Loading...
HomeMy WebLinkAboutResolution 2025-34003RESOLUTION NO. 2025-34003 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 DEPARTMENT FUNDED AGREEMENT (DFA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE SERVICES ON STATE ROAD AlA/I-395 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND TO THE WEST SIDE OF EAST CHANNEL BRIDGE (FINANCIAL PROJECT NUMBER 253087.6-78-01), WITH AN ANNUAL COMPENSATION OF UP TO $22,776.00, TO BE PAID TO THE CITY BY FOOT; SAID AGREEMENT HAVING AN INITIAL ONE (1) YEAR TERM, COMMENCING ON MARCH 21, 2026, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE-YEAR TERMS, BY MUTUAL AGREEMENT OF THE PARTIES. 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 (FDOT) to provide for maintenance of landscaping along the MacArthur Causeway; specifically, from the east end of Watson Island to the west end of East Channel Bridge; and WHEREAS, similar agreements have been executed since that time; and WHEREAS, on March 21, 2023, the City and FDOT entered into an agreement for a one (1) year period, with an option to renew for two (2) additional one-year terms, which agreement will expire on March 20, 2026; and WHEREAS, FDOT has expressed a desire to enter into a new Turf and Landscape Maintenance Department Funded Agreement (Financial Project No. 253086-5-78-01) (Agreement) for a one-year period, with the option to renew for two (2) additional one-year terms, by mutual agreement of the parties; and WHEREAS, under the terms of the new Agreement, the City of Miami Beach will receive the same compensation as in the current agreement, in the total sum not to exceed $22,776.00 per year, payable in quarterly payments, for turf and landscape maintenance services for the portion of State Road A1A/1-395 (MacArthur Causeway), from the east side of Watson Island to the west side of East Channel Bridge; and WHEREAS, 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 the Agreement; and WHEREAS, the City's Public Works Department employs a Contract Manager who is responsible for monitoring the work of the landscape maintenance contractor on a regular basis to ensure specifications are complied with and the landscape materials are properly maintained; and WHEREAS, to ensure that the landscaping of the MacArthur Causeway continues to be maintained at the elevated standards set by the City of Miami Beach, with the use of FOOT funds, the Administration recommends the approval of the Agreement, incorporated herein by reference and attached to the City Commission Memorandum accompanying this Resolution. 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 a Department Funded Agreement (DFA) with the Florida Department of Transportation (FDOT) for turf and landscape maintenance services on State Road A1AI1-395 (MacArthur Causeway), from the east side of Watson Island to the west side of East Channel Bridge (Financial Project Number 253087-6-78-01), with an annual compensation of up to $22,776.00, to be paid to the City by FOOT; said agreement having an initial one (1) year term, commencing on March 21, 2026, with the option to renew for two (2) additional one-year terms, by mutual agreement of the parties. PASSED and ADOPTED this 17 day of Aeu.»btr 2025. ATTEST: 74 Rafael E. Granado, City Clerk Steven �Meiner,ayor DEC 12 2025 fi• IINMAP•HATED` APPROVED AS TO FORM &LANGUAGE & FOR EXECUTION 10%15 Zj AtforneY Date Resolutions - C7 AO MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Eric Carpenter, City Manager DATE: December 17, 2025 TITLE: 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 DEPARTMENT FUNDED AGREEMENT (DFA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE SERVICES ON STATE ROAD A1Ati-395 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND TO THE WEST SIDE OF EAST CHANNEL BRIDGE (FINANCIAL PROJECT NUMBER 253087-6-78-01), WITH AN ANNUAL COMPENSATION OF UP TO $22,776.00, TO BE PAID TO THE CITY BY FOOT; SAID AGREEMENT HAVING AN INITIAL ONE (1) YEAR TERM, COMMENCING ON MARCH 21, 2026, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR TERMS, BY MUTUAL AGREEMENT OF THE PARTIES. 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 DEPARTMENT FUNDED AGREEMENT (DFA) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE SERVICES ON THE PORTION OF STATE ROAD 11211-195 (JULIA TUTTLE CAUSEWAY), FROM THE EAST SIDE OF THE INTRACOASTAL WATERWAY TO ALTON ROAD (FINANCIAL PROJECT NUMBER 253086-5-78-01), WITH AN ANNUAL COMPENSATION OF UP TO $260,000.00, TO BE PAID TO THE CITY BY FOOT; SAID AGREEMENT HAVING AN INITIAL ONE (1) YEAR TERM, COMMENCING ON MARCH 21, 2026, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR TERMS, BY MUTUAL AGREEMENT OF THE PARTIES. The Administration recommends the approval of the attached Resolutions. In July of 1994, the Mayor and City Commission (City Commission) approved the initial Memorandums of Agreement (MOA) with the Florida Department of Transportation (FDOT), authorizing the City to provide 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 MOAs have been renewed annually since that time. The most recent agreement for the MacArthur Causeway will expire on March 20, 2026. FOOT has expressed a desire to enter into a new Department Funded Agreement (DFA) for a one (1) year period, with an option to renew for two (2) additional one-year terms, paying the City an amount not to exceed $22,776.00 per year for such landscaping services. A copy of said DFA is attached hereto as Exhibit "A". 1697 of 3458 Additionally, the most recent agreement for the Julia Tuttle Causeway will expire on March 20, 2026. FDOT has expressed a desire to enter into a new DFA for a one (1) year period, with an option to renew for two (2) additional one-year terms, paying the City an amount not to exceed $260,000.00 per year for such landscaping services. A copy of said DFA is attached hereto as Exhibit "B". ANALYSIS 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 quarterly, for a total potential payment of $848,328 over the course of the initial one (1) year and two (2) renewal years of the DFAs. 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 a City -managed contractor. The Greenspace Management Division of the City's Public Works Department employs a Contracts Compliance Administrator who is responsible for monitoring the work of the landscape maintenance contractor on a regular basis to ensure that specifications are complied with and that the landscape materials are properly maintained. FISCAL IMPACT STATEMENT No fiscal impact Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BIE) was published on: See BIE at: https:l/www.miamibeachfi.povtcity-haillcity- lerklmeetino-notices/ CONCLUSION To ensure that the MacArthur and Julia Tuttle Causeways' landscaping continues to be maintained at the elevated standards set by the City of Miami Beach, and to receive the annual funding of $282,776.00 from the FDOT that is necessary to support these maintenance standards, the Administration recommends the approval of the attached MacArthur Causeway (Financial Project No. 253087-6-78-01) DFA and the Julia Tuttle Causeway (Financial Project No. 253086- 5-78-01) DFA. Applicable Area Citywide Is this a "Residents Right to Know" item, Is this item related to a G.O. Bond pursuant to City Code Section 2-17? Protect? No 1698 of 3458 Was this Agenda Item initially requested by a lobbyist which, as defined in Code Sec. 2-481, includes a principal engaged in lobbying? No If so, specify the name of lobbyist(s) and principal(s): Department Public Wor!a Sponsor(s) Co-sponsor(s) Condensed Title Execute DFA w/ FDOT, Turf/Landscape Maint Services on MacArthur & Julia Tuttle. PW Previous Action (For City Clerk Use Only) 1699 of 3458 CONTRACT# TURF AND LANDSCAPE MAINTENANCE DEPARTMENT FUNDED AGREEMENT BETWEEN THE FLORIDA DEPARTMENT OF TRANSPORTATION AND CITY OF MIAMI BEACH This Agreement, is made and entered into this _day of , 20_, by and between the State of Florida Department of Transportation, a component agency of the State of Florida, hereinafter referred to as the 'DEPARTMENT', and City of Miami Beach, a municipal corporation of the State of Florida, hereinafter referred to as the 'LOCAL GOVERNMENT'. RECITALS: WHEREAS, the DEPARTMENT has jurisdiction and maintains State Road Al All-395 (MacArthur Causeway) from East side of Watson Island to West side of East Channel bridge in the LOCAL GOVERNMENT; and WHEREAS, the DEPARTMENT, at the LOCAL GOVERNMENT's request, has agreed to compensate the LOCAL GOVERNMENT for the maintenance of turf and landscape, hereinafter referred to as the 'PROJECT', and WHEREAS, the LOCAL GOVERNMENT recognizes that the State Right -of -Way contains turf and landscape, which requires ongoing maintenance; and WHEREAS, the DEPARTMENT has programmed funding for the PROJECT under Financial Project Number 253087-6-78-01, and has agreed to compensate the LOCAL GOVERNMENT for turf and landscape maintenance services as further described in Exhibit "A" — Scope of Services, and in accordance with the provisions of Exhibit "B" — Financial Summary, which exhibits are attached hereto, and incorporated by reference; and WHEREAS, the parties hereto mutually recognize the need for entering into an Agreement designating and setting forth the responsibilities of each party; and WHEREAS, the LOCAL GOVERNMENT is aware this Agreement will supplement all maintenance requirements between the DEPARTMENT and the LOCAL GOVERNMENT for all previously executed Permits and Agreements; and WHEREAS, the parties are authorized to enter into this Agreement pursuant to Section 339.08(e), 335.055, and 339.12, Florida Statutes (F.S.); NOW, THEREFORE, in consideration of the premises, the mutual covenants and other valuable considerations contained herein, the receipt and sufficiency of which are acknowledged, the parties agree as follows: Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project # 253087-6-78-01 Page 1 of 15 1702 of 3458 1. INCORPORATION OF RECITALS The foregoing recitals are true and correct and are incorporated into the body of this Agreement, as if fully set forth herein. 2. GENERAL REQUIREMENTS AND OBLIGATIONS OF THE PARTIES a. The LOCAL GOVERNMENT has submitted this Agreement to its LOCAL GOVERNMENT Council/Commission for ratification or approval by resolution. A copy of said approval resolution is attached hereto as 'Exhibit "D" - Local Government's Resolution", and is herein incorporated by reference. b. The LOCAL GOVERNMENT shall not commence the PROJECT until issuance of a written notice to proceed by the DEPARTMENT, and the DEPARTMENT shall not compensate the LOCAL GOVERNMENT for any PROJECT work undertaken prior to the date of Notice to Proceed. C. The LOCAL GOVERNMENT shall be responsible for the maintenance of all areas that have turf and landscape within the DEPARTMENT's right-of-way (the project limits) as described in Exhibit "A". d. The LOCAL GOVERNMENT shall be responsible for performing the required maintenance within the project limits with the minimum frequencies stipulated in Exhibit "A". e. All turf and landscape maintenance shall be in accordance with the latest edition of the State of Florida "Guide for Roadside Mowing" and the latest edition of the "Maintenance Rating Program", and Index 546 of the latest FDOT Design Standards. f. Before the LOCAL GOVERNMENT starts the work, the DEPARTMENT shall be notified, via fax or e-mail. The fax or e-mail shall be sent to the attention of the North Miami -Dade Maintenance Engineer, Bencze Vajta, P.E. at (305) 640-7165 or Bencze.Vaitaadot.state fl us g. The LOCAL GOVERNMENT shall not be responsible for the clean-up, removal and disposal of debris from the DEPARTMENT's right of way following a natural disaster (Le. hurricane, tornados, etc.)_ However, the cost of any cycle or part thereof impaired by any such event may be deducted from the DEPARTMENT's affected quarterly payment to the LOCAL GOVERNMENT. It. It is understood between the parties hereto that all the landscaping covered by this Agreement may be removed, relocated or adjusted at any time in the future as found necessary by the DEPARTMENT in order that the adjacent state road be widened, altered or otherwise changed and maintained to meet with future criteria or planning of the DEPARTMENT. Turf and landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project g 253087-6-78-03 Page 2 of 15 1703 of 3458 The LOCAL GOVERNMENT shall not plant additional landscaping within the limits of the PROJECT, without prior written approval by the DEPARTMENT, in accordance with Florida Administrative Code Rule 1440.003. Such approval shall be in the form of a separate written agreement that will require the LOCAL GOVERNMENT to properly construct and maintain the additional landscaping without compensation from the DEPARTMENT. This Agreement shall not obligate the DEPARTMENT to pay the LOCAL GOVERNMENT to maintain any additional landscaping, planted after the effective date of this Agreement, within the limits of the PROJECT, and shall not obligate the LOCAL GOVERNMENT to maintain any such additional landscaping. k. Payments to the LOCAL GOVERNMENT shall be made in accordance with Sections 3 and 5 of this Agreement. 3. FINANCIAL PROVISIONS a. The DEPARTMENT agrees to compensate the LOCAL GOVERNMENT, up to the maximum participating annual amount of $22 776 00 for completion of the services described in Exhibit "A"— Scope of Services. The method of compensation is included in Exhibit "B" — Financial Summary. b. The LOCAL GOVERNMENT shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The PROJECT, identified as PROJECT Number 253087-6-78-01, and the quantifiable, measurable, and verifiable units of deliverables, consisting of the performance measures services required to perform the PROJECT Scope of Services described in Exhibit "A". (Section 287.058(l)(d) and (e), F.S-). Invoices shall be submitted by the LOCAL GOVERNMENT in detail sufficient for a proper pre -audit and post audit based on the quantifiable, measurable and verifiable units of deliverables as established in Exhibit "A", accompanied by the duly executed certification document in Exhibit "C", thereby establishing that the Scope of Services described in Exhibit "A" have been completed. Deliverables must be received and accepted in writing by the DEPARTMENT's Project Manager prior to payments. (Section 287.058 (1)(a), F.S.). d. Supporting documentation most establish that the deliverables were received and accepted in writing by the LOCAL GOVERNMENT, or performed by the LOCAL GOVERNMENT, and must also establish that the required minimum level of service to be performed based on the criteria for evaluating successful completion as specified in Exhibit "A" — Scope of Services was met (see Exhibit "C" — Turf and Landscape JPA Work Certification Document). e. There shall be no reimbursement or compensation for travel expenses under this Agreement. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Protect N 253087-6-78-01 Page 3 of 15 1704 of 3458 f. Payment shall be made only after receipt and approval of goods and/or services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, F.S. If the DEPARTMENT determines that the performance of the LOCAL GOVERNMENT is unsatisfactory, the DEPARTMENT shall notify the LOCAL GOVERNMENT of the deficiency to be corrected, which correction shall be made within a time -frame to be specified by the DEPARTMENT. The LOCAL GOVERNMENT shall, within five days after notice from the DEPARTMENT, provide the DEPARTMENT with a corrective action plan describing how the LOCAL GOVERNMENT will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance. If the corrective action plan is unacceptable to the DEPARTMENT, the LOCAL GOVERNMENT shall be assessed a non-performance retainage equivalent to 10% of the total invoice amount. The retainage shall be applied to the invoice for the then -current billing period. The retainage shall be withheld until the LOCAL GOVERNMENT resolves the deficiency. If the deficiency is subsequently resolved, the LOCAL GOVERNMENT may bill the DEPARTMENT for the retained amount during the next billing period. If the LOCAL GOVERNMENT is unable to resolve the deficiency, the funds retained may be forfeited at the end of the Agreement's term. (Section 287.058(1)(h), F.S.). The LOCAL GOVERNMENT providing goods and/or services to the DEPARTMENT should be aware of the following time frames. Inspection and approval of goods or services shall take no longer than 5 working days unless the bid specifications, purchase order, or contract specifies otherwise. The DEPARTMENT has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the goods or services are received, inspected, and approved. (Section 215.422(1), F.S.)