Loading...
PSA between the CMB and Professional Stone Design LLC for the acid washing and cleaning of sidewalk stones and fishpond at the 1100 blk of Linvoln RD Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 �O�� � �� ��� PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEAGN AND PROFESSIONAL STONE DESIGN LLC FOR THE ACID WASHING AND CLEANING OF SIDEWALK STONES AND FISHPOND AT THE 1100 BLOCK OF LINCOLN ROAD, PURSUANT TO RESOLUTION NO. 2025-33837 ' ! ?!i�� This Professional Services Agreement('Agreement") is entered into this day of September, 2025 ("Effective Date"), between the CITY�F MIAMI BEACH, FLORIDA, a municipal corporation organiz�d and existing under the laws of the State of Florida, having its principal offices at 170U Convention Center Drive, Miami Beach, Florida, 33139 (the "City"}, and PROFESSIONAL STONE DESIGN LLC, a Florida limited liability company, with an address at 8481 SW 35'h Terrace, Miami, Florida 33155 ("Consultant"). SECTION 1 DEFINITIONS Agreement: 7his Agreement between the City and Consultant, including any exhibits and amendmsnts thereta. City Manager: 7he chief administrative officer of the City. City Manager's Designee: 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 Public Works Department Director. Consultant: For the purposes of this Agreement, Consultant shatl be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Consultant pertormed or undertaken pursuant to the Agreement. Fee: Amount paid to the Consultant as compensation for Services. 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. 6435; and fax number(305}673-7023. 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 receive 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 1 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 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. Notwithstandirg 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: City of Miami Beach Public Works Department 1700 Convention Center Drive Miarni Beach, Florida 33139 Attn: Rodney Knowles, Assistant Director 2.2 ConsultanYs Services, and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in Exhibit A hereto. SEC7tON 3 TERM The term of this Agreement (the "Term") shall commence on the Effective Date and shall expire upon the earlier to occur of: (a) the satisfactory completion of the Services and the City's written acceptance thereof; and (b) six {6)months from the Effective Date (the "Initial Term�'). The City may, at the sofe option and discrelion of the City Manager, renew the term for one (1) addiiionai period of six(6)months(the"Renewal Term°)by providing Consu4tant with written notice of same no less than thirty (30} days prior to the expiration of the Initia� Term; provided, however, the Renewal Term shall automatically expire upon the satisfactory completion of the Services and the City's written acceptance thereof if such completion and acceptance occur prior to the end of the Renewal Term. Notwithstanding the 7erm provided herein, Consultant shall adhere to any specific timelines, schedules, dates, and/or performance milestones for completion and delivery ot the Services, as same is/are set forth in the timeline and/or schedule referenced in Exhibit A hereto. SECTION 4 FEE 4.1 In consideration of the Services to be provided, Consultant shall be compensated on a fixed fee basis, in the amount of �138,000.00, for a total annual amount not to exceed $138,000.00. 4.3 The total fee for the Services rendered under this Agreement shall be One Hundred Thirty- Eight Thousand Dollars ($138,000.00). Payment shaVl be made in two equal instailments: Fifty percent(50%), totaiing Sixty-Nine Thousar►d Dol4ars (569,000.00), shall be due upon execution of this Agreement as a non-�efundable deposit tQ initiate the project. The remaining fifty percent (50%), totaling Sixty-Nine Thousand Dollars (�69,0OO.OU), shall be due upon final completion of the project and subsequent inspection and approval by the relevant city�uthorities. 2 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 4.4 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 Division Finance Department City of Miami Beach 1700 Convention Center Drive, 3`d Floor Miami Beach, Florida 33139 Email: accountspayable@miamibeachfl.gov S�CTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE !f the Consultant shall fail to fulfill in a timely manner, or othen,vise 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. Priar to exercising its option to terminate for cause, the City shall notify the Consultant of its violation of the particular term(s)of this Agreement, 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. Notwithstanding the above,the Consultant shall not be relieved of liability to the City for damages sustained by the City for 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 attorneys' fees. 5.2 TERMINATION FOR Cf)NVENIENCE OF THE CITY THE CITY MAY ALSO, THRQUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30} DAYS FOLLOWING RECEIRT BY THE CONSULTANT OF SUCH NOTICE. ADDITIONAL.LY, IN TH� EVENT OF A PUBLIG HEALTH, WELFARE OF2 S�AFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE DISCRETION, THE GITY MANAGER, PURSUAN�' T�J A VERBAL OR WRITT�N NOTIFICATIqN TO CONSUL,TANT, MAY IMMEDIATELY SUSP�ND THE SERVICES UNDER TH1S AGREEMENT F�R A TIME CERTAIN, OR IN THE ALTERNATIVE, TERMINATE THlS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR CONV�NIENCE BY THE CITY, CONSULTANT SHALL BE PAID FQR ANY SERVICES SATISFACTORILY PERFORMED UP TU THE DATE OF 3 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 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 Consuitant 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 RE�UIREMENTS 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, 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 Consultant, its officers, employees, agents, contractors, or any other person or entity acting under ConsultanYs control or supervision, in connection with, related to, or as a result of the Consuliant'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 may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attomeys' fees expended by the City in the defense of such claims and losses, including appeals. