Loading...
Resolution 2019-30675RESOLUTION NO, 2019 - 30675 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE THE SECOND AND FINAL, ONE YEAR RENEWAL TERM TO THE JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR THE TURF AND LANDSCAPE MAINTENANCE SERVICES ON 1 -395 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND, TO THE WEST SIDE OF EAST CHANNEL BRIDGE, AT AN ANNUAL COST OF UP TO $22,776, TO BE PAID TO THE CITY BY FDOT. WHEREAS, on July of 1994, the Mayor and City Commission adopted Resolution No. 94- 21209, approving a Memorandum of Agreement with the Florida Department of Transportation (FDOT) to provide for maintenance of landscaping along Interstate -395 (MacArthur Causeway), specifically from the east side of Watson Island, to the west side of East Channel Bridge (the Agreement); and WHEREAS, on March 23, 2017, the City and FDOT entered into a new Joint Participation Agreement (JPA) for a one year period, with an option to renew for two (2) additional years; and WHEREAS, on October 18, 2017, the City exercised the right to the first renewal option (for the period of March 23, 2018 through March 22, 2019); and WHEREAS, the price has not changed and the City seeks to enter into the second one year renewal option period (March 23, 2019 through March 22, 2020); and WHEREAS, the price has not changed and the City seeks to enter into the second, one year renewal option period; and WHEREAS, under the terms of the JPA, and the first of two possible renewal options under the Agreement, the City will receive the sum of up to $22,776 a year from FDOT, payable quarterly; and WHEREAS, FDOT desires to renew the existing agreement and has provided the necessary forms for the City to execute. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the City Manager and City Clerk to execute the second, and final one year renewal term to the Joint Participation Agreement (JPA) with the Florida Department of Transportation (FDOT) for the turf and landscape maintenance services on 1 -395 ( Macarthur Causeway), from the east side of Watson Island, to the west side of east channel bridge, at an annual cost of up to $22,776, to be paid to the City by FDOT. PASSED and ADOPTED this 16th day�of;la�ntrary, ,. 3 Rafa E. Granado, CI y Clerk 0 � j ATTEST: er, Mayor APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION (;) jti aest ( z, City Attorney Date MIAMI BEACH Resolutions - C7 M COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: January 16, 2019 SUBJECT: 1. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE THE SECOND AND FINAL, ONE YEAR RENEWAL TERM TO THE JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT) FOR THE TURF AND LANDSCAPE MAINTENANCE SERVICES ON 1 -395 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND, TO THE WEST SIDE OF EAST CHANNEL BRIDGE, AT AN ANNUAL COST OF UP TO $22,776, TO BE PAI D TO THE CITY BY FDOT. 2. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE THE SECOND, AND FINAL ONE YEAR RENEWAL TERM TO THE JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT) FOR THE TURF AND LANDSCAPE MAINTENANCE SERVICES ON 1 -195 (JULIA TUTTLE CAUSEWAY), FROM THE EAST SIDE OF THE INTRACOASTAL WATERWAY, TO THE EASTERNMOST EDGE OF ALTON ROAD, AT AN ANNUAL COST OF UP TO $260,000, TO BE PAID TO THE CITY BY FDOT. RECOMMENDATION The Administration recommends approving the Resolution. ANALYSIS In July of 1994, the City Commission approved the initial Memorandums of Agreement (MOA) with the Florida Department of Transportation (FDOT) to provide for maintenance of landscaping along the MacArthur Causeway, specifically from the east end of Watson Island to the western edge of Alton Road and the Julia Tuttle Causeway, specifically from the east end of the westernmost bridge to Alton Road. Both of these Memorandums of Agreement have been renewed annually since that time. On March 23, 2017, the City and FDOT entered into a new Joint Participation Agreement (JPA) Page 782 of 1648 for a one year period, with an option to renew for two (2) additional years for the landscape maintenance of both causeways. Under the terms of these Agreements, the City of Miami Beach will receive the combined sum of $282,776.00 a year payable in the amount of $70,694.00 quarterly, for a total of $848,328.00 during the time period for these Joint Participation Agreements. For the past several years, the City has utilized the services of a private landscape maintenance company to provide the required work within the scope of services included in these Agreements. The Julia Tuttle and MacArthur Causeways are maintained by the same city managed contractor and the annual