_ If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), F.S., will be due and payable, in addition to the invoice amount, to the LOCAL GOVERNMENT. Interest penalties of less than one (1) dollar will not be enforced unless the LOCAL GOVERNMENT requests payment. Invoices that have to be returned to LOCAL GOVERNMENT because of LOCAL GOVERNMENT preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the DEPARTMENT. (Section 215.422(3)(b), F.S.). A Vendor Ombudsman has been established within the DEPARTMENT of Financial Services. The duties of this individual include acting as an advocate for LOCAL GOVERNMENT who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516. (Section 215.422(5) and (7), F.S.). g. Records of costs incurred under the terms of this Agreement shall be maintained and Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project g 253087-6-78-01 Page 4 of 15 1705 of 3458 made available upon request to the DEPARTMENT at all times during the period of this Agreement and for five (5) years after final payment is made. Copies of these documents and records shall be furnished to the DEPARTMENT upon request. Recc rck cf costs incurred include the LOCAL GOVERNMENT's general accounting records and the PROJECT records, together with supporting documents and records, of the contractor and all subcontractors performing work on the PROJECT, and all other records of the Contractor and subcontractors considered necessary by the DEPARTMENT for a proper audit of costs. (Section 287.058(4), F.S.). Is. In the event this contract is for services in excess of $25,000.00 and a term for a period of more than I year, the provisions of Section 339.135(6)(a), F.S., are hereby incorporated: "The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shall require a statement from the Comptroller of the DEPARTMENT that such funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the DEPARTMENT which are for an amount in excess of $25,000.00 and which have a term for a period of more than l year." The DEPARTMENT's obligation to pay is contingent upon an annual appropriation by the Florida Legislature. (Section 216.311, F.S.). The LOCAL GOVERNMENT shall: i. Utilize the U.S. DEPARTMENT of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the LOCAL GOVERNMENT during the term of the contract; and ii. Expressly require any contractors and 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. (Executive Order Number 2011-02). The LOCAL GOVERNMENT shall insert the above clause into any contract entered into by the LOCAL GOVERNMENT with vendors or contractors hired by the LOCAL GOVERNMENT for purposes of performing its duties under this Agreement. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project # 253087-6-78-01 Page 5 of 15 1706 of 3458 4. COMMUNICATIONS All notices, requests, demands, consents, approvals, and other communication which are required to be served or given hereunder, sbetl be in writing and shall be sent by certified U.S. mail, return receipt requested, postage prepaid, addressed to the party to receive such notices as follows: To DEPARTMENT: Florida Department of Transportation I000 NW l 1 I Avenue, Room 6205 Miami, Florida 33172 Attention: District Maintenance Engineer To LOCAL GOVERNMENT: City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attention: City Manager Notices shall be deemed to have been received by the end of five (5) business days from the proper sending thereof unless proof of prior actual receipt is provided. 5. INVOICING The LOCAL GOVERNMENT shall submit quarterly invoices for DEPARTMENT review, approval, and payment in accordance with this Agreement. Quarterly payments will be made upon invoice approval in an amount not to exceed one fourth of the eligible PROJECT costs. Each invoice shall include a completed Turf and Landscape JPA Work Certification Document (Exhibit "C") certifying that the goods and/or services to be completed and paid under this Agreement have been satisfactorily completed and delivered in accordance with the required Scope of Work in Exhibit „A„ b. In the event temporary work by the DEPARTMENT's forces or by other Contractors temporarily prevent the LOCAL GOVERNMENT from performing the work described in this Agreement, the DEPARTMENT shall deduct from the affected quarterly payment(s) the acreage affected area and only compensate the LOCAL GOVERNMENT for the actual work it performs. i. The DEPARTMENT shall initiate this procedure only if the temporary work prevents the LOCAL GOVERNMENT from performing its work for a period of one (1) month or longer. C. In the event this Agreement is terminated as established in Section 8 herein, payment will be prorated within the quarter in which termination occurs. The prorated payment shall be for approved work meeting the requirements stipulated in this Agreement. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project # 253087-6-78-01 Page 6 of 15 1707 of 3458 6. FINANCIAL CONSEQUENCES Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, F.S. Deliverable(s) must be received and accepted in writing by the Contract Manager on the DEPARTMENT's invoice transmittal forms prior to payment. If the DEPARTMENT determines that the performance of the LOCAL GOVERNMENT is unsatisfactory, the DEPARTMENT shall notify the LOCAL GOVERNMENT of the deficiency to be corrected, which correction shall be made within thirty (30) calendar days by the LOCAL GOVERNMENT. The LOCAL GOVERNMENT shall, within five (5) days after notice from the DEPARTMENT, provide the DEPARTMENT with a corrective action plan describing how the LOCAL GOVERNMENT will address all issues of contract non- performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract noncompliance. If the corrective action plan is unacceptable to the DEPARTMENT, the DEPARTMENT may, at its option, proceed as follows: The LOCAL GOVERNMENT shall be assessed a non-performance retainage equivalent to 100% of the total invoice amount. The retainage shall be applied to the invoice for the then -current billing period. The retainage shall be withheld until the LOCAL GOVERNMENT resolves the deficiency. If the deficiency is subsequently resolved, the LOCAL GOVERNMENT may bill the DEPARTMENT for the retained amount during the next billing period. If the LOCAL GOVERNMENT is unable to resolve the deficiency, the funds retained may be forfeited at the end of the Agreement period. (Section 287.058(1)(h), F.S.). b. Maintain the median or roadside area(s) declared deficient with DEPARTMENT and/or a Contractor's material, equipment and personnel. The actual cost for such work will be deducted from the DEPARTMENT's affected quarterly payment to the LOCAL GOVERNMENT; or C. Terminate this Agreement. 7. EXPIRATION/RENEWAL This Agreement is for a term of one (1) year beginning on the effective date of this Agreement, which shall be the date reflected on the written notice to proceed, and may be renewed twice, only if mutually agreed to in writing by the DEPARTMENT and the LOCAL GOVERNMENT. Any such renewal shall be subject to the same terms and conditions set forth in this Agreement, and shall be contingent upon both satisfactory LOCAL GOVERNMENT performance evaluations by the DEPARTMENT and the availability of funds. This Agreement may be extended if mutually agreed in writing by both parties, for a period not to exceed six (6) months and shall be subject to the same terms and conditions set forth in this Agreement. There shall be only one (1) extension of this Agreement. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Mlam i Beach Financial Project # 253087-6-78-01 Page 7 of 15 1708 of 3458 8. TERMINATION This Agreement, or part hereof, is subject to termination under any one of the following conditions: a. In the event the DEPARTMENT exercises the option identified by Section 6 of this Agreement. b. As mutually agreed by both parties. c. In accordance with Section 287.058(1)(c), F.S., the DEPARTMENT shall reserve the right to unilaterally cancel this Agreement if the LOCAL GOVERNMENT refuses to allow public access to any or all documents, papers, letters, or other materials made or received by the LOCAL GOVERNMENT pertinent to this Agreement which are subject to provisions of Chapter 119, of the F.S. 9. ENTIRE AGREEMENT This Department Funded Agreement is the entire Agreement between the parties hereto, and it may be modified or mended only by mutual consent of the parties in writing. 10. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of Florida. 11. AMENDMENT This Agreement may be amended by mutual agreement of the DEPARTMENT and the LOCAL GOVERNMENT expressed in writing, executed and delivered by each party. 12. INVALIDITY If any part of this Agreement shall be determined to be invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, if such remainder continues to conform to the terms and requirements of applicable law. 13. INDEMNIFICATION Subject to Section 768.28, Florida Statutes, as may be amended from time to time, the LOCAL GOVERNMENT shall promptly indemnify, defend, save and hold harmless the DEPARTMENT, its officers, agents, representatives and employees from any and all losses, expenses, fines, fees, taxes, assessments, penalties, costs, damages, judgments, claims, demands, liabilities, attorneys fees, (including regulatory and appellate fees), and suits of any nature or kind whatsoever caused by, arising out of, or related to the LOCAL Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project# 253087-6-78-01 Page 8 of 15 1709 of 3458 GOVERNMENT's negligent exercise or of its responsibilities asset out in this AGREEMENT, including but not limited to, any negligent act, negligent action, negligence or omission by the LOCAL GOVERNMENT, its officers, agents, employees or representatives in the performance of this AGREEMENT, whether direct or indirect, except thar nether the LOCAL GOVERNMENT nor any of its officers, agents, employees or representatives will be liable under this provision for damages arising out of injury or damages caused or resulting from the negligence of the DEPARTMENT. The LOCAL GOVERNMENT's. obligation to indemnify, defend and pay for the defense of the DEPARTMENT, or at the DEPARTMENT's option, to participate and associate with the DEPARTMENT in the defense and trial of any claim and any related settlement negotiations, shall be triggered immediately upon the LOCAL GOVERNMENT's receipt of the DEPARTMENT's notice of claim for indemnification. The notice of claim for indemnification shall be deemed received if the DEPARTMENT sends the notice in accordance with the formal notice mailing requirements set forth in Section 4 of this AGREEMENT. The DEPARTMENT's failure to notify the LOCAL GOVERNMENT of a claim shall not release the LOCAL GOVERNMENT of the above duty to defend and indemnify the DEPARTMENT. The LOCAL GOVERNMENT shall pay all costs and fees related to this obligation and its enforcement by the DEPARTMENT. The indemnification provisions of this section shall survive termination or expiration of this AGREEMENT, but only with respect to those claims that arose from acts or circumstances which occurred prior to termination or expiration of this AGREEMENT. The LOCAL GOVERNMENT's evaluation of liability or its inability to evaluate liability shall not excuse the LOCAL GOVERNMENT's duty to defend and indemnify the DEPARTMENT under the provisions of this section. Only an adjudication or judgment, after the highest appeal is exhausted, specifically finding the DEPARTMENT was negligent shall excuse performance of this provision by the LOCAL GOVERNMENT. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project p 253087-6-78-01 Page 9 of 15 1710 of 3458 IN WITNESS WHEREOF, the parties hereto have executed this Agreement, on the day and year above written. CITY OF MIAMI BEACH: BY: LOCAL GOVERNMENT MANAGER STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION: BY: DISTRICT SECRETARY ATTEST: ATTEST: (SEAL) LOCAL GOVERNMENT CLERK (SEAL) EXECUTIVE SECRETARY LEGAL REVIEW: LOCAL GOVERNMENT ATTORNEY DISTRICT CHIEF COUNSEL Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project g 253087-6-78-01 Page 30 of 15 1711 of 3458 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 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. For each of the following work activities, the LOCAL GOVERNMENT shall be responsible for performing these minimum frequencies: Mowing, including Edging and Weed Control -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 e. Paying for all water use and all costs associated therewith. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project # 253087-6-7"1 Page 11 of 15 1712 of 3458 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. Removing and disposing of all undesirable vegetation including but not limited to weeding of plant beds and removal of invasive exotic plant materials. 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. i. Removing and disposing of all trimmings, roots, branches, litter, and any other debris resulting from the activities described by (a) to (h). j. 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 Manager and in accordance with the District Six Lane Closure Policy, as may be amended from time to time. FDOT Financial Project Number: 253087-6-78-01 County: Miami -Dade FDOT Project Manager: Bencze Vajta, P E- - (305) 640-7165 or Bencze.Vaitalwdot.state.fl.us LOCAL. GOVERNMENT Project Manager: Eric Carpenter, City Manager - (305) 673-7010 or EricCamentedwmiamibeachfl.eov Turf and landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project # 253087-6-78-01 Page 12 of 15 1713 of 3458 Exhibit "B" Financial Summary Financial Responsibilities of the LOCAL GOVERNMENT The LOCAL GOVERNMENT shall submit invoices to the DEPARTMENT as described in Section 5 of this Agreement for the work described in Exhibit "A". The following are the maximum participating compensation amounts the DEPARTMENT will make annually for each of these work activities: Mowing, including Edging and Weed Control: $1,140.00 Landscape Maintenance/Tree Trimming: $21,636.00 TOTAL ANNUAL PROJECT AMOUNT ELIGIBLE FOR COMPENSATION BY THE DEPARTMENT: $ 22,776.00. The LOCAL GOVERNMENT may choose to exceed the required minimum maintenance frequencies for each of the work activities described above at no additional cost to the DEPARTMENT. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project k 253087-6-78-01 Page 13 of 15 1714 of 3458 Exhibit "C{t TURF AND LANDSCAPE JPA WORK CERTIFICATION DOCUMENT CONTRACT NO: Q1/Q2/Q3/04: MUNICIPAUTY: INVOICE NO: PAGE OF ImeutaonsThep Nnraemt% YardEtWneer, or ckhgiwe, coal toroplete Me Wrnon rontamiM that Me work perto,m meets the IPA scope. Location / W Date Work PeriormtN utter Pickup Moenng• Landscope/Tiee Trimming mmenh / Remarks: MUI4VN/NCf11i1FYMKiWOMI WAS COMpIETFU PER CpFTMCi FOOT CO/FMMg WdtK WAS COMPLETED PEPG9NmACT Name (Pont): gnatum: Date Name (Pont): igr wm: Date: mooa,x.k aeurptm aM and all noes 0 mono, and edge weeping Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project g 253087-6-78-01 Page 14 of 15 1715 of 3458 Exhibit "D" LOCAL GOVERNMENT's Resolution To be herein incorporated once approved by the LOCAL GOVERNMENT Council/Commission. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project a 253087-6-78-01 Page 15 of 15 1716 of 3458 Docusign Enw1ow ID: ED04AA51.266945AG-A007CEDDD45F89A5 FDOT� �r Florida Department of Transportation RON DESANTIS 1000 NW 1 I I Avenue JARED W. P3RDUE, P.E. GOVERNOR Miami, Florida 33172-5800 SECRETARY Mr. Eric T. Carpenter, City Manager City of Miami Beach 1700 Convention Center Miami Beach, Florida 33139 (305)673-7010 CitvManaaerOm iamibeach0. aov NOTICE TO PROCEED Contract Number: Financial Project Number: Contract Amount: County: Project Description: Dear Mr. Carpenter: November 20, 2024 ASL175-R2 (MacArthur Causeway) 253087-5-78-01 $ 22,776.00 Miami -Dade Landscape Maintenance Agreement 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 21, 2025 through March 20, 2026. The Maintenance Engineer for this agreement is Bencze Vajta, P.E. He can be reached at (305) 640-7165. The City may invoice the Department after the end of each quarter according to the schedule below: 1� Quarter March 21, 2025 thru June 20, 2025 2n° Quarter June 21, 2025 thru September 20, 2025 3' Quarter September 21, 2025 thru December 20, 2025 4'h Quarter December 21, 2025 thru March 20, 2026 If you have any questions concerning the agreement, please contact me at telephone number (305)470-5354. Sincerely, mo„aw�.a a: eria'%f�liartefo, P.E. District Maintenance Engineer cc: L. Salazar, K. AI -Said, B. Vajta, Z. Taylor, N. Wallace, D. Kong, D6-CFM Improve Safety, Enhance Mobility. Inspire bemvalion www,(dol.gov 1717 of 3458 D.SgnE ope ID: FBFF67AB-A62148D9-95E0-1 F44ACBE5463 F�T� Florida Department of Transportation RON DESA.N"S IM N%% 01- A4'ENI E GONTRNOR MUMI, Fr. 33172SB06 MEMORANDUM January 05, 2024 TO: Whom It May Concern FROM: Renato Marrero, District Maintenance Engineer COPIES: Stacy Miller, Rudy Garcia, Daniel Iglesias, Cindy Capdevila, Amman Martinez, Daniel Kong SUBJECT: DELEGATION OF AUTHORITY I hereby delegate authority to attend Consultants Selections, Procurement Action Review and Approval Meetings, sign correspondence and execute documents requiring my signature anytime during my absence from the office, as follows: �146�4rd_Sd.-rr Leonard Salazar, Deputy District Maintenance Engineer This authority is effective immediately and will stay in effect until modified or rescinded by me or my successor. RM [M.rrurol HY.ie Improve Safety, Lnhance Mohihij% Inspire Innovation www.fdot.gov 1718 of 3458 Docusign Envelope ID'. COA80231-5A36 UE-8AD9-1OA207126 6 SA!COfRWId. DCagq'y[pl pf ixµ5a0A'q'ip. CN�ul:Rnw w!e�tgn¢r CONTRACT RENEWAL ContractNo: ASU75 Renewal.(1st, 2nd.em.) Financial Project No(s).. 253087-5-70-01 County(ies): Miami -Dade This Agreement made and entered Into this 18 day of NoyBnlDer 2024 , by and between the State of � .I. 