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the ConsultanYs 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 for perforrnance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's indemnity agreement. The provisions of this Section 6.1 and of this indemniflcation shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The Consultant shall maintain the below required insurance in full force throughout the Term. 7he maintenance of proper insurance coverage is a material element of this Agreement and failure to maintain or renew coverage may be treated as a material breach of this Agreement, �vhich could result in withholding of payments or termination of the Agreement. A. Worker's Compensation Insurance for all employees of Consultant as required by Florida Statute 440, and Employer �iability Insurance for bodily injury or disease. Should Consultant be exempt from this statute, Consultant and each employee shall hold the City harmless from any injury incurred during performance of the Agreement. The exempt Consultant 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 4 Docusign Envelope ID:7D916A37-OF73-4COF-SA6D-EEFF3DE33639 hiring any additional employees during the Term, 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 $300,000 per occurrence. C. Automobife Liability Insurance covering any automobile, if Consultant has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $300,000 combined per accident for bodily injury and property damage. 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. Waiver of Subrogation — Consultant 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. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII 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. VerifiGation of Coverage—Original certificates of insurance must be submitted to the City's Risk Manager for approval and will be kept on file in the Office of the Risk Manager. The City shall have the right to obtain from the Cvnsultant specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. The Consultant shall not commence any work and or services pursuant to this Agreement until all insurance required under this section has been obtained and such insurance has been approved by fhe City's Risk Manager. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. Consultant is also solely responsible for obtaining and submitting all insurance certificates for any sub- consultants. CERTIFICATE HOLDER MUST READ: City of Miami Beach c/o Exigis Insurance CorY�pliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurartce, endorsements, exemption letters to our serviciny�gent, EXIGIS, at: Certific�tes=rniamit�e�ch(a@riskworks.c�m Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on ihe nature of the risk, prior experience, insurer, coverage, or other special circumstances. 5 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 Compliance with the foregoing requirements shall not relieve Consultant of its liability and obligation under this section or under any other section of this Agreement. Timely renewal certificates will be provided to the City as coverage renews. The insu�ance certificates for General Liability shall include the City as an additional insured and shall contain a waiver of subrogation endorsement. ConsultanYs insurance shall be primary and not contributory for direct claims arising out of the Agreement under the Commercial General Liability policy. If the Professionat Liability coverage is provided on a claims made basis, then such insurance shall continue for(3) years following the expiration or termination of the Agreement. Compliance with the foregoing requirements shall not relieve the Consultant of the liabilities and obligations under this section or under any other portion 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, Consultant and the City expressly waive any rights either party may have to a trial by jury of any civil litigation refated to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to er�ter into this Agreement only if in so doing ihe 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. Consultant hereby expresses its willingness to enter into this Agreement �vith ConsultanYs recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,00�. Accordingly, and notwithstanding 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 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 APPLICABI_E LAWS/PATENT RIGHTS; COPYRIGHT1 AND CONFIDENTIAL FINDINGS 9.1 pUTY OF CARE With 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 6 Docusign Envelope ID:7D916A37-OF73-4COF-SA6D-EEFF3DE33639 and/or recognized professionals with respect to the performance of comparable work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAYI�S In its performance of the Services, Consultant st�ali 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 4vork 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 Consultant, 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 Consultant or its employees or sub-consultants, without the prior written consent of the City Manager. SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIUNS Upon reasonable verbal or wriiten notice to Consultant, and at any time during normal business hours (i.e. 9AM —SPM, 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 t� the City Manager, and/or such representatives as the City Manager may cfeem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents andlor records relating to all matters covered by this llgreement. Consultant 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 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, ihroughout 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 �ffice of the Inspector Gener�l is authorized to investigate City affairs and empowered to revie�v 