989404128ADO
Contract No.24-033-01
IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed
by their appropriate officials,as of the date first entered above.
FOR CITY:
ATTEST:
CITY OF MIAMI BEACH,FLORIDA
By:were.6%a6"/6ty ck
on "1"3"APPROVED AS TO
FORM &LANGUAGE
&FOR EXECUTION
FOR CONSULTANT:/Mt6@,J Ciy Atoreyq,
vlb
Date
Johnny Fontenot,Senior Executive Vice President
Print Name and Title
Date:10/28/2024
16
Docusign Envelope ID:864D3C1-C6F8-4C4D-AB6E-E0CD0D70088F
Docusign Envelope ID:1A44D790-9DED-4D6C-8318-9B94D4128AD0
Contract No.24-033-01
EXHIBIT A
SCOPE OF SERVICES
At a minimum,Consultant shall provide the following services:
1.Assist the City's Risk Management Division in determining the City's commercial insurance
needs.
2.Prepare a report twice per year following each City Property and Casualty policy renewal
period informing the City's Risk Management Division regarding insurance market conditions
that may affect the City's policies and risk exposure before policy renewal.The report shall
include,but not be limited to the following:
•Trend and development factors
•Catastrophe modeling
•Comments on major losses incurred during the past year and how they affect the market
•Alternative risk financing vehicles to reduce the City's cost of risk control
•Estimate of expected insurance premiums and other costs for the upcoming fiscal year.
•Analysis of the City's exposure to loss,adequacy of coverage,and present options for
coverage.
3.Prepare bid specifications and underwriting data 60 days before expiration,subject to the
approval of the City's Risk Management Division to submit to acceptable insurance markets for
the purpose of obtaining quotations for insurance coverage.
4.Upon direction from the City,approach all acceptable insurance companies on behalf of the
City and obtain written competitive quotes for insurance coverage.A complete list of the
companies contacted,and their responses shall be submitted Insurance companies must be
reputable and financially responsible.The City shall be informed of any changes in the insurers'
rating and recommendations of changes,if necessary.
5.Present to the City all insurance coverage proposals obtained 30 days before the expiration
of coverage.The proposals shall include a report with a comprehensive analysis by the broker
of the proposals obtained with recommendations for selecting one proposal for the particular
risk to be covered.At the direction and on behalf of the City,Consultant shall also negotiate with
all insurance carriers to obtain the best prices,terms,and conditions available.
6.Prepare a working summary for the City twice per year following renewal periods (Insurance
in Force)of each policy,including key terms,conditions,limits,deductibles/retentions,
endorsements,and premiums.
7.Twice per year following renewal periods,review all insurance binders,policies,and invoices
received for policies purchased by the City to assure their accuracy and conformity to
specifications.Consultant shall also request any necessary endorsements,changes,or
revisions that may be required.
8.Upon City's request and on an as-needed basis,review leases,agreements,and construction
contracts to provide recommendations for insurance requirements.
17
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-E0CD0D70088F
Docusign Envelope ID:1A44D790-9D0ED-4D6C-8318-9B94D4 128AD0
Contract No.24-033-01
9.Upon City's request and on an as-needed basis,service existing policies by issuing
certificates of insurance to provide evidence of coverage,pro mptly m aking policy changes,
obtaining endorsements,and other related servicing needs.
10.Consultant acknowledges that time is of the essence and any unreasonable delay in the
perform ance of the Services places the City's policy rights at risk.W ithin three (3)business
days of receiving notice of a new loss from the City,and in addition to any other obligations
described in this Agreement,Consultant shall report all claims to the appropriate insurance
carrier and monitor the handling and disposition of the claim(s)to ensure the City 's policy rights
are protected.
11.Assist the City in pro viding insurance-related documentation with respect to any FEMA-
related claims.
12.O n an as-needed basis,during an open claim process,Consultant shall maintain accurate
claim data on an accident date basis and pro vide the City with status reports once a m onth in
the fom and frequency agreed upon with the City.