'o x,nkree r, 001 aqb i Florida Department of Transportation, hereinafter called 'Department, and City of Miami Beach - 1700 Convention Center Miami Beach. Flohica 33139 hereinafter called "Contractor'. WITNESSETH: WHEREAS, Me Department and the Contractor heretofore onthis ¢ day of December 2022 (n,v any io xe�i<rco ar ooT o"ivt entered Into an Agreement whereby the Department retained the Contractor to perform maintenance of a I turf and landscape areas within the right-of-way t the State Roads described in "Exhibit A" of the original cpntract; 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 oRhe original Agreement, NOW. THEREFORE, this Agreement witnesseth that for arch 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 21 day of March, 2025 and ending the 20 day of March, 2026 at a cost of S22 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 this Agreement by their duly authorized officers on the day, month, and year set forth above. City of Miami Beach Name of Contractor Eric T. Carpenter, City Manager Contrac(t��r Name a d Title Authorized Signatur (SEAL) Name of Surety By Florida Licensed'usurance Agent of Dale Ammey-In-Fact ISigneture) Countersigned' Florida Licensed Insurance Agent Date APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION GN AtlomeY IAAr' .y1rJ 1719 of 345E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION �WarK����� District Secretary or Designee (Signature) District Director of operation Title' Legal l-� Fiscal' _ Approval as to Availability of Funds Dmuugn Envebpe ID: C0A80231-5A364E3E-8AM10A207C62C38 RESOLUTION NO. 2022-32359 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 DEPARTMENT FUNDED AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT) FOR TURF AND LANDSCAPE MAINTENANCE SERVICES ON STATE ROAD A1Al1-395 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND TO THE WEST SIDE OF EAST CHANNEL BRIDGE, WITH AN ANNUAL COMPENSATION OF UP TO $22,776, TO BE PAID TO THE CITY BY FOOT; SAID AGREEMENT HAVING AN INITIAL ONE (1) YEAR TERM, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR TERMS, BY MUTUAL AGREEMENT OF THE PARTIES. WHEREAS, on July 13, 1994, the Mayor and City Commission adapted Resolution No. 94-21209, approving a Memorandum of Agreement 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 west end of East Channel Bridge; and WHEREAS, similar agreements have been executed since that time; and WHEREAS, on March 22, 2020, the City and FOOT entered into an agreement for a one- year period, with an option to renew for two (2) additional one-year terms, which agreement will expire on March 21, 2023; and WHEREAS, FDOT has expressed a desire to enter into a new Turf and Landscape Maintenance Department Funded Agreement (Financial Project No. 253087-4-78-01) (Agreement) for a one-year period, with the option to renew for two (2) additional one-year terms, and the possibility of an additional six (6) month extension, by mutual agreement of the parties; and WHEREAS, under the terms of the new Agreement, the City of Miami Beach will receive the same compensation as in the current agreement, in the total sum not to exceed $22,776 per year, payable in quarterly payments, for turf and landscape maintenance services for the portion of State Road A1Al1-395 (MacArthur Causeway), from the east side of Watson Island to the west slde of East Channel Bridge; and WHEREAS, 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 the Agreement; and WHEREAS, the City's Public Works Department employs a Contract Manager who is responsible for monitoring the work of the landscape maintenance contractor on a regular basis to ensure specifications are complied with and the landscape materials are properly maintained; and 1720 of 3458 Dmuwgn Envelope ID: COA902315A3"E3EAAD31OA207C62C36 WHEREAS, to ensure that the landscaping of the MacArthur Causeway continues to be maintained at the elevated standards set by the City of Miami Beach, wtth the use of FDOT funds, the Administration recommends the approval of the Agreement, incorporated herein by reference and attached to the City Commission Memorandum accompanying this Resolution. 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 a Department Funded Agreement with the Florida Department of Transportation (FDOT) for turf and landscape maintenance services on State Road AtA/1-395 (MacArthur Causeway), from the east side of Watson Island to the west side of East Channel Bridge, with an annual compensation of up to $22,776, to be paid to the City by FOOT; said Agreement having an initial one (1) year term, with the option to renew for two (2) additional one (1) year terms, by mutual agreement of the parties. PASSED and ADOPTED this u day of " f✓ , 2022. Dan Gelber, Mayor ATTEST' / OCT 2 1 2022 g=mac: Rafael E. Granado, City Clerk { IFDJr o '0i *' r i h; ,9RcH z6`''9` APPROVED AS TO FORM &LANGUAGE & FOR EXECUTION 10-3-aZ cIHAlron,ev Date 1721 of 3458 Dccusign Enwlope ID: C00.80271-SA76<E7E-0A0410A207C62CJ6 To: Grace.RodrtgueZodOtstate.R.us FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL ASU75 11/7/2024 CONTRACT INFORMATION Contract: ASU75 Contract Type: AK PROJ PARTICIPATION (PROJ PART) Method of Procurement G- GOVERMENTAL AGENCY(287057 F. SJ Vendor Name: CITY OF MIAMI BEACH Vendor ID: F596000372011 Beginning Date of This Agreement D3:222023 Ending Date of This Agreement: 03202026 Contract TOIallUmBeury Ceding: ct = 368,328.00 Oescnption: Landscape Maintenance Agreement FUNDS APPROVAL INFORMATION FUNDS APPROVEDIREVIEWED FOR JASON ADANK, CPA, COMPTROLLER ON 117712024 Rernwel APPROVED Otgert®Bon Cadc- 55064020610 Expansion Option. MA1 ODjea CodaC�243059 Amount. $22, 776.DO Financial Project 25308757801 Work Activity(FCT): - 484 CFDA fiscal Yea. "-'-' 2025 Budget 55150200 CemgorytCaleyay 06071=5 Amendment ID. 1002 Sequence'. User Assigned t0'. R2 Eric line l6sVStalue: 00031U TotalAnnounL $22,776.00 Pagel of 1722 of 3458 D=Sign Emelope ID: BBDCA3034F03.4001-AFF6-A764B7F5 180 F� Florida Department of Transportation RON DESANTIS 1000 NW 1 I 1 Avenuc JARED W. PERDUE, P.E GOVERNOR Miami, Florida 33172-5800 SECRETARY November 17, 2023 Aline T. Hudak, City Manager City of Miami Beach 1700 Convention Center Miami Beach, Florida 33139 (305)673-7010 CitvMa naaer(dm iamibeach0.aov NOTICE TO PROCEED Contract Number: Financial Project Number County: Project Description: Dear Ms. Hudak' ASU75-Rl (MacArthur Causeway) 253087-5-78-01 Miami -Dade Landscape Maintenance Agreement 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 21, 2024 through March 20, 2025. The Maintenance Engineer for this agreement is Bencze Vajta, P.E. He can be reached at (305) 640-7165. The City may invoice the Department after the end of each quarter according to the schedule below: 161 Quarter March 21, 2024 thru June 20, 2024 2n°Quarter June 21, 2024 thru September 20, 2024 3itl Quarter September 21, 2024 thru December 20, 2024 0 Quarter December 21, 2024 thru March 20, 2025 If you have any questions conceming the agreement, please contact me at telephone number (305)470-5354. Sincerely, Goocw —M: d s W30 RenatoamerEl7`er' o, P.E. District Maintenance Engineer cc: L. Salazar, K. AI -Said, B. Vajta, Z. Taylor, N. Wallace, D. Kong, D6-CFM Improve Safety, Enhance Mobility, Inspire Innovation www fdotgov 1723 of 3458 DmuSgn EnvelopelD: 30D73016-MDD<225- F4B-EO35E94B2C3F FDOTT Florida Department of Transportation RON DESANFRS 605 Su'Namee SRBBI JARED W. PERD�,E, RE. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY MEMORANDUM January 5, 2023 TO Whom It May Concern FROM Renato Marrero, District Maintenance Engineer[� r COPIES: Stacy Miller, Rudy Garcia, Daniel Iglesias, Cindy Capdevila, Anamari Martinez, Daniel Kong SUBJECT: DELEGATION OF AUTHORITY I hereby delegate authority to attend Consultants Selections, Procurement Action Review and Approval Meetings, sign correspondence and execute documents requiring my signature anytime during my absence from the office, as follows: =(Z sa., Leonard Salazar, Deputy District Maintenance Engineer This authority is effective immediately and will stay in effect until modified or rescinded by me or my successor. R.M. Improve Safety, Lithance,Nobihl , Inspire Innovation www.fdot.gov 1724 of 3458 DocSpn Envelope ID: 6D1AE824-752447724i464-C38DC76C7742 Contract No.: ASU75 Financial Project Nola).: County(ies): Miami -Dads SreiE C£Fl(MIMDEpWiMkN I p 7.P4 PA11014 "SO 13 CONTRACT RENEWAL caNTNNcrs wulnloat Norrirceoe Renewal: (list, 2nd, etc.) This Agreement made and entered into this 13 day of November 2023, by and between the State of fm. Eele b be WMW by DOT caw.) Fonda 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 5 day of December , am trnI aria to be ennrea by GOT a+✓I entered into an Agreement whereby the Department retained the Contractor to perform maintenance of all turf and landscape areas within the nahtof-wav on the State Roads described in "Exhibit A" of the original contract; 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 wimesseth 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 21 day of March, 2024 and ending the 20 day of March, 2025 at a cost of $22 7. 76. W. All terns and conditions of said original Agreement shall remain in force and effect for this renewal. 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 Beach Name of Contractor Contractor me and Title BY: _ Au ze Signature (SEAL) Name of Surety City State By: Florida Licensed! Insurance Agent or Date Attomey-In-Fact (Signature) Countersigned Florida licensed Insurance Agent Date 10 & L")R ErE:, -110N �Q 2? Gry Auorncy Dee 1725 of 3458 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION I I INprM MO 00. BY:. _ District Secretary or Designee (Signature) Title:District Director of Operations Legal: Clid ile Fiscal: Approval as to Availability of Funds Do Sign Envelope ID'. 601AE624-752"772-84M-C38OC76C7742 RESOLUTION NO. 2022-32359 A RESOI.! TION 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 DEPARTMENT FUNDED AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE SERVICES ON STATE ROAD A1A11-395 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND TO THE WEST SIDE OF EAST CHANNEL BRIDGE, WITH AN ANNUAL COMPENSATION OF UP TO $22,776, TO BE PAID TO THE CITY BY FDOT; SAID AGREEMENT HAVING AN INITIAL ONE (1) YEAR TERM, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR TERMS, BY MUTUAL AGREEMENT OF THE PARTIES. WHEREAS, on July 13, 1994, the Mayor and City Commission adopted Resolution No. 94-21209, approving a Memorandum of Agreement with the Flodda Department of Transportation (FDOT) to provide for maintenance of landscaping along the MacArthur Causeway; specifically, from the east end of Watson Island to the west end of East Channel Bridge; and WHEREAS, similar agreements have been executed since that time; and WHEREAS, on March 22, 2020, the City and FDOT entered into an agreement for a one- year period, with an option to renew for two (2) additional one-year terms, which agreement will expire on March 21, 2023; and WHEREAS, FDOT has expressed a desire to enter into a new Turf and Landscape Maintenance Department Funded Agreement (Financial Project No. 253087-4-78-01) (Agreement) for a one-year period, with the option to renew for two (2) additional one-year terms, and the possibility of an additional six (6) month extension, by mutual agreement of the parties; and WHEREAS, under the terms of the new Agreement, the City of Miami Beach will receive the same compensation as in the current agreement, in the total sum not to exceed $22,776 per year, payable in quarterly payments, for turf and landscape maintenance services for the portion of State Road AtAl1-395 (MacArthur Causeway), from the east side of Watson Island to the west side of East Channel Bridge; and WHEREAS, 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 the Agreement; and WHEREAS, the City's Public Works Department employs a Contract Manager who is responsible for monitoring the work of the landscape maintenance contractor on a regular basis to ensure specifications are complied with and the landscape materials are properly maintained; and 1726 of 3458 Do Sign Emelope ID: 6D1AE824752"772-a48A-C3BDC78C7742 WHEREAS, to ensure that the landscaping of the MacArthur Causeway continues to be maintained at the elevated standards set by the City of Miami Beach, with the use of FDOT funds, the Administration recommends the approval of the Agreement, incorporated herein by reference and attached to the City Commission Memordndum accompanying this Resolution. 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 a Department Funded Agreement with the Florida Department of Transportation (FOOT) for turf and landscape maintenance services on State Road A1Al1-395 (MacArthur Causeway), from the east side of Watson Island to the west side of East Channel Bridge, with an annual compensation of up to $22,776, to be paid to the City by FDOT; said Agreement having an initial one (1) year term, with the option to renew for two (2) additional one (1) year terms, by mutual agreement of the parties. PASSED and ADOPTED this Z day of "f✓ 2022. Dan Gelber, Mayor ATTEST: / OCT 2 7 2022 a t Rafael E. Granado, City Clerk T IN(DRP ORAiED; APPROVED AS TO FORM & LANGUAGE & FOREXECUTION 1 " 10=3- 3.Z City Alto,- �� `� Dale 1727 of 3458 "vim°�/1� Docufth Envelope ID: 601AE824 75244772-B48A-C38DCTSCT742 To Grace.Rodrlguee@dOLstate.Muv FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL ASU75 111912023 CONTRACT INFORMATION Contract Contract Type: Method of Praeurarmai Vendor 10- SeginNng Date of This Agreement: Ending Date of This Agreement: Contract Total/Budgetary Ceiling: ,J75 AK - PROJ PARTICIPATION (PROD PART) G- GOVERMENTAL AGENCY(287.057,FS.) CITY OF MIAMI BEACH F596000372011 0122/2D23 0 Q1W25 a-145.552.00 Landscape Maintenance Agreement FUNDS APPROVAL INFORMATION FUNDS APPROVED/REVIEWED FOR JASON ADANK, CPA, COMPTROLLER ON 11R/2023 Actbn: Renewal Reviewed w App APPROVED Orgamzafwn Cade: 55066020610 At 2058 S22,776.00 jYe�.2024 253D6757801 4B4 eudgelE 55150200 Categor,C 001171=,t Amendment ID. 1.001 Sequence Usar Aaagwil ID - 111 0002104 Total Amount: $22,776.00 Paget of 1 1728 of 3458 DoouSpn Envelope ID: CM0491BA29A48F04WC 2302B420F187 FDOT� P Florida Department of Transportation RON DESANTIS 1000 NW i 1Io Avenue JARED W. PERDUE, :.E GOVERNOR Miami. Florida 33172-5800 SECRETARY December 8, 2022 Alina T. Hudak, City Manager City of Miami Beach 1700 Convention Center Miami Beach, Florida 33139 (305)673-7010 CitvManaeer0miamibeach6.Dov NOTICE TO PROCEED Contract Number: Financial Project Number County: Project Description: Dear Ms. Hudak: ASU75-RO(MacArthur Causeway) 253087-5-78-01 Miami -Dade Landscape Maintenance Agreement 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 22, 2023 through March 20, 2024. The Maintenance Engineer for this agreement is Bencze Vajta, P.E. He can be reached at (305) 640-7165. The City may invoice the Department after the end of each quarter according to the schedule below: 1" Quarter March 22, 2023 thru June 21, 2023 2nd Quarter June 22, 2023 thru September 21, 2023 V Quarter September 22, 2023 thru December 21, 2023 4d Quarter December 22, 2023 thru March 20, 2024 If you have any questions concerning the agreement, please contact me at telephone number (305)470-5354. Sincerely, oo.�uoMe a: District Maintenance Engineer cc: L. Salazar, K. AI -Said, B. Vajta, Z. Taylor, N. Wallace, D. Kong, D6-CFM Improve Safety, Enhance Mobility, Inspire Innovation wwwfdol.gov 1729 of 3458 DocuSgn Ewelq ID: OBBEEOOD-DCFB4A56ADC7-1NNCC70581 FDOTT Florida Department of Transportation RON DESANTIS 1000 NW I I Ilh Avenue KEVIN J. THIBAULT GOVERNOR Miami, Florida 33172-5500 SECRETARY MEMORANDUM January 13, 2022 TO: Whom It May Concern A4� FROM: Renato Marrero, District Maintenance Engineer COPIES: Stacy Miller, Rudy Garcia, Mario Cabrera, Daniel Iglesias, Cindy Capdevila, Anamari Martinez, Daniel Kong SUBJECT: DELEGATION OF AUTHORITY I hereby delegate authority to attend Consultants Selections, Procurement Action Review and Approval Meetings, sign correspondence and execute documents requiring my signature anytime during my absence from the office, as follows: SA&W Leonard Salazar, Deputy District Maintenance Engineer This authority is effective immediately and will stay in effect until modified or rescinded by me or my successor. RM/gr /mprove.Safety, Enhance Mobility, Inspire Innovation www.fdotgov 1730 of 3458 DocuSign Enye"e, ID: 97SD34AB87Bl4B3-A5CE-3AE3E976905A 2-4322- -32-403 CONTRACT 8 ASU75-RO TURF AND LANDSCAPE MAINTENANCE DEPARTMENT FUNDED AGREEMENT BETWEEN THE FLORIDA DEPARTMENT OF TRANSPORTATION AND CITY OF LHAMI BEACH This Agreement, is made and entered into this Sth _day of December , 20 2; by and between the State of Florida Department of TranspoRation, a component agency of the State of Florida, hereinafter referred to As the 'DEPARTMENT', and City of Miami Beach, a municipal corporation of the State of Florida, hereinafter referred to a.5 the'LOCAL GOVERNMENT'. RECITALS; WHEREAS, the DEPARTMENT has jurisdiction and maintains State Road A I A/1-395 (MacArthur Causeway) from East side of Watson Tsland to West side of East Channel bridge in the LOCAL GOVERNMENT; and WHEREAS, the DEPARTMENT, at the LOCAL GOVERNMENT's request, has agreed to compensate the LOCAL GOVERNMENT for the maintenance of turfand landscape, hereinafter referred to as the 'PROJECT', and WHEREAS, the LOCAL GOVERNMENT recognizes that the State Right -of -Way contains turf and landscape, which requires ongoing maintenance; and WHEREAS, the DEPARTMENT has programmed funding for the PROJECT under Financial Project Number 253087-5-78-01, and has agreed to compensate the LOCAL GOVERNMENT for turf and landscape maintenance services as further described in Exhibit "A" - Scope of Services, and in accordance with the provisions of Exhibit "B" - Financial Summary, which exhibits are attached hereto, and incorporated by reference; and WHEREAS, the parties hereto mutually recognize the need for entering into an Agreement designating and setting forth the responsibilities of each party; and WHEREAS, the LOCAL GOVERNMENT is aware this Agreement will supplement all maintenance requirements between the DEPARTMENT and the LOCAL GOVERNMENT for all previously executed Permits and Agreements; and WHEREAS, the parties are authorized to enter into this Agreement pursuant to Section 339.08(e) and 339-12, Florida Statutes (F.S.); NOW, THEREFORE, in consideration of the premises, the mutual covenants and other valuable considerations contained herein, the receipt and sufficiency of which are acknowledged, Turf and Landscape Maintenance Department Funded Agreement between the Florida Department or Transportation and City of Miami aeach Financial Project a 1S3087-5-78-01 Page 1 of 15 1731 of 3458 DocuSi9n Envelope ID: 97BD34ABA7Br4834-ASCE-3AE3E976905A the parties agree As follows: I. INCORPORATION OF RECITALS The foregoing recitals are [me and correct and are incorporated into the body of this Agreement, as if fully set forth herein. 