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 avitnesses and monitor City projects and programs. Monitoring of an existing City project or prograrn may include a report 7 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector Generai 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 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 operatians of the Office of Inspector General. (C) Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documenis available to the Inspector General for inspection and copying. The Inspector General is empowered ta retain the services of independent private sector auditors ta audit, investigate, monitor, oversee, inspect and review operations activities, perforntance and procurement process including but not limited to project design, bid specifications, (bid/proposal)submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compfiance 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 ConsultanYs possession, custody or contro! 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 documenis, (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, payralf and persannel records and supporting documentation for the aforesaid documents and records. (E) The Consultant shall make available at its office at a!I reasonable iirnes the records, materials,and ather 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 staiute 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 terrnination settlement; and ii. The Consultant shall make available records relating to appeals or to litigation or the settlement of clairr�s arising under or relating to this Agreement until suct� appeafs, litigation, or claims are finally resolved. 8 Docusign Envelope ID:7D916A37-OF73-4COF-SA6D-EEFF3DE33639 (F) The provisions in this section shall apply to the Consultant, its officers,agents,employees, subcontractors and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of#his 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 CiEy by the Consultant or third parties. 10.3 ASStGNMENT,,TRANSFER OR SUBCONSULTING Consultant shall not subcontract, assign, or transfsr all or any portion of any work and/or service under this Agreement without tl�e prior wrikten 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 righE 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 PUBLIG ENTfTY CRIMES Prior to commencement of the Services, the Consultant shall file a State of Florida Form PUR 7068, Sworn Skatement under Section 287.133(3)(a)Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 NO DISCRtMINATION In connection with the performance of the Services, 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. Additionally, Consultant 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 (including independent contractors), housing, public accommodations, public services,and in connection with its membership or policies because of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, hair texture and/or hairstyle, domestic partner status, labor organization membership, familial situation, or political affiliation. 10.fi CONFLfCT OF INTEREST Consultant herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest �rdinances and Ethics provisions, as set forth in the 1�1iami-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 incarporated by reference as if fully set forth herein. Consultant covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which cot�ld conflict in any manner or degree with the performance of the Services. Consultant further covenants that in the performance of this Agreement, Consultant shall not employ any person fiaving ar�y such interest. 9 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A} Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (B) 7he 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 !aw or ordinance or in connection with the transaction of of#icial 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 maintain public records required by the City to perform the service; (2) Upon request from the Ciiy's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied �vithin 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 disclvsure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant 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 Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shafl destroy any duplicate public records that are exempt or confidential and exempt 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. Al! 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 infvrmation 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 Ciiy. 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 allo�v the records to be inspected or copied within a reasonable time. (2) Gonsultant'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. 10 Docusign Envelope ID:7D916A37-OF73-4COF-SA6D-EEFF3DE33639 (3) A Consultant who fails to provide ihe public records to the City within a reasonable time may be subject to penalties under s. 119.1t}. (E) CIVIL ACTION. (1) If a civil action is filed against a Consultant to compel production of pubiic records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: a. The court determines that the Consultant unlawfuily 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 pubtic records request, including a statement that the Consultant has not coRiplied with the request, to the City and to ttie Consultant. {2) A notice complies tivith 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 ba 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 for the reasonable costs of enforcement. �F� IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPI.ICATION OF CHAPTER �119, FLURIDA STATUTES, OR AS TO THE CC�NSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN UF PUBLIG RECORDS AT: CITY UF MIAMI BEACH ATTENTION: RAFAEL E. GRANAD4, CITY CLERK 17QQ CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGFtANAD(�(c�i.MIANIIBEACHFL.G�V RHONE: 305-673-7411 10.8 FORCE MAJEURE (A) A "Force Majeure" ever�t is an event that (i; in