13.Assign an Account Executive to this Pro gram who will be responsible fo r communication
with Risk M anagement and who,along with other team members assigned,will be available
daily to Risk M anagement fo r advice and consultation on risk-related issues and concerns.
14.Attend meetings related to this Agreement with Risk Management staff and other City staff,
as requested.
15.If required by the Division of Emergency M anagement,once per year develop an annual
letter to the Division of Emergency M anagement requesting confirmation that the City's pro gram
meets the standard of a reasonable program as prescribed by the Stafford Act.
16.Following a loss,Consultant shall contract with a Loss Control firm to inspect pro perties,
engineering services,plans review,and thermog raphic imaging serv ices and act as liaison
betw een the Loss Contro l firm and the City.
17.Following a loss,consult with the City and respective departments to ensure that significant
loss contro l recommendations are addressed.
18.In accordance with industry best practices,City buildings are to be appraised every 5 to 7
years.As part of its services,the Consultant shall pro vide appraisal services fo r all City
buildings listed in the City's value statement,ensuring compliance with these best practice
guidelines.
19.On an annual basis,Consultant will identify locations to be covered by NFIP policies;
request flood zone determinations;complete applications for coverage with pertinent
information;pro vide NFIP quotation to Risk M anagement,submit payment to NFIP carrier,
review all NFIP policies fo r accuracy,and maintain schedules of NFIP policies.
20.Upon City notification (contingent upon changes to City 's assets)Consultant will ensure that
the City's assets are appro priately appra ised and insured,with specific attention to wind
18
Docusign Envelope ID:86B4D3C 1-C6F8-4C4D-AB6E-EOCDOD70088F
Docusign Envelope ID:1A44D790-9DED-4D6C-8318-9B94D4128AD00
Contract No.24-033-01
mitigation measures in compliance with state and industry standards.Consultant will also
ensure that all City properties are accurately appraised and that insurance coverages are
adequate and appropriate.Consultant will assess and enhance the City's wind mitigation
measures,reducing risk exposure and potentially lowering insurance premiums.Consultant will
maintain compliance with applicable state and industry standards for appraisals and wind
mitigation.
21.Appraisal Standards.In accordance with industry best practices,City buildings are to be
appraised every 5 to 7 years.As part of its services,the Consultant shall conduct
Comprehensive Property Appraisals:
Coordinate and conduct thorough appraisals of all City-owned properties,including buildings,
infrastructure,business income,and other insurable assets;utilize state-of-the-art appraisal
methodologies and adhere to industry standards,such as the Uniform Standards of
Professional Appraisal Practice (USPAP)or other relevant guidelines;and provide a detailed
report for each property,including the replacement cost,actual cash value,and insurable value.
22.Review and Update Appraisals:
In accordance with industry best practices,City buildings are to be appraised every 5 to 7years.
As part of its services,the Consultant shall perform periodic reviews and updates of property
appraisals to reflect current market values,changes in property conditions,or modifications to
the assets.Ensure appraisals are current and relevant,particularly before the renewal of
insurance policies.
23.Coordinate with City Departments:
Work closely with various City departments to gather necessary data,access properties,and
ensure all assets are appropriately accounted for in appraisals.
Provide training or guidance to City personnel as needed to support the appraisal process.
24.Provide Appraisal Reports:
Deliver detailed appraisal reports to the City,including documentation of methods used,
findings,and recommendations.
Present the findings to the City's Risk Management Division and other relevant stakeholders.
25.Wind Mitigation Standards.In accordance with industry best practices,City buildings are
to be appraised every 5 to 7 years.As part of its services,the Consultant shall conduct Wind
Mitigation Assessments:
Assess all City-owned properties for wind mitigation measures,identifying areas of vulnerability
and potential improvements.
Ensure that assessments are conducted by qualified professionals knowledgeable in local
building codes,FEMA guidelines,and wind mitigation techniques.
26.Recommend Wind Mitigation Improvements:
Recommend enhancing wind mitigation measures,including structural reinforcements,roof
improvements,window and door protections,and other relevant upgrades.
Assist the City in prioritizing improvements based on risk exposure,potential cost savings,and
budget considerations.