compensation from FDOT pays for the total cost of the landscape maintenance agreement, plant material replacement as well as the City's staff time required for supervision of these areas. FDOT desires to renew the existing agreements and has provided the necessary forms for the City to execute. CONCLUSION The Administration recommends approving the Resolution. Legislative Tracking Public Works ATTACHMENTS: Description Landscape agreement, FDOT 253087 3 78 01 Exhibit A- MacArthur Causeway a Form Approved Reso: JPAAgreement 1395 ( Macarthur Causeway) a Landscape agreement with FDOT 253085 2 78 03 a Exhibit A -Julia Tuttle Causeway a Form Approved Reso: JPAAgreement Ie195 (Julia Tuttle Causeway) Page 783 of 1648 Contract No.: A8540 Financial Project No(s)': 253087^3~78~01 County(ies): Miami-Dade STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONTRACT RENEWAL Renewal: (1st, 2nd, etc.) 2nd 375-m0-23 cumrmmTSxow/wmrn^num 043o'04/06 This Agreement made and entered iflto this day of .by and between the State of (Thia date Florida Department cfTrmnapo�aUon.her�nnMe,00Und"epm�man�. and 'City of Miami Beach 1700 Conventon Center Miami Beach, Florida 331JA hereinafter called Coritractor' WITNESSETH: WHEREAS, the Department and the Contractor heretofore on this23rd day of March, 2017 (This date to be entered by DOT only) entered into an Agreement whereby the Department retained the Contractor to perform maintenance of all turf and landscape area within the right-of-way, on the State Road described in Exhibit "A" of the ong nal corAi- . 'and WHEREAS, said Agreernent has a renewal option re ewa|if mutually agreed to by both partles and subject to the same terrns and conditions of the original Agreement; NOW, THEREFORE, this Agreement wItnesseth that for and in consideration of the mutual benefits to flow each to the other, the parties agree to a renewal of said original Agreement for a period beginning the 23rd day of March ' 3019 and ending the 22nd day of March . 2020 at a cost of $ 22,776,00 All terms and conditions of said original Agreement shall remain in force and effect for this renewal. IN WITNESS WHEREOF, the parties have executed thls Agreement by their duly authorized officers on the day, month, and year set forth above. City of Miami Beach Name of Contractor Contractor Name and Title BY: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: District Secret Title: u o ize "ign80r (SEAL) Legal: Name of Surety City State By: Florida Licensed In nt or Attorney-In-Fact (Signature) Countersigned: Date Florida Licensed Insurance Agent Date ry or Designee (Signature) Fiscal: Page 784 of 1648 Approval as to Availability of Funds APP AS TO GUAGE ECUT1ON tyAtt onay STATE OF FLORIDA DCPARTMCNT OF TR4 1SPORTATiON E- VERIFY Contract No: AS548-R1 Financial Project No(s): 2P087-3-- -01 Project Description: Maintenance of all turf and landscape areas within the Right of Way on the State Roads described Exhibit A'" of the orrcina) contract, ors -oeo sa PROC (NIEMEN r I„ Vendor /Consultant acknowledges and agrees to the following: Vendor /Consultant 1. shall utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the Vendor /Consultant during the term of the contract; and shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. Company /Firm Cit+ of Miami Beach Authorized Signature: Title. Date: Page 785 of 1648 RICK SCOTT GOVERNOR FDDTI Florid Deportment of Transpor tci tion 1000 NW 111 Avenue MIKE DEW Miami, FL 33172-5800 SECRETARY Mr. Jimmy L. Morales, City Manager City of Miami Beach 1700 Convention Center Miami Beach, FL 33139 (305) 673 -7782 JimmvM s ibeachfi.r ov Contract Number :. Financial Project Number: Project Description: County: NOTICE TO PROCEED Dear Mr. Morales:: January 8, 2018 AS548 -R1 (MacArthur Causeway) 253087.3 -78 -01 Turf and Landscape Maintenance - Department Funded Agreement Miami -Dade The Department and the City of Miami Beach have executed a contract for the Department Funded Agreement (DFA) noted above for a period of one (1) year starting March 23'd, 2018 through March 22nd, 2019, The Maintenance Engineer for this agreement is Mr, Brian K. Jimmerson, P.E. He can be reached at (305) 640 -7277. The City may invoice the Department after the end of each quarter according to the schedule below: 10 Quarter 2"d Quarter 3rd Quarter 4th Quarter March 23rd, 2018 through June 22nd, 2018 June 23"x, 2018 through September 22nd, 2018 September 23rd, 2018 through December 22nd, 2018 December 23rd, 2018 through March 22nd 2019 If you have any questions concerning the agreement, please contact me at telephone number (305) 470 -5354. Sincerely, Renato