2. GENERAL REQUIREMENTS AND OBLIGATIONS OF THE PARTIES a. The LOCAL GOVERNMENT shall submit this Agreement to its LOCAL GOVERNMENT CounciWommission for ratification or approval by resolution. .A copy of said resolution is attached hereto as Exhibit "D" - Local Government's Resolution, and is herein incorporated by reference. b. The LOCAL GOVERNMENT shall not commence the PROJECT until the effective date of this Agreement, which shall be the date reflected on the written notice to proceed, and the DEPARTMENT shall not compensate the LOCAL GOVERNMENT for any PROJECT work undertaken prior to the effective date of the Notice to Proceed. c. The LOCAL GOVERNMENT shall be responsible for the matntenance of all areas that have turf and landscape within the DEPARTMENT's right-of-way (the project limits) as described in Exhibit "A". d. The LOCAL GOVERNMENT shall be responsible for performing the required maintenance within the project limits with the minimum frequencies stipulated in Exhibit "A" e. All turf and landscape maintenance shall be in accordance with the latest edition of the State of Florida "Guide for Roadside Mowing" and the latest edition of the "Maintenance Rating Program", and Index 546 of the latest FDOT Design Standards. f Before the LOCAL GOVERNMENT starts the work, the DEPARTMENT shall be notified, via fax or a -mail. The fax or e-mail shall be sent to the attention of the North Miami -Dade Maintenance Engineer, Bencze Vajta, P.E. at (305) 640-7165 or Ben:_r._Cay_a�dut,_itz Il un g. The LOCAL GOVERNMENT shall not be responsible for the clean-up, removal and disposal of debris from the DEPARTMENT's right of way following a natural disaster (i.e. humcarte, tornados, etc.). However, the cost of any cycle or part thereof impaired by any such event may be deducted from the DEPARTMENT's affected quarterly payment to the LOCAL GOVERNMENT. h. It is understood between the parties hereto that all the landscaping covered by this Agreement may be removed, relocated or adjusted at any time in the future as found necessary by the DEPARTMENT in order that the adjacent state road be widened, altered or otherwise :hanged and maintained to meet with future criteria or planning of the DEPARTMENT. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project a 253087-5-78-01 Page 2 of 15 1732 of 3458 DocuSign Envelope ID: 978D34AB-67131AB3-A5CE-3AE3E976905A i. The LOCAL- GOVERNMENT shall not plant additional landscaping within the limits of the PROJECT, withoutprior written approval by the DEPARTMENT, in accordance with Florida Administrative Code Rule 14-40.003. Such approval shall be in the form of a separate written agreement that will require the LOCAL GOVERNMENT to properly construct and maintain the additional landscaping without compensation from the DEPARTMENT. I. This Agreement shall not obligate the DEPARTMENT to pay the LOCAL GOVERNMENT to maintain any additional landscaping, planted after the effective date of this Agreement, within the limits of the PROJECT, and shall not obligate the LOCAL GOVERNMENT to maintain any such additional landscaping. k. Payments to the LOCAL GOVERNMENT shall be made in accordance with Sections 3 and 5 of this Agreement 3. FINANCIAL PROVISIONS a. The DEPARTMENT agrees to compensate the LOCAL GOVERNMENT, up to the maximum participating annual amount of S22 776.0 for completion of the services described in Exhibit"A"-Scope of Services. The method of compensation is included in Exhibit "B" - Financial Summary. b. The LOCAL GOVERNMENT shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The PROTECT, identified as PROJECT Number 253087-5-7B-01, and the quantifiable, measurable, and verifiable units of deliverables, consisting of the performance measures services required to perform the PROJECT Scope of Services described in Exhibit "A". (Section 287.058(I Hd) and (e), ES ), C. invoices shall be submitted by the LOCAL GOVERNMENT in detail sufficient for a proper pre -audit and post audit based on the quantifiable, measurable and verifiable units of deliverables as established in Exhibit "A", accompanied by the duly executed certification document in Exhibit "C", thereby establishing that the Scope of Services described in Exhibit "A" have been completed. Deliverables must be received and accepted in writing by the DEPARTMENT's Project Manager prior to payments. (Section 297.058 (1)(a), F.S.) d. Supporting documentation must establish that the deliverables were received and accepted in writing by the LOCAL GOVERNMENT, or performed by the LOCAL GOVERNMENT, and must also establish that the required minimum level of service to be performed based on the criteria for evaluating successful completion as specified in Exhibit "A" - Scope of Services was met (sec Exhibit "C" - Turf and Landscape JPA Work Certification Document). Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and Clty of Miami Beach Financial project a 253D87-SO8d1 page 3 of 15 1733 of 3458 Doeu5ign Envelope lD:97BD34AB47B1AB34-ASCEdAE3EB76905A C. There shall be no reimbursement or compensation for travel expenses under this Agreement. C Payment shall be made only after receipt and approval of goods andror services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, F.S. If the DEPARTMENT determines that the performance of the LOCAL GOVERNMENT is unsatisfactory, the DEPARTMENT shall notify the LOCAL GOVERNMENT of the deficiency to be corrected, which correction shall be made within a time -frame to be specified by the DEPARTMENT. The LOCAL GOVERNMENT shall, within five days after notice from the DEPARTMENT, provide the DEPARTMENT with a corrective action plan describing how the LOCAL GOVERNMENT will address all issues of contract non-perfamiance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance. If the corrective action plan is unacceptable to the DEPARTMENT, the LOCAL GOVERNMENT shall be assessed a non-performance retainage equivalent to 10% of the total invoice amount. The rciamage shall be applied to the invoice for the then -current billing period. The retainage shall be withheld until the LOCAL GOVERNMENT resolves the deficiency. If the deficiency is subsequently resolved, the LOCAL GOVERNMENT may bill the DEPARTMENT for the retained amount during the next billing period. If the LOCAL GOVERNMENT is unable to resolve the deficiency, the funds retained may be forfeited at the end of the Agreement's term. (Section 287.058(1 xh). F.S.). The LOCAL GOVERNMENT providing goods and/or services to the DEPARTMENT should be aware of the following time frames. Inspection and approval of goods or services shall take no longer than 5 working days unless the bid specifications, purchase order, or contract specifies otherwise. The DEPARTMENT has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the goods or services are received, inspected, and approved. (Section 215.422(1), F.S.). If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(p, F.S., will be due and payable, in addition to the invoice amount, to the LOCAL GOVERNMENT. Interest penalrics of less than one (I) dollar will not be enforced unless the LOCAL GOVERNMENT requests payment. Invoices that have to be relumed to LOCAL GOVERNMENT because of LOCAL GOVERNMENT preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the DEPARTMENT. (Section 215.422(3xb), F.S.) A Vendor Ombudsman has been established within the DEPARTMENT of Financial Services . The duties of this individual include acting as an advocate for LOCAL GOVERNMENT who may he experiencing problems in obtaining timely payments) Turf and Undscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of MiamL Beach Financial N,,ct a 253M7 5-79-01 Page 4 of 15 1734 of 3458 DucuSign Entl ID: 978D34AB-87B11B34-A5CE-3AE3E976905A from a state agenry. The Vendor Ombudsman may be contacted at (850) 413-5516. (Section 215.422(5) and (7), F.S.) Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the DEPARTMENT at all time during the period of this Agreement and for five (5) years after final payment is made. Copies of thew documents and records shall be famished to the DEPARTMENT upon request. Records of costs incurred include the LOCAL GOVERNMENT's general accounting records and the PROJECT records, together with supporting documents and records. of the contractor and all subcontractors performing work on the PROJECT, and all other records of the Contractor and subcontractors considered necessary by the DEPARTMENT for a proper audit of costs. (Section 28T058(4), F.S.) h. In the event this contract is for services in excess of $25,000.00 and a term for a period of more than I year, the provisions of Section 339.135(6Xa), F.S., are hereby incorporated: "The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shall require a statement from the Comptroller of the DEPARTMENT that such Ponds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding I year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid form succeeding tiwal years; and this paragraph shall be incorporated verbatim in all contracts of the DEPARTMENT which arc for an amount in excess of $25.000.00 and which have a term for a period of more than I year." i. The DEPARTMENT's obligation to pay is contingent upon an annual appropriation by the Florida Legislature. (Section 216.311, F.S.) j. The LOCAL GOVERNMENT shall: i. Utilize the U.S. DEPARTMENT of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the LOCAL GOVERNMENT during the term of the contract; and ii. Expressly require any contractors and 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 Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportatior and City of Miami Beach Financial Project g 3S3e87-5-78-01 Page S cf IS 1735 of 3458 Dow5i9n Envelope ID'. 97BD34AB87SIAB34A5CE-3AE3E978905A employment eligibility of all new employees hired by the subcontractor during the contract term. (Executive Order Number 2011-02). The LOCAL GOVERNMENT shall insert the above clause into any contract entered into by the LOCAL GOVERNMENT with vendors or contractors hired by the LOCAL GOVERNMENT for purposes of performing its duties under this Agreement. 4. COMMUNICATIONS All notices, requests, demands, consents, approvals, and other communication which are required to be served or given hereunder, shall be in writing and shall be sent by certified U S. mail, return receipt requested, postage prepaid, addressed to the parry to receive such notices " follows: To DEPARTMENT: Florida Department of Transportation 1000 NW I I I Avenue, Room 6205 Miami, Florida 33172-5800 Attention: District Maintenance Engineer To LOCAL GOVERNMENT: City of Miami Beach 1700 Convention Center Miami, Florida 33139 Attention: CityManager Notices shall be deemed to have been received by the end of five (5) business days from the proper sending thereof unless proof of prior actual receipt is provided. 5. INVOICING The LOCAL GOVERNMENT shall submit quarterly invoices for DEPARTMENT review, approval, and payment in accordance with this Agreement. Quarterly payments will be made upon invoice approval in an amount not to exceed one fourth of the eligible PROJECT costs. Each invoice shall include a completed Turf and Landscape JP.A Work Certification Document (Exhibit "C) certifying that the goods and'or services to be completed and paid under this Agreement have been satisfactorily completed and delivered in accordance with the required Scope of Work in Exhibit ,.A.. b. In the event temporary work by The DEPARTMENT's forces or by other Contractors temporarily prevent the LOCAL GOVERNMENT from performing the work described in this Agreement, the DEPARTMENT shall deduct from the affected quarterly payment(s) the acreage affected area and only compensate the LOCAL GOVERNMENT for the actual work it performs. 1. The DEPARTMENT shall initiate this procedure only it the temporary work Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach financial Protect a 153097 5 79 01 Page 6 of 15 1736 of 3458 DocuSign EnvelopelD. 978D34AB-67B14B34-A5CE-3AE3E976905A prevents the LOCAL GOVERNMENT from performing its work for a period of one (1) month or longer. C, In the event this Agreement is terminated as established in Section 8 herein, payment will be prorated within the quarter in which termination occurs. The prorated payment shall be for approved work meeting the requirements stipulated in this Agreement. 6. FINANCIAL CONSEQUENCES Payment .shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapter 215 and 216, F.S. Deliverable(s) must be received and accepted in writing by the Contract Manager on the DEPARTMENT's invoice transmittal forms prior to payment. If the DEPARTMENT determines that the performance of the LOCAL GOVERNMENT is unsatisfactory, the DEPARTMENT shall notify the LOCAL GOVERNMENT of the deficiency to be corrected, which correction shall be made within thirty (30) calendar days by the LOCAL GOVERNMENT. The LOCAL GOVERNMENT shall, within five(5) days after notice from the DEPARTMENT, provide the DEPARTMENT with a corrective action plan describing how the LOCAL GOVERNMENT will address all issues of contract non- Perfomtance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance If the corrective action plan is unacceptable to the DEPARTMENT, the DEPARTMENT may, at its option, proceed as follows. The LOCAL GOVERNMENT shall be assessed a non-performance retainage equivalent to 10% of the total invoice amount. The retainage shall be applied to the invoice for the then -current billing period. The retainage shall be withheld until the LOCAL GOVERNMENT resolves the deficiency. If the deficiency is subsequently resolved, the LOCAL GOVERNMENT may bill the DEPARTMENT for the retained amount during the next billing period. If the LOCAL GOVERNMENT is unable to resolve the deficiency, the funds retained may be forfeited at the end of the Agreement period. (Section 287.058(1)(h), F.S.) b. Maintain the median or roadside area(s) declared deficient with DEPARTMENT and/ura Cuntractoir' s material, equipment and personnel. The actual cost for such work will be deducted from the DEPARTMENT's affected quarterly payment to the LOCAL GOVERNMENT: or C. Terminate this .Agreement. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of 4ansportation and City of Miami Beach Financial protect a 253087.5 78-01 past, 7 of 15 1737 of 3458 Docu6ign Envelope to 9780301"781d83al-ASCE3 3E976906A 7. EXPIRATIONRENEWAL This .Agreement is for a term of one(]) year beginning on the effective date of th is Agreement, which shall be the date reflected on the written notice to proceed, and may be renewed twice, only if mutually agreed to in writing by the DEPARTMENT and the LOCAL GOVERNMENT. Any such renewal shall be subject to the same terms and conditions set forth in this Agreement, and shall be contingent upon both satisfactory LOCAL. GOVERNMENT performance evaluations by the DEPARTMENT and the availability of funds. This Agreement may be extended if mutually agreed in writing by both parties, for a period not to exceed six (6) months and shall be subject to the same terms and conditions set forth in this Agreement. There shall be only one (1) extension of this Agreement. 8. TERMINATION This Agreement, or part hereof, is subject to termination under any one of the following conditions: a. In the event the DEPARTMENT exercises the option identified by Section 6 of this Agreement. It. As mutually agreed by both parties. c In accordance with Section 287.058(])(c), F.S., the DEPARTMENT shall reserve the right to unilaterally cancel this Agreement if the LOCAL GOVERNMENT refuses to allow public access to any or all documents, papers, letters, or other materials made or received by the LOCAL GOVERNMENT pertinent to this Agreement which are subject to provisions of Chapter 119, of the F.S. 9. ENTIRE .AGREEMENT This Department Funded Agreement is the entire Agreement between the parties hereto. and It may be modified or amended only by mutual consent of the parties in writing. 10. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of Florida. I I. AMENDMENT This Agreement may be amended by mutual agreement of the DEPARTMENT and the LOCAL. GOVERNMENT expressed in writing, executed and delivered by each parry. Tuff and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City or Miami Beach Financial protect a 253087-5-78 01 page a of 15 1738 of 3458 DocuSlgn Er,iao, to 978D3 AB67B13B3d-A5CE-3AE3E976905A 12. INVALIDITY If any part of this Agreement shall be determined to be invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, if such remainder continues to conform to the terms and requirements of applicable law. 13. INDEMNIFICATION Subject to Section 768.28, Florida Statutes, as maybe amended from lime to time, the LOCAL GOVERNMENT shall promptly indemnify, defend, save and hold harmless the DEPARTMENT, its officers, agents, representatives and employees from any and all losses, expenses, fines, fees, taxes, assessments, penalties, costs, damages, judgments, claims, demands, liabilities, attorneys fees, (including regulatory and appellate fees), and suits of any nature or kind whatsoever caused by, arising out of, or related to the LOCAL GOVERNMENT's negligent exercise or of its responsibilities as set out in this AGREEMENT, including but not limited to, any negligent act, negligent action, negligence or omission by the LOCAL GOVERNMENT, its officers, agents, employees or representatives in the performance of this AGREEMENT, whether direct or indirect, except that neither the LOCAL GOVERNMENT nor any of its officers, agents, employees or representatives will be liable under this provision for damages arising out of injury or damages caused or resulting from the negligence of the DEPARTMENT. The LOCAL GOVERNMENT's obligation to indemnify, defend and pay for the defense of the DEPARTMENT, or at the DEPARTMENT's option, to participate and associate with the DEPARTMENT in the defense and trial of any claim and any related settlement negotiations, shall be triggered immediately upon the LOCAL GOVERNMENT's receipt of the DEPARTMENT's notice of claim for indemnification. The notice of claim for indemnification shall be deemed received if the DEPARTMENT sends the notice in accordance with the formal notice mailing requirements set forth in Section 5 of this AGREEMENT. The DEPARTMENT's failure to notify the LOCAL GOVERNMENT of a claim shall not release the LOCAL GOVERNMENT of the above duty to defend and indemnify the DEPARTMENT. The LOCAL GOVERNMENT shall pay all costs and fees related to this obligation and its enforcement by the DEPARTMENT. The indemnification provisions of this section shall survive termination or expiration of this AGREEMENT, but only with respect to those claims that arose from acts or circumstances which occurred prior to termination or expiration of this AGREEMENT. The LOCAL GOVERNMENT's evaluation of liability or its inability to evaluate liability shall not excuse the LOCAL GOVERNMENT's duty to defend and indemnify the DEPARTMENT under the provisions of this section. Only an adjudication orjudgment, after the highest appeal is exhausted, specifically finding the DEPARTMENT was negligent shall excuse performance of this provision by the LOCAL GOVERNMENT. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of T,ansportanon and City of Miami Beach Financial Protect g 253097 5-78 01 Page 9 of 1S 1739 of 3458 DoaSign Envelope 10: 97BD34AB67BIAB34A5CE-3AE3E978905A IN WITNESS WHEREOF, the parties hereto have executed this Agreement, on the day and year above written. CITY OF MIAMI BEACH: BY: L GOVERNt E. ANAGER ATTEST: W- (SEAL) LOCAL GOVERNMENT CLERK NGV i � 2D2? NU 7 2022 LEGAL REVIEW: STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION: BY: ;A D1S c Ws&KTARY oor.sa�w: ATTEST: (SEAL) EX 'AIN1,S"RETARY l� ZZ I dl;na .yw"q'i11A LOCAL GOVERNMENT ATTORNEY DIS—*UffigrfiOUNSEL Turf and bndsrape Maintenance Department Funded Agreement between the Florida DePartment of Transportation and City of Miami Beach Financial Project a 253087-5 79-01 Page 10 of 35 1740 of 3458 D=Sign Envelope ID 978D3/AB87Bt4B3,FA5CE-3AE3E8789%A 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 an 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 form time to time. Additionally, the LOCAL GOVERNMENT shall maintain 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. State Reed So we Naaeg iatr A R' - No. 1_--_ AI A 1-395 Mae A,Uou Causeway Fast side or Watson West side of Fast ' Island Channel Bridge _ For each of the following work activities, the LOCAL GOVERNMENT shall be responsible for performing these minimum frequencies: • Mowing, including Edging and Weed Control - 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 ramming and edging the grass and tuff. 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 misting decorative bricks, mulch and otheracsthetic features currently found within these comdors. 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 City of Miami Beach Financial Project g 253087 5 78-01 Page 11 of 15 1741 of 3458 DwuSipn Envelope IO978D34AM7814834-A5CE-3AE3E976995A C. 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. Removing and disposing of all undesirable vegetation including but not limited to weeding of plant beds and removal of invasive exotic plant materials. h. Removing and properly disposing of dead, diseased or otherwise deteriorated plants in their entirety, and replacing those that fall below the standards act forth in all applicable DEPARTMENT guidelines, standards and procedures as may be amended from time to time. L Removing and disposing of all trimmings, roots, branches, litter, and any other debris resulting from the activities described by (a) to (h). j. Submitting Cane 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 Manager and in accordance with the District Six Lane Closure Policy, as may be amended from time to time. FDOT Financial Project Number: 253087-5-78-01 County: Miami -Dade FDOT Project Manager: Beneze Vajta, P.E- - (305) 640-7165 or licnc; c.\ -lia z dm., iic,ll i LOCAL GOVERNMENT Project Manager: Alma T. fludak, City Manager - (305) 673-7010 or t itc\ Li" .reeru;:rinn:he.r�h P - Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial project a 2530875-7&01 Page r2 of 15 1742 of 345E Docu5ign Envelope ID: 97BD34ABb7BIA834ASCE-W3E976905A Exhibit "B" Financial Summary Financial Responsibilities of the LOCAL GOVERNMENT The LOCAL GOVERNMENT shall submit invoices to the DEPARTMENT as described in Section 5 of this Agreement for the work described in Exhibit "A". The following are the maximum participating compensation amounts the DEPARTMENT will make annually for each of these work activities' Mowing, including Edging and Weed Control: $1,140.00 a Landscape Maintenance/Tree Trimming: $21,636.00 TOTAL ANNUAL PROJECT AMOUNT ELIGIBLE FOR COMPENSATION BY THE DEPARTMENT: $22,776.00 The LOCAL GOVERNMENT- may choose to exceed the required minimum maintenance frequencies for each of the work activities described above at no additional cost to the DEPARTMENT. Turf and Landscape Maintenance Department funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial oroect x 253087.5.78.01 Gage 13 of 15 1743 of 3458 DocuSign Enuelapa to 978DMAB6791483 ASCEJ EX978905A Exhibit "C" TURF AND LANDSCAPE 1PA WORK CERTIFICATION DOCUMENT CONTPACT NO. imna� awn. r,am �„I.,nmrv.mn M:w Mmr •p,an .mnMna,,,.l a. ,n+•mina.n.n n. wa,..,. P.b,mra Iro nm.nm.nrr i n�nee,wa-.rzn....ai,,.�,ee�r in�ron..n�.,nln-,rc �nai:n...rrc c«rm�n.rn me.n,nri .rim ' ONe WaM1 Petb�med tota[ion/SR utter PakuP Mowing' lentlsupe%'ee SnnminX I Comment,! Xemauks: MIINCYMIT Cf/IM'IMIiWMe WM (JMP1llfURa: bI1MY1 rppf!Uff1XkIS WORk WMIYMMJIIn PiX i(M(IXACI me•Pnnq', lame (anmC ,ghat, Date unwmM w,l Jw,pn, rib mMk. /Iryn-.., nm•�=a a,J,.elg•,k�wmy,np Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project a 253087 5 79 01 Page 14 of 15 1744 of 3458 DowSign Envelope ID: 918034AB-67814B34-ASCE-3AF3E916905A Exhibit "D" LOCAL GOVERNMENT's Resolution To be herein incorporated once approved by the LOCAL GOVERNMENT Council/Commission. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial proler, a 253087 5-78-01 Page 15 of 15 1745 of 3458 D=Sign Envelope ID. 970D34AS-67814B34-ASCE.3AE3Eg76905A RESOLUTION NO. 2022-32359 A RESeI-UTION 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 DEPARTMENT FUNDEDAGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE SERVICES ON STATE ROAD A1A/1-395 (MACARTHUR CAUSEWAY), FROM THE EAST SIDE OF WATSON ISLAND TO THE WEST SIDE OF EAST CHANNEL BRIDGE, WITH AN ANNUAL COMPENSATION OF UP TO $22,776, TO BE PAID TO THE CITY BY FDOT; SAID AGREEMENT HAVING AN INITIAL ONE (1) YEAR TERM, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR TERMS, BY MUTUAL AGREEMENT OF THE PARTIES. 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 (FDOT) to provide for maintenance of landscaping along the MacArthur Causeway; specifically, from the east end of Watson Island to the west and of East Channel Bridge; and WHEREAS, similar agreements have been executed since that time; and WHEREAS, on March 22, 2020, the City and FDOT entered into an agreement for a one- year period, with an option to renew for two (2) additional one-year terms, which agreement will expire on March 21, 2023; and WHEREAS, FDOT has expressed a desire to enter into a new Turf and Landscape Maintenance Department Funded Agreement (Financial Project No. 253087-4-78-01) (Agreement) for a one-year period, with the option to renew for two (2) additional one-year terms, and the possibility of an additional six (6) month extension, by mutual agreement of the parties; and WHEREAS, under the terms of the new Agreement, the City of Miami Beach will receive the same compensation as in the current agreement, in the total sum not to exceed $22,776 per year, payable in quarterly payments, for turf and landscape maintenance services for the portion of State Road A1A/1-395 (MacArthur Causeway), from the east side of Watson Island to the west side of East Channel Bridge; and WHEREAS, 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 the Agreement; and WHEREAS, the Citys Public Works Department employs a Contract Manager who is responsible for monitoring the work of the landscape maintenance contractor on a regular basis to ensure specifications are complied with and the landscape materials are properly maintained; and 1746 of 3458 DoouSign Envelope ID'. 976D34AB-67B14B34-AKE 3AE3E976905A WHEREAS, to ensure that the landscaping of the MacArthur Causeway continues to be maintained at the elevated standards set by the City of Miami Beach, with the use of FDOT funds, the Administration recommends the approval of the Agreement, incorporated herein by reference and attached to the City Commission Memorandum accompanying this Resolution. 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 a Department Funded Agreement with the Florida Department of Transportation (FDOT) for turf and landscape maintenance services on State Road AtAll-395 (MacArthur Causeway), from the east side of Watson Island to the west side of East Channel Bridge, with an annual compensation of up to $22,776, to be paid to the City by FDOT; said Agreement having an initial one (1) year term, with the option to renew for two (2) additional one (1) year terms, by mutual agreement of the parties. PASSED and ADOPTED this � day of 064l+' 2022. Dan Gelber, Mayor ATTEST: / OCT 2 7 2012 Rafael E. Granado, City Clerk IN[oRP DWil. j APPROVED AS TO FORM &LANGUAGE & FOR EXECUTION (D-3-�i CiN AttomeY Dote 1747 of 3458 Doci Envelope ID:9]BD34AB-6]B1AB34-ASLE-3AE3E8T8905A To: Grace.RmInguerad ot,stateA.us FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL ASU75 11128/2022 CONTRACT INFORMATION contract: Contract Type: r: Method of Procurement �. Vendor Name: Venmr ID: Beginning Date of This Agreement: Ending Date of This Agreement: Contract TomVBudgetary Ceiling'. Description: 1,75 AK - PROD PARTICIPATION (PROJ PART( G-GOVERMENTAL AGENCY (287 057.5. S.) CITY OF MIAMI BEACH F596000373011 01 01 of - $22.776DO Lands., Maintenance Agreement FUNDS APPROVAL INFORMATION FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER ON 11=12022 Action R Original Reviewed or Approver;' APPROVED prgan.tbn Coda: 55064020610 EwPansan Option. A' Chili Coda. 242059 Amount S22, 176.00 Financial Project: ' a 25308757801 Wort, ActirM IFCT): 464 CFDA Fiscal Year 023 Budget Ent" 55'.50200 Category/Categoi '-'061 Amendment 10'. 0001 Sequence User Assigned ID'. Tim Em, Line I6sy5talcs. )001 T4 Total Amount: $22,776.00 Paget of 1 1748 of 3458 CONTRACTS TURF AND LANDSCAPE MAINTENANCE DEPARTMENT FUNDED AGREEMENT BETWEEN THE FLORIDA DEPARTMENT OF TRANSPORTATION AND CITY OF MIAMI BEACH This Agreement, is made and entered into this _day of , 20by and between the State of Florida Department of Transportation, a component agency of the State of Florida, hereinafter referred to as the `DEPARTMENT', and City of Miami Beach, a municipal corporation of the State of Florida, hereinafter referred to as the `LOCAL GOVERNMENT'. RECITALS: WHEREAS, the DEPARTMENT has jurisdiction and maintains State Road 11211-195 (Julia Tuttle Causeway) from East side of Intracoastal Waterway to Alton Road in the LOCAL GOVERNMENT; and WHEREAS, the DEPARTMENT, at the LOCAL GOVERNMENT's request, has agreed to compensate the LOCAL GOVERNMENT for the maintenance of turf and landscape, hereinafter referred to as the `PROJECT', and WHEREAS, the LOCAL GOVERNMENT recognizes that the State Right -of -Way contains turf and landscape, which requires ongoing maintenance; and WHEREAS, the DEPARTMENT has programmed funding for the PROJECT under Financial Project Number 253086-5-78-01, and has agreed to compensate the LOCAL GOVERNMENT for turf and landscape maintenance services as further described in Exhibit "A" — Scope of Services, and in accordance with the provisions of Exhibit "B" — Financial Summary, which exhibits are attached hereto, and incorporated by reference; and WHEREAS, the parties hereto mutually recognize the need for entering into an Agreement designating and setting forth the responsibilities of each party; and WHEREAS, the LOCAL GOVERNMENT is aware this Agreement will supplement all maintenance requirements between the DEPARTMENT and the LOCAL GOVERNMENT for all previously executed Permits and Agreements; and WHEREAS, the parties are authorized to enter into this Agreement pursuant to Section 339.08(e), 335.055, and 339.12, Florida Statutes (F.S.); NOW, THEREFORE, in consideration of the premises, the mutual covenants and other valuable considerations contained herein, the receipt and sufficiency of which are acknowledged, the parties agree as follows: Turf and landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project g 253086-5-78-01 Page 1 of 15 1751 of 3458 I. INCORPORATION OF RECITALS The foregoing recitals are true and correct and are incorporated into the body of this Agreement, as if fully set forth herein. 2. GENERAL REQUIREMENTS AND OBLIGATIONS OF THE PARTIES a- The LOCAL GOVERNMENT has submitted this Agreement to its LOCAL GOVERNMENT Council/Commission for ratification or approval by resolution. A copy of said approval resolution is attached hereto as "Exhibit "D" - Local Government's Resolution", and is herein incorporated by reference. b. The LOCAL GOVERNMENT shall not commence the PROJECT until issuance of a written notice to proceed by the DEPARTMENT, and the DEPARTMENT shall not compensate the LOCAL GOVERNMENT for any PROJECT work undertaken prior to the date of Notice to Proceed. C. The LOCAL GOVERNMENT shall be responsible for the maintenance of all areas that have turf and landscape within the DEPARTMENT's right-of-way (the project limits) as described in Exhibit "A". d. The LOCAL GOVERNMENT shall be responsible for performing the required maintenance within the project limits with the minimum frequencies stipulated in Exhibit "A". C. All turf and landscape maintenance shall be in accordance with the latest edition of the State of Florida "Guide for Roadside Mowing" and the latest edition of the "Maintenance Rating Program", and Index 546 of the latest FDOT Design Standards. I. Before the LOCAL GOVERNMENT starts the work, the DEPARTMENT shall be notified, via fax or e-mail. The fax or e-mail shall be sent to the attention of the North Miami -Dade Maintenance Engineer, Bencze Vajta, P.E. at (305) 640-7165 or Bencze.Vaita rr dot.state.f1.us g. The LOCAL GOVERNMENT shall not be responsible for the clean-up, removal and disposal of debris from the DEPARTMENT's right of way following a natural disaster (i.e. hurricane, tornados, etc.). However, the cost of any cycle or part thereof impaired by any such event may be deducted from the DEPARTMENT's affected quarterly payment to the LOCAL GOVERNMENT. h. It is understood between the parties hereto that all the landscaping covered by this Agreement may be removed relocated or adjusted at any time in the future as found necessary by the DEPARTMENT in order that the adjacent state road be widened, altered or otherwise changed and maintained to meet with future criteria or planning of the DEPARTMENT. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project N 253086-5-78-01 Page 2 of 15 1752 of 3458 i. The LOCAL GOVERNMENT shall not plant additional landscaping within the limits of the PROJECT, without prior written approval by the DEPARTMENT, in accordance with Florida Administrative Code Rule 1440.003. Such approval shall be in the form of a separstn written agreement that will require the LOCAL GOVERNMENT to properly construct and maintain the additional landscaping without compensation from the DEPARTMENT. j. This Agreement shall not obligate the DEPARTMENT to pay the LOCAL GOVERNMENT to maintain any additional landscaping, planted after the effective date of this Agreement, within the limits of the PROJECT, and shall not obligate the LOCAL GOVERNMENT to maintain any such additional landscaping. k. Payments to the LOCAL GOVERNMENT shall be made in accordance with Sections 3 and 5 of this Agreement. 3. FINANCIAL PROVISIONS a. The DEPARTMENT agrees to compensate the LOCAL GOVERNMENT, up to the maximum participating annual amount of $260,000.00 for completion of the services described in Exhibit "A"— Scope of Services. The method of compensation is included in Exhibit `B" — Financial Summary. b. The LOCAL GOVERNMENT shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The PROJECT, identified as PROJECT Number 253086-5-78-01, and the quantifiable, measurable, and verifiable units of deliverables, consisting of the performance measures services required to perform the PROJECT Scope of Services described in Exhibit "A". (Section 287.058(1)(d) and (e), F.S.). C. Invoices shall be submitted by the LOCAL GOVERNMENT in detail sufficient for a proper pre -audit and post audit based on the quantifiable, measurable and verifiable units of deliverables as established in Exhibit "A", accompanied by the duly executed certification document in Exhibit "C", thereby establishing that the Scope of Services described in Exhibit "A" have been completed. Deliverables must be received and accepted in writing by the DEPARTMENT's Project Manager prior to payments. (Section 287.058 (1)(a), F.S.). d. Supporting documentation must establish that the deliverables were received and accepted in writing by the LOCAL GOVERNMENT, or performed by the LOCAL GOVERNMENT, and must also establish that the required minimum level of service to be performed based on the criteria for evaluating successful completion as specified in Exhibit "A" — Scope of Services was met (see Exhibit "C" — Turf and Landscape JPA Work Certification Document). e. There shall be no reimbursement or compensation for travel expenses under this Agreement. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Projecta 253086-5-78-01 Page 3 of 15 1753 of 3458 Payment shall be made only after receipt and approval of goods and/or services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, F.S. If the DEPARTMENT determines that the performance of the LOCAL GOVERNMENT is unsatisfactory, the DEPARTMENT shall notify the LOCAL GOVERNMENT of the deficiency to be corrected, which correction shall be made within a time -frame to be specified by the DEPARTMENT. The LOCAL GOVERNMENT shall, within five days after notice from the DEPARTMENT, provide the DEPARTMENT with a corrective action plan describing how the LOCAL GOVERNMENT will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance. If the corrective action plan is unacceptable to the DEPARTMENT, the LOCAL GOVERNMENT shall be assessed a non-performance retainage equivalent to 10% of the total invoice amount. The retainage shall be applied to the invoice for the then -current billing period. The retainage shall be withheld until the LOCAL GOVERNMENT resolves the deficiency. If the deficiency is subsequently resolved, the LOCAL GOVERNMENT may bill the DEPARTMENT for the retained amount during the next billing period. If the LOCAL GOVERNMENT is unable to resolve the deficiency, the funds retained may be forfeited at the end of the Agreement's terrtt. (Section 287.058(])(h), F.S.). The LOCAL GOVERNMENT providing goods and/or services to the DEPARTMENT should be aware of the following time frames. Inspection and approval of goods or services shall take no longerthan 5 working days unless the bid specifications, purchase order, or contract specifies otherwise. The DEPARTMENT has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the goods or services are received, inspected, and approved. (Section 215.422(1), F.S.). If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), F.S., will be due and payable, in addition to the invoice amount, to the LOCAL GOVERNMENT. Interest penalties of less than one (1) dollar will not be enforced unless the LOCAL GOVERNMENT requests payment. Invoices that have to be returned to LOCAL GOVERNMENT because of LOCAL GOVERNMENT preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the DEPARTMENT. (Section 215 422(3)(b), F.S.). A Vendor Ombudsman has been established within the DEPARTMENT of Financial Services. The duties of this individual include acting as an advocate for LOCAL GOVERNMENT who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516. (Section 215.422(5) and (7), F.S.). g. Records of costs incurred under the terms of this Agreement shall be maintained and Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Protect p 253086-5-78-01 Page 4 of 15 1754 of 3458 made available upon request to the DEPARTMENT at all times during the period of this Agreement and for five (5) years after final payment is made. Copies of these documents and records shall be furnished to the DEPARTMENT upon request. Records of cost- ircurred include the LOCAL GOVERNMENT*--- general accounting records and the PROJECT records, together with supporting documents and records, of the contractor and all subcontractors performing work on the PROJECT, and all other records of the Contractor and subcontractors considered necessary by the DEPARTMENT for a proper audit of costs. (Section 287.058(4), F.S.). It. In the event this contract is for services in excess of $25,000.00 and a term for a period of more than 1 year, the provisions of Section 339.135(6)(a), F.S., are hereby incorporated: "The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shall require a statement from the Comptroller of the DEPARTMENT that such funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding I year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the DEPARTMENT which are for an amount in excess of $25,000.00 and which have a term for a period of more than 1 year." The DEPARTMENT's obligation to pay is contingent upon an annual appropriation by the Florida Legislature. (Section 216.311, F.S.). The LOCAL GOVERNMENT shall: i. Utilize the U.S. DEPARTMENT of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the LOCAL GOVERNMENT during the term of the contract; and ii. Expressly require any contractors and 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 tent. (Executive Order Number 2011-02). The LOCAL GOVERNMENT shall insert the above clause into any contract entered into by the LOCAL GOVERNMENT with vendors or contractors hired by the LOCAL GOVERNMENT for purposes of perforating its duties under this Agreement. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project p 253086-5-78-01 Page 5 of 15 1755 of 3458 4. COMMUNICATIONS All notices, requests, demands, consents, approvals, and other communication which are required to be served or given hereunder, shall be in writing and shall be sent by certified U.S. mail, return receipt requested, postage prepaid, addressed to the party to receive such notices as follows: To DEPARTMENT: Florida Department of Transportation 1000 NW 11 I Avenue, Room 6205 Miami, Florida 33172 Attention: District Maintenance Engineer To LOCAL GOVERNMENT: City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attention: City Manager Notices shall be deemed to have been received by the end of five (5) business days from the proper sending thereof unless proof of prior actual receipt is provided. 5. INVOICING a. The LOCAL GOVERNMENT shall submit quarterly invoices for DEPARTMENT review, approval, and payment in accordance with this Agreement. Quarterly payments will be made upon invoice approval in an amount not to exceed one fourth of the eligible PROJECT costs. Each invoice shall include a completed Turf and Landscape JPA Work Certification Document (Exhibit "C") certifying that the goods and/or services to be completed and paid under this Agreement have been satisfactorily completed and delivered in accordance with the required Scope of Work in Exhibit "A., b. In the event temporary work by the DEPARTMENT's forces or by other Contractors temporarily prevent the LOCAL GOVERNMENT from performing the work described in this Agreement, the DEPARTMENT shall deduct from the affected quarterly payment(s) the acreage affected area and only compensate the LOCAL GOVERNMENT for the actual work it performs. i. The DEPARTMENT shall initiate this procedure only if the temporary work prevents the LOCAL GOVERNMENT from performing its work for a period of one (1) month or longer. C. In the event this Agreement is terminated as established in Section 8 herein, payment will be prorated within the quarter in which termination occurs. The prorated payment shall be for approved work meeting the requirements stipulated in this Agreement. Turf and landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project g 253086-5-78-01 Page 6 of 15 1756 of 3458 6. FINANCIAL CONSEQUENCES Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Chief Financial Officer of the State of Florida :coder Chapters 215 and 216, F.S. Deliverable(s) must be received and accepted in writing by the Contract Manager on the DEPARTMENT's invoice transmittal forms prior to payment. If the DEPARTMENT determines that the performance of the LOCAL GOVERNMENT is unsatisfactory, the DEPARTMENT shall notify the LOCAL GOVERNMENT of the deficiency to be corrected, which correction shall be made within thirty (30) calendar days by the LOCAL GOVERNMENT. The LOCAL GOVERNMENT shall, within five (5) days after notice from the DEPARTMENT, provide the DEPARTMENT with a corrective action plan describing how the LOCAL GOVERNMENT will address all issues of contract non- performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance. If the corrective action plan is unacceptable to the DEPARTMENT, the DEPARTMENT may, at its option, proceed as follows: a. The LOCAL GOVERNMENT shall be assessed a non-performance retainage equivalent to 10% of the total invoice amount. The retainage shall be applied to the invoice for the then -current billing period. The retainage shall be withheld until the LOCAL GOVERNMENT resolves the deficiency. If the deficiency is subsequently resolved, the LOCAL GOVERNMENT may bill the DEPARTMENT for the retained amount during the next billing period. If the LOCAL GOVERNMENT is unable to resolve the deficiency, the funds retained may be forfeited at the end of the Agreement period. (Section 287.058(1)(h), F.S.). b. Maintain the median or roadside area(s) declared deficient with DEPARTMENT and/or a Contractor's material, equipment and personnel. The actual cost for such work will be deducted from the DEPARTMENT's affected quarterly payment to the LOCAL GOVERNMENT; or C. Terminate this Agreement 7. EXPIRATIONIRENEWAL This Agreement is for a term of one (1) year beginning on the effective date of this Agreement, which shall be the date reflected on the written notice to proceed, and may be renewed twice, only if mutually agreed to in writing by the DEPARTMENT and the LOCAL GOVERNMENT. Any such renewal shall be subject to the same terms and conditions set forth in this Agreement, and shall be contingent upon both satisfactory LOCAL GOVERNMENT performance evaluations by the DEPARTMENT and the availability of funds. This Agreement may be extended if mutually agreed in writing by both parties, for a period not to exceed six (6) months and shall be subject to the same terms and conditions set forth in this Agreement. There shall be only one (1) extension of this Agreement. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project g 253086-5-78-01 Page 7 of 15 1757 of 3458 8. TERMINATION This Agreement, or part hereof, is subject to termination under any one of the following conditions: a. In the event the DEPARTMENT exercises the option identified by Section 6 of this Agreement. b. As mutually agreed by both parties. C. In accordance with Section 287.058(I)(c), F.S., the DEPARTMENT shall reserve the right to unilaterally cancel this Agreement if the LOCAL GOVERNMENT refuses to allow public access to any or all documents, papers, letters, or other materials made or received by the LOCAL GOVERNMENT pertinent to this Agreement which are subject to provisions of Chapter 119, of the F.S. 9. ENTIRE AGREEMENT This Department Funded Agreement is the entire Agreement between the parties hereto, and it may be modified or amended only by mutual consent of the parties in writing. 10. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of Florida. I I. AMENDMENT This Agreement may be amended by mutual agreement of the DEPARTMENT and the LOCAL GOVERNMENT expressed in writing, executed and delivered by each party. 12. INVALIDITY If any pan of this Agreement shall be determined to be invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, if such remainder continues to conform to the terms and requirements of applicable law. 13. INDEMNIFICATION Subject to Section 768.28, Florida Statutes, as may be amended from time to time, the LOCAL GOVERNMENT shall promptly indemnify, defend, save and hold harmless the DEPARTMENT, its officers, agents, representatives and employees from any and all losses, expenses, fines, fees, taxes, assessments, penalties, costs, damages, judgments, claims, demands, liabilities, attorneys fees, (including regulatory and appellate fees), and suits of any nature or kind whatsoever caused by, arising out of, or related to the LOCAL Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project g 253086-5-78-01 Page 8 of 15 1758 of 3458 GOVERNMENT's negligent exercise or of its responsibilities asset out in this AGREEMENT, including but not limited to, any negligent act, negligent action, negligence or omission by the LOCAL GOVERNMENT, its officers, agents, employees or representatives in the performance of this AGREEMENT, whether direct or indirect, except that neither the LOCAL GOVERNMENT nor any of its officers, agents, employees or representatives will be liable under this provision for damages arising out of injury or damages caused or resulting from the negligence of the DEPARTMENT. The LOCAL GOVERNMENT's obligation to indemnify, defend and pay for the defense of the DEPARTMENT, or at the DEPARTMENT's option, to participate and associate with the DEPARTMENT in the defense and trial of any claim and any related settlement negotiations, shall be triggered immediately upon the LOCAL GOVERNMENT's receipt of the DEPARTMENT's notice of claim for indemnification. The notice of claim for indemnification shall be deemed received if the DEPARTMENT sends the notice in accordance with the formal notice mailing requirements set forth in Section 4 of this AGREEMENT. The DEPARTMENT's failure to notify the LOCAL GOVERNMENT of a claim shall not release the LOCAL GOVERNMENT of the above duty to defend and indemnify the DEPARTMENT. The LOCAL GOVERNMENT shall pay all costs and fees related to this obligation and its enforcement by the DEPARTMENT. The indemnification provisions of this section shall survive termination or expiration of this AGREEMENT, but only with respect to those claims that arose from acts or circumstances which occurred prior to termination or expiration of this AGREEMENT. The LOCAL GOVERNMENT's evaluation of liability or its inability to evaluate liability shall not excuse the LOCAL GOVERNMENT's duty to defend and indemnify the DEPARTMENT under the provisions of this section. Only an adjudication or judgment, after the highest appeal is exhausted, specifically finding the DEPARTMENT was negligent shall excuse performance of this provision by the LOCAL GOVERNMENT. Turf and landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project # 253086-5-78-01 Page 9 of 15 1759 of 3458 IN WITNESS WHEREOF, the parties hereto have executed this Agreement, on the day and year above written. CITY OF MIAMI BEACH: BY: LOCAL GOVERNMENT MANAGER STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION: BY: DISTRICT SECRETARY ATTEST: ATTEST: (SEAL) LOCAL GOVERNMENT CLERK (SEAL) EXECUTIVE SECRETARY LEGAL REVIEW: LOCAL GOVERNMENT ATTORNEY DISTRICT CHIEF COUNSEL Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project # 253086-5-78-01 Page 10 of 15 1760 of 3458 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 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. 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 Weed Control -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 City of Miami Beach Financial Project N 253086-5-78-01 Page 31 of 15 1761 of 3458 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 interdicg to use the right-of-way. g. Removing and disposing of all undesirable vegetation including but not limited to weeding of plant beds and removal of invasive exotic plant materials. 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. i. Removing and disposing of all trimmings, roots, branches, litter, and any other debris resulting from the activities described by (a) to (h). j. 