fact causes a delay in the perforn�ance of the Consultant 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 intentinnal act, errar, omission, or negligence of such party, and (iv) could not have reasonably besn foreseen and prepared for by such party at any tiriie prior to the 11 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 occurrence of the event. Subject to the foregoing criteria, Force Majeure rnay include events such as war, civil insurrection, riot, fires, epidernics, 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 ConsultanYs 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 orde�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 Agreernent that arose before the occurrence of a Force Majeure event, causing the suspension of performance, shall not be excused as a result af 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 regard to the notice requirements herein. Additionally, in the event that an event of Force Ntajeure delays a party's peifiormance undPr 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 Consultant of such terminatian. If the Agreement is terminated pursuant to this secti�n, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be disci�arged frorTi 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. 12 Docusign Envelope ID:7D916A37-OF73-4COF-SA6D-EEFF3DE33639 10.9 E-VERIFY (A) To the extent that Consultant provides labor, supplies, or services under this Agreement, Consultant shall comply with Section 448.095, Florida Staiutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shail register with and use the E- Verify system to verify the work authorization status of ali newly hired employees during the Term af the Agreement. Additionaliy, Consultant shali expressly require any subcons�itant 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 afl new employees hired by the siabconsultar�t. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Gonsultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien, Consultant shall maintain a copy of such affidavit for the duration of this Agreement or such other exisnded period as may be required under this Agreement. (B) TERMfNATION RIGHTS. (1) If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes,which prohibits any person from knowingly em�loying, hiring, recruiting, or referring an alien who is not duly authorized to work by the immigration laws or the Attorney General of the United States, the City shall terminate this Agreement with Consultant for 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 foregoing Subsection 10.9(A), but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the contract�viih the subconsultant. Consultant's failure to terminate a subcansultant shall be an event of default under this Agreement, entitling City to terminate this Agreement 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 Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing 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 Cansuliant under the foregoing Subsection (B)(1), Cansultant may riot be awarded a public contract for at least 1 year after the date of termination of this Agreement. (6) Consultant is liable for any additianal r,osts incurred by the City as a result of the termination of this Agreement under this Section 10.9. 90.10 CONSULTANT'S COMPLIANCE WITH ANTI-HUMAfV TRAFFICKING LAWS Consultant agrees to comply tivith Section 787.p6, Florida Statutes, as may be amended from time to time, and has executed the Anti-Human Trafficking Affidavit, containing the certification of compliance with anti-hurt�an trafficking laws, as required by Section 787.06(13), Florida Statutes, a copy of which is attached hereto as Exhibit B. 13 Docusign Envelope ID:7D916A37-OF73-4COF-SA6D-EEFF3DE33639 10.11 PROHIBITION ON CONTRACTING WITH A BUSINESS ENGAGING IN A B�YCOTT Consultant warrants and represents that it is not currently engaged in, and will not engage in, a boycott, as defined in Sectian 2-375 of the City Code. In accordance with Section 2-375.1(2)(a) of the City Code, Consultant hereby certifies that Consultant is not currently engaged in, and for the duration of the Agreement, will not engage in a boycott of Israel. 1Q.12 PROHIBITION ON CONTRACTING WITH AN INDIVIDUAL OR ENTITY WHICH HAS PERFORMED SERVICES FOR C�MPENSATION TQ A CANDIDATE FOR CITY ELECTEb OFFICE Consultant warrants and represents that, within two (2) years prior to the Effective Date, Consultant has not received compensation for services performed for a candidate for City elected office, as contemplated by the prohibitions and exceptions of Section 2-379 of the City Code. For the avoidance of doubt, the restrictions on contracting with the City pursuant to Section 2- 379 of the City Code shall not a�qly to the following: (a) Any individual or entity that provides goods to a candidate for office. (b) Any individual or entity that provides services to a candidate for office if those same services are regularly performed by the individual or entity in the ordinary course of business for clients or customers other than candidates for office. This includes, without limitation, banks, telephone or internet service providers, printing companies, event venues, restaurants, caterers, transportation providers, and office supply vendors. (c) Any individual or entity which performs licensed professiona! services (including for example, legal or accounting servicesj. SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the Consultant and the City listed below or may be mailed by U.S. Gertified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice, in writing, all such notices and communications shall be addressed as follows: TO CUNSULTANT: Professional Stone Design LLC 8481 SW 35`"Terrace Miami, Florida 33�55 Attn: Hector Castro {305)549 4681 Tropi80@gmail.com TO CITY: City of Miami Beach Public Works Department 17Q0 Convention Center Drive Miami Beach, Florida 33139 Attn: Rodney Knowles, Assistant Director rodneyknowles@miamibeachfl.gov 14 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the date of an acknowledged receipt, or, in all other cases, on the date of receipt or refusal. SEC710N 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannoi be modified or amended without the express written consent of the parties. No modification, amendmeni, 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. 