Marrero, P.D. District Maintenance Engineer cc: L. Salazar, K. AI -Said, B. Jimmerson, H. Bechtold, E. Taylor, C. Wilson, M. Hussain, D. Gray. [1C 11u Page 786 of 1648 Contract No.: AS548 Financial Project No(s) .: 253387-3-78-01 County(ies): Mlami-Dade STATE OF FLORIDA DEPART/14E11T OF TRANSMETATION CONTRACT RENEWAL Renewal; (1st, 2nd, etc.) ist 31$420,23 COITRAGIS ADMrP4tSrnATKIN osc .040S This Agreement made and entered Into this ao day of fl1dnI Florida Department of TransporlatIon, hereinafter called "Department", and iami I3eacfl1 Florida 33139 hereinafter called "Contractor", , by and between the State of fly otMismi Beach, 1700 Convention Center WITNESSETH: WHEREAS, the Department and the Contractor heretofore on this 23rd day of March, 2017 (This OW 10 be entered lay DOT 041IY) entered Into an Agreement whereby the Department retained the Contractor to perform maintenance of ail turf and landscape wee within the right-of-way, on the State Roads describer( in Exhibit A" of the orig na con r e and VVHEREAS, said Agreement has a renewal option which provides for a renewal if mutually agreed to by both parties and subject to the same terms and conditions of the original Agreement; NOW, THEREFORE, this Agreement witnesseth that for and In consideration of the mutual beneflts to flow each to the other, the parties agree to a renewal of said original Agreement for a period beginning the 23rd day of March 1 2018 and ending the 22nd day of March , 2019 at a cost of $ 22,776,00 All terms and conditions of said original Agreement shall remain In force and effect for this renewal. IN WITNESS WI-IEREOF, the parties have executed this Agreement by their duly authorized officers on the day, month, and year set forth above. City of Miami Bea Name of Contr- t City STATE OF FLORIDA DEPARTMENT OF TRAN4SPORTATION L5 BY: Title; District Secriy ar Designee (5 (SEAL) Legal: State By: Florida Licensed Insurance Agent or Attorney-In-Fact (Signature) Countersigned: Date Florida Licensed In urance Agent Date Fiscal: Page 787 of 1648 n ure) • Approval o Availability of Funds APPROVED AS TO FORM & LANGUAOE & FOR EXECUTION 7 Cily Attorm, MIAMI BEACH Resolutions - C7 D COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L, Morales, City Manager DATE: October 18, 2017 SUBJECT: 1, A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE A ONE YEAR RENEWAL TERM TO THE JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT) FOR THE TURF AND LANDSCAPE MAINTENANCE SERVICES ON 1 -395 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND, TO THE WEST SIDE OF EAST CHANNEL BRIDGE, AT AN ANNUAL COST OF UP TO $22,776, TO BE PAID TO THE CITY BY FOOT; SAID AGREEMENT HAVING ONE (1) ADDITIONAL RENEWAL OPTION REMAINING UNDER THE JPA. 2, A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE A ONE YEAR RENEWAL TERM TO THE JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT) FOR THE TURF AND LANDSCAPE MAINTENANCE SERVICES ON 1195 (JULIA TUTTLE CAUSEWAY), FROM THE EAST SIDE OF THE INTRACOASTAL WATERWAY, TO THE EASTERNMOST EDGE OF ALTON ROAD, AT AN ANNUAL COST OF UP TO $260,000, TO BE PAID TO THE CITY BY FOOT; SAID AGREEMENT HAVING ONE (1) ADDITIONAL RENEWAL OPTION REMAINING UNDER THE JPA. R Adopt the Resolutions. A_Y�S In July of 1994, the City Commission approved the Initial Memorandums of Agreement (MOA) with the Florida Department of Transportation (FDOT) to provide for maintenance of landscaping along the MacArthur Causeway, specifically from the east end of Watson Island to the western edge of Alton Road and the Julia Tuttle Causeway, specifically from the east end of the westernmost bridge to Alton Road, Both of these Memorandums of Agreement have been renewed annually since that time. On March 23, 2017, the City and FDOT entered into a new Joint Participation Agreement (JPA) for a one year period, with an option to renew for two (2) additional years for the landscape maintenance of both causeways. Page 207 of 16 Page 788 of 1648 Under the terms of these Agreements, the City of Miami Beach will receive the combined sum of $282,776.00 a year payable in the amount of $70,694.00 quarterly, for a total of $848,328.00 during the time period for these Joint Participation Agreements. For the past several years, the City has utilized the services of a private landscape maintenance company to provide the required work within the scope of services Included in these Agreements. The Julia Tuttle and MacArthur Causeways are maintained by the same city managed contractor and the annual compensation from FDOT pays for the total cost of the landscape maintenance agreement, plant material replacement as well as