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 Manager and in accordance with the District Six Lane Closure Policy, as may be amended from time to time. FDOT Financial Project Number: 253086-5-78-01 County: Miami -Dade FDOT Project Manager: Bencze Vajta, P.E. - (305) 640-7165 or Bencze Vaitalwdot.state.Fl.us LOCAL GOVERNMENT Project Manager: Eric Carpenter, City Manager - (305) 673-7010 or EricCaroenterna miamibeachfl.eov Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project a 253086-5-78-01 Page 12 of 15 1762 of 3458 Exhibit "B" Financial Summary Financial Responsibilities of the LOCAL GOVERNMENT The LOCAL GOVERNMENT shall submit invoices to the DEPARTMENT as described in Section 5 of this Agreement for the work described in Exhibit "A". The following are the maximum participating compensation amounts the DEPARTMENT will make annually for each of these work activities: a Litter Pickup: $10,912.00 • Mowing, including Edging and Weed Control: $6,452.00 Landscape Maintenance/Tree Trimming: S 242,636.00 TOTAL ANNUAL PROJECT AMOUNT ELIGIBLE FOR COMPENSATION BY THE DEPARTMENT: $ 260,000.00. The LOCAL GOVERNMENT may choose to exceed the required minimum maintenance frequencies for each of the work activities described above at no additional cost to the DEPARTMENT. Turf and landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project p 253086-5-78-01 Page 13 of 15 1763 of 3458 Exhibit "C" STATE or FEEMH /. OEM MMExn or TMASATTATIM TURF AND L AN DSCAPE 1PA WORK CERTIFICATION DOCUMENT CONTRACT NO: Ql/02/Q3/Q4: MUNICIPALITY: INVOICE NO: PAGE OF ImtTIEWONo:FormtoWCompetedbythe MWiCpaldy Cerpymgandda mmn WhendWworkwasperfo .TheDepartment's Yard Indneer, or died wee, wYl complete the portion conlrnwg that the work performed meets the IPA Scope, location / SR Date Work Pedomed Utter PaEkup Mowing• landscaFe/tree Tramming mments / Remarks: MASVMITCFKFFYg16W WMCDMPIFTFDPFRCANIRHT FWTC1Mi1R S5 KWASCOMPI DKRCONFROR Name (Print): ignature Dare Name (Pont): ignaWre: Date mawng waride,oam ako mduder all"Mol Th wog and ed;ne/sreeping Turf and landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project F 253086-5-78-01 Page 14 of 15 1764 of 3458 Exhibit "D" LOCAL GOVERNMENT's Resolution To be herein incorporated once approved by the LOCAL GOVERNMENT Council/Commission. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project g 253OB6-5-79-01 Page 15 of 15 1765 of 3458 Dmumgn Enwbpe to a8119fi3C-DO424998-94F2-gEBC13EE3/BB FDOT� Florida Department of Transportation RON DESAN'IIS 1000 NW 1 I 1 Avenue JARED W. PERDUE, P.E. GOVERNOR Miami, Florida33172-5800 SECRETARY Mr. Eric T. Carpenter, City Manager City of Miami Beach 1700 Convention Center Miami Beach, Florida 33139 (305)673-7010 C1tyMananerO-m iamibeachfl.00v NOTICE TO PROCEED Contract Number: Financial Project Number: Contract Amount: County: Project Description: Dear Mr. Carpenter: November 21. 2024 ASU74-R2 (Julia Tuttle Causeway) 2530864-78-01 $ 260,000.00 Miami -Dade Landscape Maintenance Agreement 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 21, 2025 through March 20, 2026. The Maintenance Engineer for this agreement is Bencze Valle, P.E. He can be reached at (305) 640-7165. The City may invoice the Department after the end of each quarter according to the schedule below: 1" Quarter March 21, 2025 thru June 20, 2025 2" Quarter June 21, 2025 thru September 20, 2025 3' Quarter September 21, 2025 thru December 20, 2025 4� Quarter December 21, 2025 thru March 20. 2026 If you have any questions concerning the agreement, please contact me at telephone number (305)470-5354. Sincerely, maagn.a M' ENS W anr 3 Rena o amEero, P.E. District Maintenance Engineer cc: L. Salazar, K. AI -Said, B. Vajta, Z. Taylor, N. Wallace, D. Kong, D6-CFM Improve Safety, Enhance Mobility Inspire Innovation www fdot.gov 1766 of 3458 DocuSign Envelope ID'. FBFF67AB-A62148D9-95E0-1F44AC6ES463 FT� Florida Department of Transportation RON Ili % %N I IS 1U60 Fw 11 W AVENUE GON E.R\OR NUAW, H, 3317E-5800 MEMORANDUM January 05, 2024 TO: Whom It May Concern FROM: Renato Marrero, District Maintenance Engineer COPIES: Stacy Miller, Rudy Garcia, Daniel Iglesias, Cindy Capdevila, Anamari Martinez, Daniel Kong SUBJECT: DELEGATION OF AUTHORITY I hereby delegate authority to attend Consultants Selections, Procurement Action Review and Approval Meetings, sign correspondence and execute documents requiring my signature anytime during my absence from the office, as follows: [1.�6+.r1S.layr Leonard Salazar, Deputy District Maintenance Engineer This authority is effective immediately and will stay in effect until modified or rescinded by me or my successor. RM [Mamro�ul�wfe Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov 1767 of 3458 Docusign Envelope ID: AA74C191-3CBA<B9C.ABB54AD93244D14A :a • s CONTRACT RENEWAL ss _nn,x.rn, s' ccc'a,:;1 Contract No.: ASD74 Renewal' (1st, 2nd, etc.) 2nd Financial Project No(s). 2530864-78-01 Ccunty(ul Miami -Dade Thus Agreement made and entered into this 20 day of _ November 2024. by and between the Slate of 'Tsa au= io x....n'., nor om, Florida Department of Transportation, hereinafter called "Deparmen r, and City of Miami Beach 1700 Curvenhon Center Miam. Beach, Floni 33139 hereinafter called "Contractor". WITNESSETH: WHEREAS, the Department and the Contractor heretofore on this 5 day of December , 2022 tTiws dale w W en¢rtd h DOT onn entered into an Agreement whereby the Department retained the Contractor to perform maintenance of all turf and landscape areas within the right-of-way on the State Roads described in "Exhibit A" of the original contract; 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 21 day of March. 202_5 and ending the 20 day of March, 2026 at a cost of $2fi0 g00.00, All terms and conditions of said original Agreement shall remain in force and effect for this renewal. IN WITNESS WHEREOF, the Davies have executed this Agreement by their duly authorized officers on the day. month, and year set forth above. STATE OF FLORIDA City of Miami Beach DEPARTMENT OF TRANSPORTATION Name of Contractor or�"�vc r Eric T. Carpenter, CityuManager By 16rwia alma Contractor Name a d�illle Dlstnc' Secretary or Designee (Signaure) '' District Director of operation BY: / lL(l l.Fl Title. Aulhorizec Signature r (SEAL) Legate �u Name of Surety Fiscal: City Stale Approval as to Availability of Funds By: Flontla licensed Insurance Agent or Date Attorney-ld- act(Signature) Countersigned Florida Licensen nsuranre Agen! Data APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION A(}(--avk-i L( p City Atfomey pore 1768 of 3458 D=sign Enwlom ID: AA74C191-3C8A409C-ABBS AD932UD14A RESOLUTION NO. 2022-32360 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 DEPARTMENT FUNDED AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE SERVICES ON THE PORTION OF STATE ROAD 112/1.195 (JULIA TUTTLE CAUSEWAY), FROM THE EAST SIDE OF THE INTRACOASTAL WATERWAY TO ALTON ROAD, WITH AN ANNUAL COMPENSATION OF UP TO $260,000.00, TO BE PAID TO THE CITY BY FOOT; SAID AGREEMENT HAVING AN INITIAL ONE (1) YEAR TERM, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR TERMS, BY MUTUAL AGREEMENT OF THE PARTIES. WHEREAS, on July 13, 1994, the Mayor and City Commission adopted Resolution No. 94-21210, approving a Memorandums of Agreement with the Florida Department of Transportation (FDOT) to provide for maintenance of landscaping along Interstate-195 (Julia Tuttle Causeway); and WHEREAS, similar agreements have been executed since that time; and WHEREAS, on March 22, 2020, the City and FDOT entered into an agreement for a one-year period, with the option to renew for two (2) additional one-year terms, which agreement will expire on March 21, 2023; and WHEREAS, FDOT has expressed a desire to enter into a new Turf and Landscape Maintenance Department Funded Agreement (Financial Project No. 253086-3-78-01) (Agreement) for an initial one (1) year term, with the option to renew for two (2) additional one- year terms, and the possibility of an additional six (6) month extension, by mutual agreement of the parties; and WHEREAS, under the terms of the new Agreement, the City of Miami Beach will receive the same compensation as in the current agreement, in the total amount not to exceed $260,000 per year, payable in quarterly payments, for turf and landscape maintenance services for the portion of State Road 112/1-195 (Julia Tuttle Causeway,) from the east side of the Intracoastal Waterway to Alton Road; and WHEREAS, 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 the Agreement; and , WHEREAS, the City's Public Works Department employs a Contract Manager who is responsible for monitoring the work of the landscape maintenance contractor on a regular basis to ensure specifications are complied with and the landscape materials are properly maintained; and WHEREAS, to ensure that the landscaping of the Julia Tuttle Causeway continues to be maintained at the elevated standards set by the City of Miami Beach, with the use of FDOT 1769 of 3458 D=vgn Envelope to AA74C191-3C8A4e9C-AB851AD93244D14A funds, the Administration recommends the approval of the Agreement, incorporated herein by reference and attached to the City Commission Memorandum accompanying this Resolution. 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 a Department Funded Agreement with the Florida Department of Transportation (FDOT) for turf and landscape maintenance services on the portion of State Road 11211-195 (Julia Tuttle Causeway), from the east side of the Intracoastal Waterway to Alton Road, with an annual compensation of up to $260,000.00, to be paid to the City by FOOT; said Agreement having an initial one (1) year term, with the option to renew for two (2) additional one (1) year terms, by mutual agreement of the parties. PASSED and ADOPTED this X day of r Wl&e 2020. Dan Gelber, Mayor ATTEST: OCT 2 i 2022 Rafael E. Grenado, City Clerk i, iIN[DRP ORREDwyJ APPROVED AS TO FORM &LANGUAGE EXECUTION Io — 3-- City Attamy4�� Date 1770 of 3458 •�yf(jlrgr, Docosign Envelope ID: AA74C191-=;A389C ABB5-4AD93244D14A To: Dnce.RoddguaeSdOtsbte,fl.us FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL ASU74 11912n24 CONTRACT INFORMATION Contras: Contras TVpe: Method of Procurement Vendor Name Vendor to: Beginning Date of This Agreement: Ending Date of This Agreement: Contract TotagSudgetary Ceiling: Description: ASU74 AK- PROJ PARTICIPATION (PROJ PART) O - GOVERMENTAL AGENCY (287.057, F. S.J CITY OF MIAMI BEACH FSNM372011 0322J2023 032012026 ct - $780 000 00 Landscape Maintenance Agreement FUNDS APPROVAL INFORMATION FUNDS APPROVEDIREVIEWED FOR JASON ADANK, CPA, COMPTROLLER ON 111'712024 Ai,bon Renewal Reviewed or Appro Orgar.,on Cod. Expansion Option. AA1 APPROVED 55064020610 Ogect Cods_ �242059 Amount $260000.00 Firrandal Proled'. 25308647801 Work Anandy(FCT) 484 CFDA: F'orcal Vear: 2025 Budget Entity 55150200 CatogoryrCategory YBV; 088712/25 Amendment ID L002 . Seouenw: 00 Uscr Assigned lD: R2 En[ Line Cs)/Status: 000J/04 Total Amount: $260,000.00 Pagel of 1 1771 of 3458 D=uSign Emelope ID 72EBA666 DC574535AtOB48EODBB4F569 Florida Department of Transportation RON DESANTIS 1000 NW I I I Avenue JARED W. PERDUE, P.E GOVERNOR Miami, Florida 33172m%X) SECRETARY November 17, 2023 Alina T. Hudak, City Manager City of Miami Beach 1700 Convention Center Miami Beach, Florida 33139 (305)673-7010 CitvManaaer6W miamibeachfl.Dov NOTICE TO PROCEED Contract Number. Financial Project Number. County: Project Description: Dear Ms. Hudak: ASU74-Rl (Julia Tuttle Causeway) 253086-4-78-01 Miami -Dade Landscape Maintenance Agreement 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 21, 2024 through March 20, 2025. The Maintenance Engineer for this agreement is Bencze Vajta, P.E. He can be reached at (305) 640-7165. The City may invoice the Department after the end of each quarter according to the schedule below: 1" Quarter March 21, 2024 thru June 20, 2024 2ne Quarter June 21, 2024 thru September 20, 2024 3" Quarter September 21, 2024 thru December 20, 2024 0 Quarter December 21, 2024 thru March 20, 2025 If you have any questions concerning the agreement, please contact me at telephone number (305)470-5354. Sincerely, o:,aa,,.W /a : C�,EW S Rene ` ` W arrro, P.E. District Maintenance Engineer cc: L. Salazar, K. AI -Said, B. Vajta, Z. Taylor, N. Wallace, D. Kong, D6-CFM lmprove.Safety, Lnhance Mohiliryt hrspire 7nnovalion un ,fidol.gov 1772 of 3458 D=Sipn Emelope ID3DD73015-38DD4225-8F4B-E035E94B2C3F FDOTT Florida Department of Transportation RON DESAN-OS 605 SIIWa a Street JARE:D \V. PERDUE, P.E. GOVERNOR Tallahaswe, FL 12399-0450 SECRETARY MEMORANDUM January 5, 2023 TO: Whom It May Concern FROM: Renato Marrero, District Maintenance Engineer I y �. COPIES: Stacy Miller, Rudy Garcia, Daniel Iglesias, Cindy Capdevila, Anamari Martinez, Daniel Kong SUBJECT: DELEGATION OF AUTHORITY I hereby delegate authority to attend Consultants Selections, Procurement Action Review and Approval Meetings, sign correspondence and execute documents requiring my signature anytime during my absence from the office, as follows: Leonard Salazar, Deputy District Maintenance Engineer This authority is effective immediately and will stay in effect until modified or rescinded by me or my successor. R.M. Improve Saferv, Enhance Mobility. /aspire lmravarion w .fdot.gov 1773 of 3458 DowSign Envelope to 87AC16CDA4014AOB-0BA3-02BD7Aa74K3 Contract No.. ASU74 Financial Project No(s).: County(ies): Miami -Dad STATE OF FLOFIN OEVMTYEui OF TR.V6P ATgN cmrtay,ns Aovi a. Jra0 `T CONTRACT RENEWAL � Renewal: (1st, 2nd, etc.) This Agreement made and entered into this 13 day of November 2023, by and between the State of (rhedee to ee..e "DOTm ! Florida Department of Transportation, hereinafter called "Department', and City of Miami Beach - 1700 Convention Center Miami Beach, Florida 33139 hereinafter called "Contractor". t WfTNESSETH: WHEREAS, the Department and the Contractor heretofore on this 5 day of December , 2022 (This dits to Ee ente,ea oy DOT ady) entered into an Agreement whereby the Department retained the Contractor to perform maintenance of all turf and landscape areas within the riahtof-way on the State Roads described in "Exhibit A" of the original contract: 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 AgreemenC 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 21 day of March, 2024 and ending the 20 day of March, 2025 at a cost of $260,000.00. All terms and conditions of said original Agreement shall remain In force and effect for this renewal. IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officers on the day, month, and year set forth above. City of Miami Beach Name of Contractor Contractor a e and Title BY: i B Au Ized Signature (SEAL) Name of Surety City By: Florida Licensed Insurance Agent or Dale AttorneyAn-Fact(Signature) Countersigned: F�rjpµl�IppJs�})rlsufance Agent Date A. LPG^ <iC:;lOti STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION District Secretary or Designee (Signature) Title:District Director of operations � �ty,���� Legal: l `u„�"7'""' Fiscal: Approval as to Availability of Funds 1 t� ( B 1774 of 3458 D uSgn Envelope ID87AC16CD- 01-0AOMBA3-02807AB745C3 RESOLUTION NO. 2022-32360 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 DEPARTMENT FUNDED AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE SERVICES ON THE PORTION OF STATE ROAD 11211-195 (JULIA TUTTLE CAUSEWAY), FROM THE EAST SIDE OF THE INTRACOASTAL WATERWAY TO ALTON ROAD, WITH AN ANNUAL COMPENSATION OF UP TO $260,000.00, TO BE PAID TO THE CITY BY FDOT; SAID AGREEMENT HAVING AN INITIAL ONE (1) YEAR TERM, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR TERMS, BY MUTUAL AGREEMENT OF THE PARTIES. WHEREAS, on July 13, 1994, the Mayor and City Commission adopted Resolution No. 94-21210, approving a Memorandums of Agreement with the Florida Department of Transportation (FDOT) to provide for maintenance of landscaping along Interstate-195 (Julia Tuttle Causeway); and WHEREAS, similar agreements have been executed since that time; and WHEREAS, on March 22, 2020, the City and FDOT entered into an agreement for a one-year period, with the option to renew for two (2) additional one-year terms, which agreement will expire on March 21, 2023; and WHEREAS, FDOT has expressed a desire to enter into a new Turf and Landscape Maintenance Department Funded Agreement (Financial Project No. 253086-3-78-01) (Agreement) for an initial one (1) year term, with the option to renew for two (2) additional one- year terms, and the possibility of an additional six (6) month extension, by mutual agreement of the parties; and WHEREAS, under the terms of the new Agreement, the City of Miami Beach will receive the same compensation as in the current agreement, in the total amount not to exceed $260,000 per year, payable in quarterly payments, for turf and landscape maintenance services for the portion of State Road 112/1-195 (Julia Tuttle Causeway,) from the east side of the Intracoastal Waterway to Alton Road; and WHEREAS, 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 the Agreement; and WHEREAS, the City's Public Works Department employs a Contract Manager who is responsible for monitoring the work of the landscape maintenance contractor on a regular basis to ensure specifications are complied with and the landscape materials are property maintained; and WHEREAS, to ensure that the landscaping of the Julia Tuttle Causeway continues to be maintained at the elevated standards set by the City of Miami Beach, with the use of FOOT 1775 of 3458 DwuSign Envelope 10: 87AC18CD-64Dl4ADB4BA3-02BD7A8745C3 funds, the Administration recommends the approval of the Agreement, incorporated herein by reference and attached to the City Commission Memorandum accompanying this Resolution. 