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 modific�tion of the terms of this Agreement. 12.4 JOINT PREPARA710N The parties hereto ackno�vledge that they have sougiit 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 tf�e 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 undersfandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of tfiis 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. �J Docusign Envelope ID:7D916A37-OF73-4COF-SA6D-EEFF3DE33639 IN WITNESS WHEREOF, ihe parties hereio have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: � /�) �'� - By: �'l� - ' � ��v1,� Rafael E. Granado, City Clerk Eric T. Carpenter, ity Manager ='n,�1 Ei�;�',, Date: __��r...... `� _�... y��-, ;.,iw.r � , � - :�,.�.���. i:,. �w �: �IN.ORP�DR�?ED' �%2�� 1�4� C�: ���..,,,. . . � ;`"�v'. FOR CONSULTANT: �ROFESSIONAL STONE DESIGN LLC ATTEST: __ 8Y� �_ _ �(�c��r .�(, C�s�� f'���.��1a,;�. Print Name and Title Print Name and Title Date: iTATE OF FLORIDA COUNTY OF MtQMI-DADE Sworn to and subscribed betore me thls �day -OC�0�3cj'tt 20?�, sy N,-�c r�,�z c��c frc v Who personally appeared before me,is personally known to me and produced �a rc nG czyi qs B 29 yoo -o ►�, i-�^nt�fication,and did tak�an oath. �i►� RAFAEL IIELAYZE '�• �'. Notary Fubtic-St�te o(Fiorid� �� Commhslon M HH 607250 .��a,e��� My Comm.Expires Feb 27,2029 ��Bmded thrcwqh N�tion�l Wotary Assn. APPRUVEU AS TO FORR�i & LANGUAGE & FOR EXFCUTION .�` �_ � s ��.. �rCity Attorney Date -`,��� 16 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 EXHIBIT A SCOPE OF SERVICES Consultant shall provide the foilowing services: 1 PRt.1TEC'IION Of GRE[N AREhS. � UFEF CLFANIN(�4VI�H A PRE55URF �v1ACHINf ANf)5('t�CtAL 4�RU1.�UCTS FpR I�HA1 iYi>i� OF S�l)N� [TNK CI.FANING 4VIU BC C�C�NF�i NIGHT, fiETWEFN 1J:00 Atvl TC�6:00 Atvi� �I�RODUCTS TO�IjE�KE LiETf.RL�EK AND f)i2GANIC OETER�ENT) �-�FFP(:1 FANINF;(?f TIIE MFUN FC)�1NTAiN WITI'SPFCIAI Pf)LISI IING a1ND SANDIiVG tO�t I�ILSF �`!F'FS OI�STl11N�. �Y BASc PKEPAR�1fION Ft)K GRt�\�E�K I IftMNE5S. (I�TFIF REPAIR f I�1F IS I�f;6ER 7FIAN 3 X 3 Ft=FT,l�C(iMFACTIUN NIACHIN�= Wil_I BE USFn) fc�nnNnrrir�rt wrni i i�nE R�ch� 5-REPAIR OF Mni?E TIiAN '..UCI NOl f5 AM�-t CftACKS. (NECE55AFiY MF 1 f 1<fALS:SANU I UPI'ING NiIXj F IUSTAI_I_ATfON OF STrINfS IN tdF.CFSSAftYnREAS. (RE(vIOVED STONCS�fJ11I f31i RC-l1S�D IPJ TII�RCPt11Ri'D ARCAS� / �'LA(.E GftC)t1 i IN Nt(ESS.AftY'�fit.�15. (NFf,.t.SSF1KY MAI�RIf\t: R/1PIC�5F:f [;ROU1 WII L BE UTATC�I[.[)TO i XISTIN(](��KOU I} S- F•NISH NJ17�f1 A}ilGll QUALlI�Y,f'(�_NE f R�TI�JG SEALER C_UaT. (NECLSSAFiY iv1.4'1'ERIr1�_:SUPREiv1E SEALER E�1GlE) The Fee includes all materials needed for this project and includes trash remova{. The estirnated avork time for the project is 6-7 business weeks. 17 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 EXHIBIT B AN71-HUMAN TRA�FICKING AFFIDAVIT In accordance with Section 787_06 (13}, Florida Statutes, the undersigned, on behalf of Consultant hereby attests under penalty af perjury that Consu{tant does not use coercion for labor or services as defined in Section 787.06, Ftorida Statutes, entitled "Human Trafficking". 1 understand that I am swearing or affirming under oath ta the truthfulness of the claims made in this affidavit and that the punishment for knowingty making a false statement includes fines and/or imprisonment. The undersfgned is authorized to execute this affidavit on behalf of Consultant. CONSULTANT: Professianal Stone Design LLC, a Florida limited liability campany. �1�e�r�� . �t. �s:r� ��4P�r � �3�t1,- ►�r� rL'a M�', �,G Name/Title: ��E»sa' "'��2\. {Address) �1 .5� State of L B,`���iq County of r�t ��.�t/ b�c ba The foregoing instrument was acknowledged before me by means of O physical presence or O online notarization, this o"t day of OGf'0�7�s-/�� , 2025 by H�'"��`on r�•t �i� �T12 c: , as , of Professional Stone Design LLC, a Florida limited liability company, known to me to be the person described herein, �r who produced f G G �z Y/ Q,3$ Zy y� p as identification, and who did/did not take an oath. NOTARY PUBLIC: � i►�� IGfAEI RELAYZf � �= Not+ry Rublic•Shte of floridi �SlgfTatUf ` �• Commissian N HH�O7I50 ��ac�� My Comm.Expires feb 23,2019 ��rA�L lZ g L A`/ Z� �^ded through N�tionil Not�ry Assn. r (Print Name) My commission expires: o z zX 'zozy �18 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 � ' �,�, � � INVOICE � , : ,�=��-6 �� �� Professional Stone Design LLC. INV0002165 �•'M 8481 SW 35th terr. MIAMI,FL 33155 DATE `:�.;,.;�,e .� '� (305)-549-4681 08/07/2025 ���,��, �;� r� �rx cre�,r� r ����'� tropi80@hotmail.com AMOUNT DUE �v�C���� USD$138,000.00 CLIENT LINCOLN ROAD 1111 ashleywatson@miamibeachfl.gov irEMS AMOUNT QTY TOTAL --- LINCOLN RD. PEDESTRIAN --- $138,000.00 1 $138,000.00 (APROX.49.000 square feet). 1- PROTECTION OF GREEN AREAS. 2- DEEP CLEANING WITH A PRESSURE MACHINE AND SPECIAL PRODUCTS FOR THAT TYPE OF STONE. (THIS CLEANING WILL BE DONE AT NIGHT, BETWEEN 12:00 AM TO 6:00 AM) (PRODUCTS TO USE ARE DETERDEK AND ORGANIC DETERGENT) 3- DEEP CLEANING OF THE MAIN FOUNTAIN WITH SPECIAL POLISHING AND SANDING FOR THESE TYPES OF STAINS. 