the City 's staff time required for supervision of these areas. FDOT desires to rrenew the a along agreements and has provided the necessary forma for the City to execute. CONCLUSION To ensure the MacArthur and Julie Tuttle Causeways' landscaping continues to be maintained at the high standards set by the City of Miani Beach, and to receive the annual funding of $282,776.00 from the Florida Department of Transportation that is necessary to support these maintenance standards, the Administration reconnds the approval of the attached resolutions, the MacArthur Causeway 2017/2018 Joint Participation Agreement and the Julia Tuttle Causeway 2017/2018 Joint Participation Agreement as attached. Legative Traoldng Public Works ATTACHMENTS: Description o FOOT JPA MacArthur - Resolution n FOOT Contract Renewal MacArthur is FOOT JPA JuliaTuttle - Resolution FDOT Contract Renewal - Julia Page 208 of 1633 Page 789 of 1648 RESOLUTION NO, 2017930030 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE A ONE YEAR RENEWAL TERM TO THE JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR THE TURF AND LANDSCAPE MAINTENANCE SERVICES ON 1 -396 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND, TO THE WEST SIDE OF EAST CHANNEL BRIDGE, AT AN ANNUAL COST OF UP TO $2Z776, TO BE PAID TO THE CITY BY FDOT; SAID AGREEMENT HAVING ONE (1) ADDITIONAL RENEWAL OPTION REMAINING UNDER THE IPA. WHEREAS, on July 13, 1994, the Mayor and City Commission adopted Resolution No. 94- 21209, approving a Memorandum of Agreement with the Florida Department of Transportation (FOOT) to provide for maintenance of landscaping along Interstate - 39-6 (MacArthur Causeway); specifically, from the east side of Watson Island, to the west side of East Channel Bridge (the Agreement); and WHEREAS, on March 23, 2017, the City and FDOT entered into a new Joint Participation Agreement (JPA) for a one year period, with an option to renew for two (2) additional years; and WHEREAS, the price has not changed and the City seeks to enter into the first one year renewal option period; and WHEREAS, under the terms of the JPA, and the first of two possible renewal options, attached as Exhibit 1 to the Commission Memorandum accompanying this Resolution, the City will receive the sum of up to $22,778 a year from FOOT, payable quarterly. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the City Manager and City Clerk to execute a one year extension to the Joint Participation Agreement (JPA) with the Florida Department of Transportation (FDOT), for the turf and landscape maintenance services on 1-395 (MacArthur Causeway), from the east side of Watson Island, to the west side of East Channel Bridge, at an annual cost of up to $22,776, to be paid to the City by FDOT; said Agreement having one (1) additional renewal option remaining under the JPA. PASSED and ADOPTED this /� day of At4 key" , 2017. ATTEST: Page 790 of 1648 YO APPROVED AS TO FORM & IANGU FOR FXECUTI N Exhibit "A” Scope of Services Maintenance Responsibilities of the LOCAL GOVERNMENT The LOCAL GOVERNMENT shall be responsible for the maintenance of all turf and landscape areas within the DEPARTMENT's right of way on the State Roads below in accordance with all applicable DEPARTMENT guidelines, standards, and procedures, which shall include but shall not be limited to the Maintenance Rating Program Handbook, as may be amended from time to time. Additionally, the LOCAL GOVERNMENT shall maintain the all turf and landscape areas in accordance with the International Society of Arboriculture standards, the latest FDOT Design Standard, guidelines, and procedures, as may be amended from time to time.. .x r$' =. ., 4 ,i1 �la i „,$N�'� e=t 1 s: .�_.._. A1A /I -395 MacArthur Causeway East side of Watson Island West side of East Channel Bridge For each of the following work activities, the LOCAL GOVERNMENT shall be responsible for performing these minimum frequencies: • Mowing, including edging and sweeping - eighteen (18) times per year • Landscape Maintenance /Tree Trimming - twelve (12) times per year The LOCAL GOVERNMENT shall perform a minimum of two cycles per quarter for each of the work activities described above. The LOCAL GOVERNMENT's maintenance obligations shall include but not be limited to: a. Mowing, cutting and /or trimming and edging the grass and turf, b. Pruning all plant materials, which include trees, shrubs and ground covers, and parts thereof, including all material from private property encroaching into the DEPARTMENT'S right- of-way c. Maintaining existing decorative bricks, mulch and other: aesthetic features currently found within these corridors, d, Fertilizing, insecticide, pesticide, herbicide and watering will be required to maintain the current landscape and turf in a healthy and vigorous growing condition. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and the City of Mlaml Beach Financial Project It 253087- 3 -78 -01 Page 11 of 15 Page 791 of 1648 e. Paying for all water use and all costs associated therewith, f, Pruning such parts thereof which may present a visual or other safety hazard for those using or intending to use the right- of-way. g. After the final inspections with regard to the DEPARTMENT'S removal and disposal of existing invasive exotic plant materials in the subject area as referenced in Section 2(i) of the Agreement, LOCAL GOVERNMENT shall be responsible for removing and disposing of all undesirable vegetation, including but not limited to weeding of plant beds and removal of new invasive exotic plant materials that may appear within the subject area, h. Removing and properly disposing of dead, diseased or otherwise deteriorated plants in their entirety, and replacing those that fall below the standards set forth in all applicable DEPARTMENT guidelines, standards and procedures as may be amended from time to time. j. Removing and disposing of all trimmings, roots, branches, litter, and any other debris resulting from the activities described by (a) to (h). Submitting Lane Closure Requests to the DEPARTMENT when maintenance activities will require the closure of a traffic lane in the DEPARTMENT's right-of- way. Lane closure requests shall be submitted through the District Six Lane Closure Information Systems to the DEPARTMENT' s area Permit Manager and in accordance with the District Six Lane Closure Policy, as may be amended from time to time. FDOT Financial Project Number: 253087- 3 -78 -01 County: Miami -Dade FDOT Project Manager: Brian K Jimmerson, P.E. (305) 640 -7200 or br an jirnnierson@dot.,slatte. 1, us LOCAL GOVERNMENT Project Manager: Jimmy L, Morales, City Manager, (305) 673 -7010 or jimmozales a niambeachfl, us Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and the City of Miami Beach Financial Project # 253087- B -78 -01 Page 12 of 15 Page 792 of 1648 Contract No.: AS549 Financial Project No(5).: 2530 County(ies): Miami -Dade STATE FLORIDA DEPARTMENT OF TRANSPORTATION CONTRACT RENEWAL Renewal: (1st, 2nd, etc.) 2nd 376 -020.23 CONTRACTS ADMINISTRATION ©OC. -04IO -2 -7 This Agreement made and entered into this day of (TbIs den) to oe entereo-oyDtr dT Florida Department of Transportation, hereinafter called "Department ", and City o_ Miami Beach, Florida 33139 hereinafter called "Contractor ". by and between the State of I Reach, 1700 Convention Center WITNESSETH: WHEREAS, the Department and the Contractor heretofore on thls20rd day of March, 2017 mils dote to be entero I by DOT only entered into an Agreement whereby the Department retained the Contractor to perform maintenance of all turf and landscape area within the right -of -way, on the State Road described In Exhibit "A" of the origin on ; an WHEREAS, said Agreement has a renewal option which provides for a renewal if mutually agreed to by both parties and subject to the same terms and conditions of the original Agreement; NOW, THEREFORE, this Agreement witnesseth that for and in consideration of the mutuaI benefits to flow each to the other, the parties agree to a renewal of said original Agreement for a period beginning the 23rd day of March , 2019 . and ending the 22nd day of March , 2020 at a cost of $ 260,000.00 All terms and conditions of said original Agreement shall remain In force and effect for this rene IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officers on the day, month, and year set forth above. City of Miami Seach Name of Contractor Contractor Name and TI le STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY SY: Title: Author zed igna urn Name of Surety By: City State District Secretary or Designee (Signature) (SEAL) Legal: Florida Licensed Insurance Agent or Attorney -In -Fact (Signature) Countersigned: Florida Licensed Insurance Agen Date Date Fl eat: Approval as to Availabil Page 794 of 1648 of Funds APPROVED AS TO F• NGUAGE ELUTION Contract No: AS649 -R2 Financial Project No(s): 253086-2-78-03 Project Description: Turf and Landsca e Maintenance De artment Funded Agreement $TATS OF FLORIDA DEPARTMCNT OF TRANS Cfl TATION E- VERIFY 3764 PROCURE Vendor /Consultant acknowledges and agrees to the following: Vendor /Consultant 1, shall utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the Vendor /Consultant during the term of the contract; and 2. shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. Company/Firm: City of Miami Seach Authorized Signature: Title: Date: Page 795 of 1648 RICK SCOTT GOVERNOR FOOT Florida Department of Transportation 1000 NW 111 Avenue MIKE DEW Miami, FL 33172-5800 SECRETARY Mr, Jimmy Morales, Town Manager City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33138 305-673-6080 Jiinfn yMoriIesm 1arY)ibeaChf140V Contract Number: Financial Project Number: Project Description: County: NOTICE TO PROCEED Dear Mr. Morales: January 8, 2018 AS549-R1 (Julia Turtle Causeway) 253086-2-78-03 Turf and Landscape Maintenance-Department Funded Agreement Miami-Dade The Department and the City of Miami Beach have executed a contract for the Department Funded Agreement (DFA) noted above for a period of one (1) year starting March 23rd, 2018 through March 22nd, 2019, The Maintenance Engineer for this agreement is Mr, Brian Jimmerson, RE. He can be reached at (305) 640-7200, The City may invoice the Department after the end of each quarter according to the schedule below: 10 Quarter 2rd Quarter 30 Quarter 41h Quarter March 23rd, 2018 thru June 22nd, 2018 June 23rd, 2018 thru September 22nd, 2018 September 23rd, 2018 thru December 22nd, 2018 December 23rd, 2018 thru March 229d, 2019 If you have any questions concerning the agreement, please contact me at telephone number (305) 470-5364, Sincerely, Renato Marrero, P.E. District Maintenance Engineer cc: L. Salazar, K. AI-Said, B. Jimmerson, H. Bechtold, E. Taylor, C. Wilson, M. Hussain, D. Gray. dot LP, Page 796 of 1648 Contract No.; A9549 Financial Project No(s),: 253 County(les): Miami-Dade STATE OF Roam DEYARTMCNT OF TRANSPORTATION CONTRACT RENEWAL 6-2-78-03 378•M•23 CO PACTS NEASTUTION MC • 04/05 Renewal: (lst, 2nd, etc.) 1st This Agreement made and entered into this AO day of ki g , by and between the State of (This date Florida Department of Transportation, hereinafter called "Department", and City of Miami Beach, 1700 Convention Center Miami Beach, Florida 33139 hereinafter called "Contractor, WITNESSETH: WHEREAS, the Department and the Contractor heretofore on this 23rd day of March, 2017 tede lo be aliteral by DOT orgo entered into an Agreement whereby the Department retained the Contractor to perform maintenance of all turf and landscape area within the right-of-way, on the State Roads described in Exhibit A" of the tid—ginal contrct. ; and WHEREAS, said Agreement has a renewal option which provides for a renewal if mutually agreed to by both parties and subject to the same terms and conditions of the original Agreement; NOW, THEREFORE, this Agreement witnesseth that for and in consideration of the mutual benefits to flow each to the other, the parties agree to a renewal of said original Agreement for a period beginning the 23rd day of March , 2015 and ending the 22nd day of March 2019 at a cost of $ no,000.00 All terms and conditions of said original Agreement shell remain in force and affect for this renewal. IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officers an the day, month, and year set forth above. City of Miami Beach Name of Contr ctor Contractor Na BY; 7'utZ.11 taUre Name of Surety —City By; State Florida Licensed Insurance Agent or Date Attorney-In-Fact (Signature) Countersigned: Florida Licensed insurance Irisurance gerit Date STATE OF FLORIDA DEPARTMENT OF TRAN GS BY: PORTATION District Seer or Designee (S ure) (SEAL) Legal: FIscaI: Page 797 of 1648 .• n Approv s to Availability of tunds APPROVED AS TO FORM & LANGUAGE & FOR EXEC ION City Altar MIAMI BE'JCH Resolutions - C7 0 COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM; Jlrry L. Morales, City Manager DATE; ttr 18, 2017 SUBJECT; 1. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE A ONE YEAR RENEWAL TERM TO THE JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR THE TURF AND LANDSCAPE MAINTENANCE SERVICES ON I -395 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND, TO THE WEST SIDE OF EAST CHANNEL BRIDGE, AT AN ANNUAL COST OF UP TO $22,776, TO BE PAID TO THE CITY BY FDOT; SAID AGREEMENT HAVING ONE (1) ADDITIONAL RENEWAL OPTION REMAINING UNDER THE JPA. 2. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE A ONE YEAR RENEWAL TERM TO THE JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR THE TURF AND LANDSCAPE MAINTENANCE SERVICES ON 1 -195 (JULIA TUTTLE CAUSEWAY), FROM THE EAST SIDE OF THE INTRACOASTAL WATERWAY, TO THE EASTERNMOST EDGE OF ALTON ROAD, AT AN ANNUAL COST OF UP TO $260,000, TO BE PAID TO THE CITY BY FDOT; SAID AGREEMENT HAVING ONE (1) ADDITIONAL RENEWAL OPTION REMAINING UNDER THE JPA. RECOMMENDATIQ�it Adopt the Resolutions. ANALYSIS In July of 1994, the City Cotimission approved the Initial Memorandums of Agreement (MOA) with the Florida Department of Transportation (FDOT) to provide for maintenance of landscaping along the MacArthur Causeway, specifically from the east end of Watson Island to the western edge of Alton Road and the Julia Tuttle Causeway, specifically from the east end of the westernrrt bridge to Alton Road. Both of these Memorandums of Agreement have been renewed annually since that time. On March 23, 2017, the City and FDOT entered into a new Joint Participation Agreement (JPA) for a one year period, with an option to renew for two (2) additional years for the landscape maintenance of both causeways. Page 207 of 1 633 Page 798 of 1648 Under the terms of these Agreements, the City of Miami Beach will receive the combined sum of $282,776,00 a year payable in the amount of $70,694.00 quarterly, for a total of $848,328,00 during the time period for these Joint Participation Agreements. For the past several years, the City has utilized the services of a private landscape maintenance company to provide the required work within the scope of services included in these Agreements. The Julia Tuttle and MacArthur Causeways are maintained by the same city managed contractor and the annual compensation from FDOT pays for the total cost of the landscape maintenance agreement plant material replacement as well as the City's staff time required for supervision of these areas. FOOT desires to renew the existing agreements and has provided the necessary forms for the City to execute. CONCLUSION To ensure the MacArthur and Julia Tuttle Causeways' landscaping continues to be maintained at the high standards set by the City of Miami Beach, and to receive the annual funding of $282,776.00 from the Florida Department of Transportation that is necessary to support these maintenance standards, the Administration recommends the approval of the attached resolutions, the MacArthur Causeway 2017/2018 Joint Participation Agreement and the Julia Tuttle Causeway 2017/2018 Joint Participation Agreement as attached. W&Iative Tracking Public Works ATTACHMENT% Description o FDOT J PA MacArthur - Resolution a FOOT Contract Renewal - MacArthur o FOOT J PA JuliaTuttle - Resolution o FOOT Contract Renewal - Julia Page 208 of 1633 Page 799 of 1648 RESOLUTION NO. 20140031 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE A ONE YEAR RENEWAL TERM TO THE JOINT PARTICIPATION AGREEMENT (JPA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR THE TURF AND LANDSCAPE MAINTENANCE SERVICES ON 1 -195 (JULIA TUTTLE CAUSEWAY), FROM THE EAST SIDE OF THE INTRACOASTAL WATERWAY, TO THE EASTERNMOST EDGE OF ALTON ROAD, AT AN ANNUAL COST OF UP TO $200000, TO BE PAID TO THE CITY BY FDOT; SAID AGREEMENT HAVING ONE (1) ADDITIONAL RENEWAL OPTION REMAINING UNDER THE JPA. WHEREAS, on July 13, 1994, the Mayor and City Commission adopted Resolution No. 94- 21210, approving a Memorandum of Agreement with the Florida Department of Transportation (FDOT) to provide for maintenance of landscaping along Interstate -195 (Julia Tuttle Causeway); specifically, from the east side of the Intracoastal Waterway, to the easternmost edge of Alton Road, (the Agreement); and WHEREAS, on Mardi 23, 2017, the City and FDOT entered into a new Joint Participation Agreement (JPA) for a one year period, with an option to renew for two (2) additional years; and WHEREAS, the price has not changed and the City seeks to enter into the first one year renewal option period; and WHEREAS, under the terms of the JPA and renewal option, attached hereto as Exhibit 1 to the Commission Memorandum accompanying this Resolution, the City will receive the sum 01 up to $260,000 a year from FDOT, payable quarterly in the amount of $65,000. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the City Manager and City Clerk to execute a one year renewal option to the Joint Participation Agreement (JPA) with the Florida Department of Transportation (FOOT) for the turf and landscape maintenance services on 1.195 (Julia Tuttle Causeway), from the east of the Intracoastal Waterway, to the easternmost edge of Alton Road, at an annual cost of $250,000, to be paid to the City by FDOT; said agreement having one (1) additional year renewal option term remaining under the JPA. PASSED and ADOPTED this _ -a day of APPROVED AS TO FORM & LANGUAGE FOR EXECUTIO Page 800 of 1648 t OF FLORIDA oEPARr rorTrtANSPaRTATION E- VERIFY Contract No: AS849 -R1 Financial Project No(s): 253080-2-78-03 Project Description: Maintenance of all turf and Ian d race areas within the Right of Wa on the State Roadsdescrlbed