19
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-EOCDOD70088F
Docusign Envelope ID:1A44D790-9DED-4D6C-8318-9B94D4128AD0
Contract No.24-033-01
27.Implement Wind Mitigation Standards:
Support the City in implementing recommended wind mitigation measures,coordinating with
contractors,and ensuring compliance with applicable standards.
Provide ongoing consultation to ensure any new construction or renovations meet current wind
mitigation standards.
28.Facilitate Insurance Adjustments:
Liaise with insurance carriers to adjust coverage and premiums based on the completion of
wind mitigation improvements.
Ensure that all wind mitigation measures are documented and recognized by insurers to
maximize premium reductions and coverage adequacy.
29.Reporting and Communication:Regular Reporting.The Broker shall provide regular
reports to the City detailing the status of appraisals,wind mitigation assessments,and
recommendations'implementation.
Include an analysis of insurance coverage adequacy and suggestions for adjustments based on
updated appraisals and mitigation efforts.
[BALANCE OF PAGE INTENTIONALLY LEFT BLANK]
20
Docusign Envelope ID:86B4D3C1-C6F8-4C4D-AB6E-EOCD0D70088F
Docusign Envelope ID:1A44D790-9ED-4D6C-8318-9B94D4128AD0
Contract No.24-033-01
EXHIBIT B FEES
I.Fee Structure.
This Agreement shall have a fixed annual consulting fee guaranteed for five (5)years,
applicable during the initial term of the Agreement and any subsequent renewal periods.The
fee structure is as follows:
•Annual Consulting Fee:$67,000 (Guaranteed for 5 years)shall be paid in monthly
installments.The first payment shall be made within thirty (30)days of full contract
execution and submission of an initial invoice.Subsequent payments shall be made
upon receipt of an acceptable invoice,in accordance with Section 4.3 of this agreement.
•Annual Outside Loss Control Services Fee:$10,000 (Fixed for 5 years,on an as-
needed basis,with a not-to-exceed (NTE)limit of $50,000 over 5 years)
•Annual Property Appraisal Fee:$15,000 (Based on a varying number of locations
annually,with an NTE limit of $75,000 over 5 years)
•Annual Wind Mitigation Report Fee:$10,000 (Based on a varying number of locations
annually,with an NTE limit of $50,000 over 5 years)
II.Additional Services.
Any fees for services not specified in this proposal shall be negotiated separately.Additional
services may be requested by the City,and the Consultant shall have the right to charge the
Additional Service fees for such additional services that may be requested.A Work Order as to
the additional services and fees shall be created and agreed to by both parties.Additional
Services shall be approved in accordance with the City's Contract Approval Authority Procedure
03.02 or as amended.
21
Docusign Envelope ID:8684D3C1-C6F8-4C4D-AB6E-E0CD0D70088F
Docusign Envelope ID:1A44D790-9DED-4D6C-8318-9B94D4128AD0
Contract No.24-033-01
EXHIBITC
HUMAN TRAFFICKING CERTIFICATION
Certification of Compliance with Anti-Human Trafficking Laws
In accordance with Section 787.06 (13),Florida Statutes,the undersigned,on behalf of
the entity named below ("Entity"),hereby attests under penalty of perjury that the Entity
does not use coercion for labor or services as defined in Section 787.06,Florida
Statutes,entitled "Human Trafficking".
I understand that I am swearing or affirming under oath to the truthfulness of the claims
made in this affidavit and that the punishment for knowingly making a false statement
includes fines and/or imprisonment.
The undersigned is authorized to execute this affidavit on behalf of Entity.
#McGriff Insurance Services,LLC.
(Company Name)
Johnny Fontenot
(Print Name)
400 N.Tampa St.,Floor 23,Tampa,FL
33602
(Address)
State of
County of
TEXAS
DALLAS
The foregoing instrument was acknowledged before me by means of X physical
presence or □online notarization,this by
,Knon to me (o be [he person
as
NOTARY PUBLIC:
kD94
(Signature)
Lori Dehn
(Print Name)
My commission expires:04/18/2026
22
described herein,or who produced
identification,and who did/did not take an oath.