4- BASE PREPARATION FOR GREATER FIRMNESS. (IF THE REPAIR HOLE IS LARGER THAN 3 X 3 FEET,A COMPACTION MACHINE WILL BE USED) (COMPACTION WITH LIME ROCK) 5- REPAIR OF MORE THAN 100 HOLES AND CRACKS. (NECESSARY MATERIALS: SAND TOPPING MIX) 6- INSTALLATION OF STONES IN NECESSARY AREAS. (REMOVED STONES WILL BE RE-USED IN THE REPAIRED AREAS) 7- PLACE GROUT IN NECESSARY AREAS. (NECESSARY MATERIAL: RAPID SET GROUT WILL BE MATCHED TO EXISTING GROUT) Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 ARTICULO AMOUNT QTV, TOTAL S- FINISH WITH A HIGH QUALITY, PENETRATING SEALER COAT. (NECESSARY MATERIAL:SUPREME SEALER EAGLE) *THIS QUOTE INCLUDES ALL MATERIALS NEEDED FOR THIS PROJECT AND INCLUDES TRASH REMOVAL. *THE CITY OF MIAMI BEACH NEEDS TO PROVIDE: -WORK AREA CAUTION SIGNS - MISSING STONE IF THE AREA TO BE REPAIRED EXCEEDS 5 X 5 SQUARE FEET * ESTIMATED WORK TIME IS 6 TO 7 BUSINESS WEEKS * PAYMENT SCHEDULE: -50% PAYMENT DUE UPON CONTRACT EXECUTION -25% PAYMENT DUE AT 4 WEEKS -25% PAYMENT DUE AT COMPLETION OF PROJECTION * ALL PAYMENTS TO BE MADE ELECTRONICALLY(ACH)TO: ACCOUNT NAME: PROFESSIONAL STONE DESIGN lLC BANK NAME: BANK OF AMERICA ROUTING NUMBER: 063100277 ACCOUNT NUMBER: 229058471116 TOTAL $138,000.00 AMOUNT DUE USD $138,000.00 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 2025-33837 RESOLUTION NO. RESOLUTION OF THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIQA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO WAIVE, BY 5/7TH VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENT, IN ACCORDANCE WITH SECTION 2-367 OF THE CITY CODE, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, AND AUTHORIZING TNE CITY MANAGER TO EXECUTE A PROFESSIC?NAL SERVICES AGREEMENT WITH PROFESSIONAL STONE DESIGN LLC., TO PR(�VIDE SERVICES INCLUDING ACID WASHING AND CLEANING OF SIDEWALK STONES AND FISHPOND AT THE 1100 BLOCK OF LINCOLN ROAD, USING PREVIOUSLY APPROVED FUNDS IN FISCAL YEAR 2Q25, IN THE NOT TO EXCEED AMOUNT OF �140,000. WHEREAS, at the May 21, 2025 City Commission meeting, the Pedra Portuguesa sidewalk maintenance item (C4J)was separated for discussion by Commissioner Kristen Rosen Gonzalez; and WHEREAS, the item was discussed at length, and a motion was made to include $140,000 for sidewalk repair in the Capital Budget Amendment(R7F), which passed 7-0; and WHEREAS, the Capital Budget Amendment item, including the Pedra Po�tuguesa repair, was adopted by Resolution No. 2025-33683 by a 7-0 vote during the same meet- ing; and WHEREAS, since its contract with UtA Management, LLC terminated in 2019, the City has led maintenance of the 1100 block of Lincoln Road, including the stone sidewalk and adjacent fishpond; and WHEREAS, ouer the last six years, City contractors have performed routine maintenance on the sidewalk; and WHEREAS, in early 2024,the City engaged Team Contracting for significant stone restaration and repair work at a total cost of$227,525; and WHEREAS, Pedra Portuguesa paving, while aesthetically pleasing, presents sig- nificant maintenance challenges due to labor-intensive upkeep, costly skilled repairs, vul- nerability to damage, and safety hazards when wet. WHEREAS, City staff and UTA Management met in early 2025 to discuss potential solutions for repairing ar replacing the stones and adjacent fishpond; and WHEREAS, following that meeting, UTA Management provided a proposal dated Navember 2�, 2Q24 from Professional Stone Design LLC in the amount of $138,000, covering nighttime pressure-washing, crack and hole repairs, missing-stone replacement, grout installation, and sealer application; and Docusign Envelope ID�7D916A37-OF73-4COF-SA6D-EEFF3DE33639 WHEREAS, Professional Stone Design LLC was the original installer and has the most extensive knowledge of this Pedra Portuguesa installation; and WHEREAS, City staff also received a quote dated May 11, 2023 from Arquigreen Corp. for complete resurfacing and material replacement on the 1100 block of Lincoln Road, totaling $420,400, not including annual maintenance; and WHEREAS, after review, City staff recommended engaging Professional Stone Design LLC for the repair work due to their extensive knowledge and familiarity with the Pedra Portuguesa sidewalk; and WHEREAS, under Sections 2-366 and 2-367 of the City Code, the City Manager may waive bid requirements for construction-related services up to $300,000. NOW, THEREFORE BE IT DULY RESOIVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and Ciry Commission hereby accept the recommendation of the City Manager to waive, by 5/7th vote, the formal competitive bidding requirement, in accordance with Section 2-367 of the City Code, finding such waiver to be in the City's best interest, and authorize the City Manager to execute a Professional Services Agreement with Professional Stone Design LLC., to provide services including acid washing and cleaning of sidewalk stones and fishpond at the 1100 block of Lincoln Road, using previously approved funds in Fiscal Year 2025, in the not to exceed amount of$140,000. PASSED and ADOPTED THIS a3 day of �k� 2025. .---- - ATTEST: � �t�� � r ��Z� even Meiner, Mayor Rafael E. Granado, City Clerk APPROVED AS TO FORM & LANGUAGE &FOR EXECUTION ; , �_ , .� 1 . �.� � - c�ey�►ao�,� o.a Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 Resolutions -C7 AJ �/1 I A�it I B EA�H COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Eric Carpenter, City Manager DATE: July 23, 2025 TITLE: A RESOLUTION OF THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO WAIVE, BY 5/7TH VQTE, THE FORMAL GOMPETITIVE 81DDING REQUIREMENT, IN ACCORDANCE WlTH SECTION 2-367 OF THE CITY C�DE, FINDING SUCN WAIVER TO BE IN THE CIT('S BEST INTEREST, AND AUTHQRIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH PROFESSIONAL STONE DESIGN LLC., TO PROVfQE 5ERVICES fNCLUQING ACID WASHING AND CLEANiNG OF SIDEWALK STQNES AND FISHPOND AT THE 1100 BLOCK OF LINCC�LI4 ROAD, USING PREVIOUSIY APPROVED FUNDS IN FISCAL YEAR 2025, IN THE NOT TO EXCEED AMOUNT OF $140,000. RECOMMENDATION The Administration recommends approving the Resolution. BACKGROUND/HISTORY At the May 21, 2025 City Commission Meeting,the Pedra Portuguesa sidewalk maintenance item (C4 J} was separated for discussion by the sponsoring Commissioner, Kristen Rosen Gonzalez. The item was discussed at length, and a motion was made by the sponsor to include funding in the amount of$140,Q00 for the repair of the sidewalk,in the Capital Budget Amendment (R7 F),which passed 7-0. The Capital Budget Amendment item, including the Pedra