in Exhibit A" o 375 -0 4MH PROCUREM911 WI 1 Vendor /Consultant acknowledges and agrees to the following: Vendor/Consultant • ortrar -tract, 1. shall utilize the U.S Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the Vendor /Consultant during the terra of the contract; and shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Deportment of Homeland Security's E- Verify system to verify the employment eligihiilty of all new employees hired by the subcontractor during the contract term, Company /Firm: City of Miarni 8eact Authorized Signature: Title: Date: Page 801 of 1648 Exhibit "A" Scope of Services Maintenance Responsibilities of the LOCAL GOVERNMENT The LOCAL GOVERNMENT shall be responsible for the maintenance of all turf and landscape areas within the DEPARTMENT's right of way on the State Roads below in accordance with all applicable DEPARTMENT guidelines, standards, and procedures, which shall include but shall not be limited to the Maintenance Rating Program Handbook, as may be amended from time to time. Additionally, the LOCAL GOVERNMENT shall maintain the all turf and landscape areas in accordance with the International Society of Arboriculture standards, the latest FOOT Design Standard, guidelines, and procedures, as may be amended from time to time. Y k� :d ty 4 1 ' fy^s$N P@ ��� dT, in it A+f h �£� -5= ���3� 'i4'� 4'M 1 "''^ fNK, 1 f.' _ � �i- 11 .x �.., r 74 D 1 @ `4.tt :�ri� a r<aa 4U' M .� Sar �i�..�' L a 1r 5y� e: z .tc n 'qtr , �:-,�� . F.. 112/ 1 -195 Julia Tuttle Causeway East side of Intercostal Waterway Alton Road For each of the following work activities, the LOCAL GOVERNMENT shall be responsible for performing these minimum frequencies: • Litter Pickup - Twelve (12) times per year • Mowing, including edging and sweeping - eighteen (18) times per year Landscape Maintenance /Tree Trimming - twelve (12) times per year f The LOCAL GOVERNMENT shall perform a minimum of two cycles per quarter for each of the work activities described above. The LOCAL OVERNMENT's maintenance obligations shall include but not be limited to a. Mowing, cutting and/or trimming and edging the grass and turf. b. Pruning all plant materials, which include trees, shrubs and ground covers, and parts thereof, including all material from private property encroaching into the DEPARTMENT'S right- of-way c. Maintaining existing decorative bricks, mulch and other aesthetic features currently found within these corridors. d. Fertilizing, insecticide, pesticide, herbicide and watering will be required to Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and the City of Miami Beach Financial Project #253086 -2 -7805 Page 11 of 15 Page 802 of 1648 maintain the current landscape and turf in a healthy and vigorous growing condition. e. Paying for all water use and all costs associated therewith. Pruning such parts thereof which may present a visual or other safety hazard for those using or intending to use the right -of -way. After the final inspections with regard to the f1EPARTMENT's removal and disposal of existing invasive exotic plant materials in the subject area, as referenced in Section 2(i) of the Agreement, LOCAL GOVERNMENT shall be responsible for removing and disposing of all undesirable vegetation, including but not limited to weeding of plant beds and removal of new invasive exotic plant materials that may appear within the subject area. Removing and properly disposing of dead, diseased or otherwise deteriorated plants ;in their entirety „and replacing those that fall below the standards set forth in all applicable DEPARTMENT guidelines, standards and procedures as may be amended from time to time. i. Removing and disposing of all trimmings, roots, branches, litter, and any other debris resulting from the activities described by (a) to (h). Submitting Lane Closure Requests to the DEPARTMENT when maintenance activities will require the closure of a traffic lane in the DEPARTMENT'S right-of- way. Lane closure requests shall be submitted through the District Six Lane Closure Information System, to the DEPARTMENT'S area Permit 1Vianager and in accordance with the District Six Lane Closure Policy, as may be amended from time to time. FDOT Financil Project Number: 253086- 2 -78 -03 County: Miami -Dade FDOT Project Manager: Brian K Jimrnerson P.E. (305) 6407200 or brianjinzmerson ( dot,statef.i LOCAL GOVERNMENT Project Manager; Jimmy .1,, Morales, City Manager, (305) 673 -7010 or 'imr morales rniambeachl.us Turf and landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and the City of Miami Beach Financial protect # 258086.2 -7803 Page 12 of 15 Page 803 of 1648