Portuguesa repair,was subsequently adopted by Resalution (2025-33683)7-0 during the same meeting. The Ciky has taken the lead in maintaining the 1100 BJock of Lincoln Road since its contracf with UTA Management, LLC(UTA Management),terminated in 2019. Maintenance inGudes upkeep of the sidewalk material made of stones, and the adjacent fishpond. Over the last six years routine maintenance of the sidewalk has been performed tay City contractors. However, in early 2024, the City engaged Team Contracting to periorm significant SEone restoration/repair work for a total $227,525. The Pedra Portuguesa, while aesthetically pleasing, does present significant maintenance challenges. Tl�e following reasons outline why it is so expensive to maintain and repair this specialty paving� labor-intensive upkeep,costly repairs (due to need for skilled craftsmen to re-set paving stones}, vulnerability to damage (can crack, sink, and become discolored due to temperature changes), safety concerns {worn stones can become slip hazards when wet). City staff and UTA Management met early this year to discuss potential solutions to repairtreplace said stones and adjacent fishpond. Following the meeting, UTA Management provided the City with a proposal of services (quote dated IVovember 20, 2024, Attachment A) from Professianal Stone Desfgn LLC., in the amount of$138,Q00, which includes deep cleaning during nighttime hours with a pressure-washing machine and special cleaning products suitable for the type of stone, deep cleaning of the main fountain, repair of ail holes and cracks, the replacement of any missing stones in-kind to match the original surfacing, installation of grout where necessary, and Docusign Envelope ID:7D916A37-OF73-4COF-SA6D-EEFF3DE33639 the application of a sealer coat to protect the stones. Professional Stone Design LLC was the original contractor and therefore, has the most extensive knowledge of this installation. City staff was also in receipt of a second quote from Arquigreen Corp. (quote dated May 11, 2023), for complete resurFacing, and replacement of materials of the 1100 Block of Lincoln Road Mall (Attachment B), in the amount of$420,400, not including yearly maintenance. Upon City staffs review of all of the available information, it recommended that the orig�nal installing contractor, Professional Stone Design LLC be engaged to provide the repair worlc needed, considering their extensive knowledge and familiarity with the Pedra Portuguesa sidewalk located on the 1100 Block of Lincoln Road Mall. Under the City of Miami Beach's Code of Ordinances, Section 2-366 and 2-367,the City Manager has the authority to waive the bid requirements for construction-related services, up to$300,000. FISCAL IMPACT STATEMENT $140,000 Account 011-0840-OOQ325. Does this Ordinance reauire a Business Imaact Estimate? (FOR ORDINANCES ONLY) If applicable,the Business Impact Estimate(BIE)was published on: See BIE at: https:/lwww.miamibeachfl.qovtcity-hall/citlr-clerk/meetinq-notices/ CONCLUSION The Administration recommends for the City Manager to exercise his authority to issue a bid waiver in an amount not to exceed $140,000 and to engage Professional Stone Design, LLC to perform the required maintenance and repair of the Pedra Portuguesa sidewalk. Applicable A�ea South Beach Is this a "Residents Ris�ht to Know" item, Is this item related to a G.O. Bond pursuant to City Code Section 2-17? Proiect? Yes No Was this Aqenda Item initiallv re4uested tiv a lobbvist which, as defined in Code Sec. 2�81, includes a principal enqa�ted in lobbving? No If so, specify the name of lobbyist(s) and principal(s): Deaartment Public Works Sponsor(sl Commissioner Kristen Rosen Gonzalez Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 Co-saonsor(s) Condensed Tide Accept Rec, Acid Wash/Clean Sidewalk Stones& Fishpond At 1100 Biock of Lincoln Rd. PW 5/7 Previous Action (For City Cls�k Use Only) Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 + �- � FACTURA : � � Professional Stone Design LLG. �Nv0002�0� -�;'"- 14470sw 96th terr. miami,fl 33186 FECHA -��.. . (305}-549-4681 11(20/2024 � _,<>�re s��. .' '�.�7 ���� ;� tropi80@hotmail.com 5ALD0 DEUDOR �' :�'� ��M�* . � USD$138,000.00 CIiENTE LINCOI.N 1111. C 3Q5 370 5086. wchung@uiamanagernentcam ARTICUIQ TARIFA CA� -- PEDESTRIAN LINCOLN RD. $138,000.00 (APROX.49.000 square teet.) 1- Protectioe�of green areas for their care, 2- Deep cieaning w'rth a pressure machine and special products for that type of stane. This cieaning wili be done at night, meaning ciean+ng will be done 12:00 am to 6:00 am. (deterdek and acid cleaning praducts). 3- Qeep cleaning of the main fountain with special poiishing and sanding for these types of stains. 4- Base preparation for greater firmness. If Ehe repair hole is larger than 3"x 3"feet, a compaction machine will be used. {compaction with fine rock.} 5- Repair of more than 100 holes and cracks. { necessary materials sand topping mix). 6- Instatlation of stones in�ecessary areas. (the same stone will be usedl. 7- Placing Grout in necessary areas. ( We will use grout RAPID SET to combine the same color.) „:�.� ,�_ ��...�-.��,.���u .,��,,.-.-�..�,,�.�:,5.. .� .,� .,_ -.. - . .A�.,-„�r. Docusign Envelope ID:7D916A37-OF73-4COF-SA6D-EEFF3DE33639 ARTICULO TARIfA CA� 8- Finishing with a good quality sealer coat. ( Supreme Sealer EAGLE.) • THIS QUOTE INCLUDES ALL MATERIAIS NEEDED FOR THIS PROJECT AND INCIUDES TRASH. '• THE CITY OF MIAMI BEACH.. ( you will need to provider p�otection, and also if mo�e stones are necessary). *•”' ESTIMATEQ WORK TIME OF 6 io 7 BUSINESS WEEKS. •*' HE ADVANCED FROM 5096 WHEN SIGNING THE CONTRACT. .::.�.........�::::.«.:+.. 259', AT 4 WEEKS WORK STARTED. «s..:..:.......,�#.,.«�.:*. 25%FINISHED. TOTAL $138,000.00 SALDO DEUDOR USD $138,000.00 Docusign Envelope ID:7D916A37-OF73-4COF-8A6D-EEFF3DE33639 �: DATE hiay 11,2023 �� 11��I�G��N Q�o���� MBz�, � Customer ID MiamiBesch Quotat�ar vatrd unhl. May 31,2023 TFe hatura��ttne�aa,s;�r:,w'°.�,,.�9,� P�apared by. Carb Odo�m Arquigreen Corp. � ' 6130 NE dth Ct Miam�.FL.33137 Phone 305-778-5961 Fax 305-758-9Q71 BIII to: Miaml Beach Job bcation: 1111 lincdn Rd. Gomments or special instn�ctbns: Pnces mch�des Mater,al dehvery,inst�iation.matenaf settirag Pedra Portuguesa,labor,grou?,finai deaning,sales tax VUorkmens comp and Liabiirty ins up to S 2 Milhon 1111 �incoln Rd. Mall -Surface repairs 8� upgrade Qua�tity U.M. L)eseriptlon Prkat AMOUNT Areas that need complete rcsurtacing Removal and d�posak of existing pavers instafl�new stones.ax�d groutng. 7,500.00 Si Cabrs Black and White S 40 QQ S 300.Q00.� (area removed and re-+nsta8ed is bgger than esch�ndrv�dual patch.because we need ta assure structura!co�tiguityl Cleaning,grout repair and seai 3Q.100 00 Sf Specla!cieani�g with specrf�rc d�te�ent a�d brushes.grout repair(where needed} a�d sea7�ng with g y pq g t 24 400 Q0 itahan techrtealogy impregna4ng Sealer TQTAL 42Q A4 (5afes Tax Incfuded! ANNUAL MAINTENANCE Annuaf macnte�anee -j Every th�ee rnonthy special cieanirt�wrth specfic detergent and brushes,remsta0 of p�eces a grout 30,tQ0.00 Sf repair 5 4 00 S 120 d00.00 -�Ortce a year�t fndudes akso seabng with ltalia�Oechnol�gy impregnahng sealer DE�IVERY TlME Material Iead hme,es6mated m about 14l12 weeks after order confKmatwn irn�al work,to be executed m about$/10 weeks EXCLUSIONS Barncades,signs sequfrify eqwpme�t,i�hUr�g,sto�e handl�ng From storage to final pb s�te pos�dvn NOTE: Pncmg calcuiated on the assumpdon of cont�uous mstaUaUon at�obs�te,with no interruptrona In case of mob�hzation of crew,mob�lizadon costs will be appiied U pon artivat from overseas,material w�f be bfought to�obsite.In case there is lack of staraping capab�ity at site,mate►�ai wdl be warehoused,costs b�Ned Pnces calculated+Mth fre�ghts valid at the date of 5131 r23-!n case of increase,drtference wiN be bdied CONDITION OF PAYMENT 5��wrth P O for new import of su�stitute stone 25°.G 30 days after starting 25°k at complet�t�on This pnce exGudes.pertnrts,permit fees,exped�ter Docusign Envelope ID:7D916A37-OF73-4COF-SA6D-EEFF3DE33639 MIAMI BEACH � ��� N/A THE ACID WASHING AND CLEANING OF SIDEWALK STONE AND FISHPOND AT THE 1100 BLOCK OF LINCOLIN ROAD PROFESSIONAL STONE DESIGN LLC PUBLIC WORK,S Joh�Norris Q �ti �� David Martinez Z Type 1-Contract,amendment,change order,or task order resuiting from a procurement-issued comp titive solicitation. X Type 2-Any other contract,amendment,change order,or task order that does not result from a procurement-issued competitive solicitation. Type 3-Independent Contractor Agreement(ICA) Type 6-Tenant Agreement Type 4-Grant agreements with the City as the recipient Type 7-Inter-governmental agency agreement Type 5-Grant agreements with the City as the grentor Type 8-Othec � _ _--._ ___._.. ___ _. ---_..— ------- - --_ ---------------- _._... _ _ --- ----- - — — ------------- ------------_.-- On May 21,2025,at the Commission meeting,the Pedra Portuguesa sidewalk maintenance item(C41)was separated for discussion by Commissioner Kristen Rosen Gonzalez.The item was discussed at length,and a motion was made to include$140,000 for sidewalk repair in the Capital eudget Amendment(R7F), which passed unanimousiy with a 7-0 vote.The Capital Budget Amendment item, including the Pedra Portuguesa repair,was adopted by Resolution No.2025-33683 during the same meeting. Pedra Portuguesa paving, while aesthetically pleasing, presents significant maintenance challenges due to labor-intensive upkeep, costly skilled repairs,vulnerability to damage, and safety hazards when wet, City staff and UTA Manageme�t met in early 2025 to discuss potential solutions for repairing or replacing the stones and adjacent fishpond, following that meeting, UTA Management provided a proposal dated November 20, 2024 from Professional Stone Design LLC in the amount of$138,000,covering nighttime pressure-washing,crack and hole repairs,missing-stone replacement,grout instaliation,and sealer application. Professional Stone Design LLC was the original installer and has the most extensive knowledge of this Pedra Portuguesa installation; City staff also received a quote dated May 11,2023,from Arquigreen Corp.for complete resurfacing and material replacement on the 1100 block of Lincoln Road, totaling$420,400, �ot inciuding annual maintenance, after review, City staff recommended engaging Professional Stone Design LLC for the repair work due to their extensive knowledge and familiarity with the Pedra Portuguesa sidewalk. An Agreement with Professional Stone Design LLC has been finalized and form-approved by the City Attorney's Office.eased on the justification stated herein and pursuant to Resolution No.2025-33837,this item seeks the City Manager's signature on the Professional Services Agreement(PSA�with Professional Stone Design LLC for the acid washing and cleaning of sidewalk stone and the tishpond located at the 1100 block of Lincoln Road. i 6 months 1 12 months Grant Funded: � Yes�x No State Federal Other: � i i�— 1 ; $138,000.00 160-0840-000325-29-403-521-00-00-00- Yes x No ( *Contingent upon approval of � the requested FV2025 to FY2026 rollover request** 1.For contracts longer than five years,contact the Procurement Department.2.Attach any supporting explanation needed.3.Budget approval indicates approval far the current fiscal year only. Future years are subject to City Commission approval of the annual adopted operating budget. City Commission Approved: Yes No Resolution No.: CC Agenda Item No.: CC Meeting Date: _----— If na,explain why CC approval is not required: legal Form Approved: Yes No If no,explain below why form approval is not necessary: Docusign Envelope ID:7D916A37-OF73-4COF-SA6D-EEFF3DE33639 Budget: ion Technology: N/A Tameka Otto Stewart 1'��Offo Shw,�t 10/29/2025� 8:01'��� C4��a=6oE�.aa isadora Gonzalez a.s .,> ��,.�G..y..�., 10/29/2025� 12:�PM EDT < ,a�.-�-- Risk Management: �F�� , Fleet&Facilities: N/A Marc Chevalier �p(,�,,,�(;� 10/30/2025� 9:2�AM EDT Human Resources: N/A Other: Rev.3/�5