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 a Department Funded Agreement with the Florida Department of Transportation (FDOT) for turf and landscape maintenance services on the portion of State Road 112/1-195 (Julia Tuttle Causeway)„from the east side of the Intracoastal,Waterway to Alton Road, with an annual compensation of up to $260,000.00, to be paid to the City by FOOT; said Agreement having an initial one (1) year term, with the option to renew for two (2) additional one (1) year terns, by mutual agreement of the parties. PASSED and ADOPTED this °Z day of G hev- 12020. Dan Gelber, Mayor ATTEST: OCT 2 7 20Z2 Rafael E. Grenatlo, City Clerk �;.•1 ^,� NtOW? Own! �6.Y;9.3 ^i��CH 20 s APPROVED AS TO FORM & LANGUAGE FOR " (/ EXECUTION City Atlo,neyDate 1776 of 3458 ✓�Jf�rr j� DocuSign Envelope 10. a7AC16CD-64D14A08-3BA3-02BWAE745C3 To Grace. Rodriguezgdot.statetl. us FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL ASU74 11I9I2023 Contract,,.,_.- .. ASU74 Contract Type: AK- PNOJ PARTICIPATION(PROJ PART) , Method of Procurement E� G- GOVERMENTAL AGENCY (267.057.F.S.) Vendor Name: CITY OF MIAMI BEACH VendorlD: F596000372011 Beginning Data of This Ag 03/22/2023 Ending Data of This AgreemwlE 03Q02@5 Contract TotallBudgetary Ceiling: ct = $520,000,00 Description: Landscape Maintenance Agreement FUNDS APPROVAL INFORMATION FUNDS APPROVEDIREVIEWED FOR JASON ADANK, CPA, COMPTROLLER ON 11MI2023 R..1 Klrviawed or Appw Crgan¢ation Code Expansion Option IvAl APPROVED 55084020810 Clyect Code 242059 Amount $260."W Financial Project 253OW7801 Wora Activity ( 464 CFDA Flswl Yea, Budget CalegorylCalemi Amendment 10 M24 551502D0 M71M4 L001 Seouance: 00 User Aasiy,MID. MR, 0002N4 Total Amount: $260,000.00 Pagel of t 1777 of 3458 DocuSgn Emetwe ID: 745FE371-144 4D35-8550-55A993904025 F�D�OT� Florida Department of Transportation RON DESANTIS 1000 NW I I lth Avmuc JARED W. PERDUE, P.E GOVERNOR Mimm, Florida 33172-58Ix1 SECRETARY December 8, 2022 Aline T. Hudak, City Manager City of Miami Beach 1700 Convention Center Miami Beach, Florida 33139 (305)673-7010 CitvManaaeKmmia mibeachfl.00v NOTICE TO PROCEED Contract Number: Financial Project Number County: Project Description: Dear Ms. Hudak: ASU74-RO (Julia Tuttle Causeway) 2530864-78-01 Miami -Dade Landscape Maintenance Agreement 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 22, 2023 through March 20, 2024. The Maintenance Engineer for this agreement is Bencze Vajta, P.E. He can be reached at (305) 640-7165. The City may invoice the Department after the end of each quarter according to the schedule below: I� Quarter March 22, 2023 thru June 21, 2023 2" Quarter June 22, 2023 thru September 21, 2023 V Quarter September 22, 2023 thru December 21, 2023 4' Quarter December 22, 2023 thru March 20, 2024 If you have any questions concerning the agreement, please contact me at telephone number (305) 470-5354. Sincerely, Uoou9gix4 M: W B Err ,] Rena o arrero, P.E. District Maintenance Engineer cc: L. Salazar, K. AI -Said, B. Vajta, Z. Taylor, N. Wallace, D. Kong, D6-CFM Improve Safety, linhance Mobility, Inspire Innovation 1778 of 3458 D=Sign Envelope ID: 089EE006DCFB-4A59-AnC7-1N99CC78581 FDOTT ter- .. Florida Department of Transportation RON DESANTIS 1000 NW 1 I I da Avcnue KEVIN J. THIBAULT GOVERNOR Miami, Florida 31172-SK(M) SECRETARY MEMORANDUM January 13, 2022 TO: Whom It May Concern �h1 FROM: Renato Marrero, District Maintenance Engineer COPIES: Stacy Miller, Rudy Garcia, Mario Cabrera, Daniel Iglesias, Cindy Capdevila, Anamari Martinez, Daniel Kong SUBJECT: DELEGATION OF AUTHORITY I hereby delegate authority to attend Consultants Selections, Procurement Action Review and Approval Meetings, sign correspondence and execute documents requiring my signature anytime during my absence from the office, as follows: SA&W Deputy District Maintenance Engineer This authority is effective immediately and will stay in effect until modified or rescinded by me or my successor. RM/gr Improve Safety, Enhance Mohi/ily, Inspire Innovation www.fdot.gov 1779 of 3458 DocuSign Envelope ID: 207B6260F0934483AFD3-6FCF4ABE908E ZCIZZ- JwvJ CONTRACT # ASU74-RO TURF AND LANDSCAPE MAINTENANCE DEPARTMENT FUNDED AGREEMENT BETWEEN THE FLORIDA DEPARTMENT OF TRANSPORTATION AND CITY OF MIAMI BEACH This Agreement, is made and entered into this 5th_day of December , 2024 by and between the State of Florida Department of Transportation, a component agency of the State of Florida, hereinafter referred to as the 'DEPARTMENT', and City of Miami Beach, a municipal corporation of the Slate of Florida, hereinafter referred to as lhe'LOCAL GOVERNMENT'. RECITALS: WHEREAS, the DEPARTMENT has jurisdiction and maintains Slate Road 112/1-195 (Julia Tuttle Causeway) from Fast side of Intracoastal Waterway to Alton Road in the LOCAL GOVERNMENT; and WHEREAS, the DEPAR"fMENT, at the LOCAL GOVERNMENT's request, has agreed to compensate the LOCAL GOVERNMENT for the maintenance of turf and landscape, hereinafter referred to as the 'PROJECT', and WHEREAS, the LOCAL GOVERNMENT recognizes that the Stale Right -of -Way cunhons turf and landscape, which requires ongoing maintenance; and WHEREAS, the DEPARTMENT has programmed funding for the PROJECT under Financial Project Number 2530864-78-01, and has agreed to compensate the LOCAL. GOVERNMENT for turf and landscape maintenance services as further described in Exhibit "A" - Scope of Services, and in accordance with the provisions of Exhibit "B" — Financial Summary, which exhibits are attached hereto, and incorporated by reference; and WHEREAS, the parties hereto mumally recognize the need for entering into an Agreement designating and setting forth the responsibilities of each party; and WHEREAS, the LOCAL GOVERNMENT is aware this Agreement will supplement all maintenance requirements between die DEPARTMENT and the LOCAL GOVERNMENT for all previously executed Permits and Agreements; and WHEREAS, the parties are authorized to enter into this Agreement pursuant to Section 339.08(e) and 339.12, Florida Statutes (F.S.); NOW, THEREFORE, in consideration of the premises, the mutual covenants and other valuable considerations contained herein, the receipt and sufficiency of which are acknowledged, Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and Cie, of Miami Beach Financial Project # 253086-4-78-01 Page 1 of 15 1780 of 3458 DocuSipn Envebpe 10: 2U7B626D-F093-44538FD3-6FCF4A8E90aE i;ie parties agree as follows: I. INCORPORATION OF RECITALS The foregoing recitals are true and correct and are incorporated into the body of this Agreement, as if fully set forth herein. 1 1 2. GENERAL REQUIREMENTS AND OBLIGATIONS OF THE PARTIES a- The LOCAL GOVERNMENT shall submit this Agreement to its LOCAL GOVERNMENT CounciLlCommission for ratification or approval by resolution. A copy of said resolution is attached hereto as Exhibit "D" - Local Government's Resolution, and is herein incorporated by reference. b. The LOCAL GOVERNMENT shall not commence the PROJECT until the effective date of this Agreement, which shall be the date reflected on the written nouix• to proceed, and the DEPARTMENT shall not compensate the LOCAL GOVERNMENT for any PROJECT work undertaken prior to the effective date of the Notice to Proceed. c. The LOCAL GOVERNMENT shall be responsible for the mantenanee of all areas that have turf and landscape within the DEPARTMENT's right-of-way (the project limits) as described in Exhibit "A". d. The LOCAL GOVERNMENT shall be responsible for performing the required maintenance within the project limits with the minimum frequencies stipulated in Exhibit "A". C. All turf and landscape maintenance shall be in accordance with the latest edition of the State of Florida "Guide for Roadside Mowing" and the latest edition of the "Maintenance Rating Program", and Index 546 of the latest FOOT Design Standards. f. Before the LOCAL GOVERNMENT starts the work, the DEPARTMENT shall be notified, via fax or e-mail. The fax or e-mail shall be sent to the attention of the North Miami -Dade Maintenance Engineer, Bencze Vajta, P.E. at (305) 640-7165 or Bcnccc Valli, dot late fl-us g. The LOCAL GOVERNMENT shall not be responsible for the clean-up, removal and disposal of debris from the DEPARTMENT's right of way following a natural disaster (i.e. hurricane, tomados, etc.). However, the cost of any cycle or part thereof impaired by any such event may be deducted from the DEPARTMENT's affected quarterly payment to the LOCAL GOVERNMENT. h. It is understood between the parties hereto that all the landscaping covered by this Agreement may be removed, relocated or adjusted at any time in the future as found necessary by the DEPARTMENT in order that the adjacent state road be widened, altered or otherwise changed and maintained to meet with future cruena or planning of the DEPARTMENT. Turf and taMscape Maintenance Depanment Funded Agreement between the Florida De W rtroent of Tr..,,n.t,. and CA, of Miami Beach Financial Proled a 253086a 7&01 Page 2 of 15 1781 of 3458 DocuSign Envelope to 207B624D-F09344838FD3-BFCF4ABE909E i. The LOCAL GOVERNMENT shall not plant additional landscaping within the limns of the PROJECT, without prior written approval by the DEPAR"I MENT, in accordance with Florida Administrative Code Rule 14-40.003. Such approval shall be in the torm of a separate written agreement that will require the LOCAL GOVERNMENT to properly construct and maintain the additional landscaping without compensation from the DEPARTMENT. I. This Agreement shall not obligate the DEPARTMENT to pay the LOCAL GOVERNMENT to maintain any additional landscaping, planted after the effective date of this Agreement, within the limits of the PROTECT, and shall not obligate the LOCAL GOVERNMENT to maintain any such additional landscaping. k. Payments to the LOCAL GOVERNMENT shall be made in accordance with Sections 3 and 5 of this Agreement. 3. FINANCIAL PROVISIONS a. The DEPARTMENT agrees to compensate the LOCAL GOVERNMENT, up to the maximum participating annual amount of $260.000.00 for completion of the services described in Exhibit "A" -Scope of Services. The method ofcompensation is included in Exhibit "R"- Financial Summary. b. The LOCAL GOVERNMENT shall provide quantifiable, measurable, and verifiable units of deliverables. Fach deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The PROJECT, identified as PROJECT Number 253086-4-78-01, and the quantifiable, measurable, and verifiable units of deliverables, consisting of the performance measures services required to perform the PROJECT Scope or Services described in Exhibit "A (Section 287.058(1)(dl and (c), F.S), c Invoices shall be submitted by the LOCAL GOVERNMENT in detail sufficient for a proper pre -audit and post audit based on the quantifiable, measurable and verifiable units of deliverables as established in Exhibit "A", accompanied by the duly executed certification document in Exhibit "C", thereby establishing that the Scope of Services described in Exhibit "A" have been completed. Deliverables most be received and accepted in writing by the DEPARTMENT's Project Manager prior to payments, (Section 287058 (1)(a), F.S.) d. Supporting documentation must establish that the dcliverables were received and accepted in writing by the LOCAL GOVERNMENT, or performed by the LOCAL GOVERNMENT, and must also establish that the required minimum level of service to be performed based on the criteria for evaluating successful completion as specified in Exhibit "A" - Scope of Services was met (see Exhibit "C" Turf and Landscape JPA Work Certification Document). Turt and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami learn Financia Project A 253086-4-78-01 Page 3 of 15 1782 of 3458 DocuSign Envelope ID: 2078826D-F09344838FDMFCF4ABE908E e. There shall be no reimbursement or compensation for travel expenses under this Agreement. f Payment shall be made only after receipt and approval of goods and/or services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, F.S. If the DEPARTMENT determines that the performance of the LOCAL. GOVERNMENT is unsatisfactory, the DEPARTMENT shall notify the LOCAL GOVERNMENT of the deficiency to be corrected, which correction shall be made within a time -frame to be specified by the DEPARTMENT The LOCAL GOVERNMENT shall, within five days after notice from the DEPARTMENT, provide the DEPARTMENT with a corrective action plan describing how the LOCAL GOVERNMENT will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance. If the corrective action plan is unacceptable to the DEPARTMENT, the LOCAL GOVERNMENT shall be assessed a non-performance mlainage equivalent to 104/ of the total invoice amount. The retainage shall be applied to the invoice for the then -current billing period. The retainage shall be withheld until the LOCAL GOVERNMENT resolves the deficiency. If the deficiency is subsequently resolved, the LOCAL GOVERNMEN T may bill the DEPARTMENT for the retained amount during the next billing period. If the LOCAL GOVERNMENT is unable to resolve the deficiency, the funds retained may be forfeited at the end of the Agreement's term. (Section 287,058(1 xh), F.S.). The LOCAL GOVERNMENT providing goods and/or services to the DEPARTMENT should be aware of the following time frames. Inspection and approval of goods or services shall take no longer than 5 working days unless the hid specifications, purchase order, or contract specifies otherwise. The DEPARTMENT has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the dale the invoice is received or the goods or services arc received, inspected, and approved. (Section 215.422(I), F.S.), If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(I ), FS., will be due and payable, in addition to the invoice amount, to the LOCAL GOVERNMENT. Interest penalties of less than one (1) dollar will not be enforced unless the LOCAL GOVERNMENT requests payment. Invoices that have to be returned to LOCAL GOVERNMENT because of LOCAL GOVERNMENT preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the DEPARTMENT. (Section 215.422(3)(b), F.S.) A Vendor Ombudsman has been established within the DEPARTMENT or Financial Services. The duties of this individual include acting as an advocate for LOCAL GOVERNMENT who may be experiencing problems in obtaining timely payment(s) Turf and tandwape Maintenance Department funded Agreement between the Fiorida Department of Transportation and City of Miami Beach Financial Project a 25MM 4"79 rat Page 4 of 1S 1783 of 3458 DoouSign Ernelope ID'. 207E6280.FO93448MFD3-6FCF4ABEGME from a state agency. The Vendor Ombudsman may be contacted at. (850) 4 i 3-5516. (Section 215.422(5) and (7), FS_) Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the DEPARTMENT at all times during the period of this Agreement and for five (5) years after final payment is made. Copies of thcfe documents and records shall be furnished to the DEPARTMENT upon request. Records of costs incurred include the LOCAL GOVERNMENTS general accounting records and the PROJECT records, together with supporting documents and records, of the contractor and all subcontractors performing work on the PROJECT, and all other records of the Contractor and subcontractors considered necessary by the DEPARTMENT for a proper audit of costs. (Section 287.058(4), F.S) h. (n the event this contract is for services in excess of $25,000.00 and a term for a period of more than 1 year, the provisions of Section 339.135(6)(a), F S., are hereby incorporated: "The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shall require a statement from the Comptroller of the DEPARTMENT that such funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the DEPARTMENT which arc for an amount in excess of S25,000.00 and which have a term for a period of more than 1 year." i. The DEPARTMENT's obligation to pay is contingent upon an annual appropriation by the Florida Legislature. (Section 216.31 I, F.S.) j. The LOCAL GOVERNMENT shall: i. Utilize the U.S. DEPARTMENT of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the LOCAL GOVERNMENT during the term of the contract, and it. Expressly require any contractors and subcontractors performing work or providing services pursuant to the state contract to likewise utilim the U.S. DEPARTMENT of Homeland Security's E-Venfy system to verify the Turf and landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and Or, or Miami Beach Financial Protect a 253086-4-78-01 Page 5 of 15 1784 of 3458 DocuSi9n Envelope ID: 207B62OD-FO934Q3.8FD3-6FCF4ABEWBE employment eligibility of all new employees hued by the subcontractor during the contract term. (Executive Order Number 2011-02). The LOCAL GOVERNMENT shall insert the above clause into any contract entered into by Elie LOCAL GOVERNMENT with vendors or contractors hired by the LOCAL GOVERNMENT for purposes of performing its duties under this Agreement. 4. COMMUNICATIONS All notices, requests, demands, consents, approvals, and other communication which are required to be served or given hereunder, shall be in writing and shall be sent by certified U.S. mail, return receipt requested, postage prepaid, addressed to the party to receive such notices as follows: To DEPARTMENT. Flonda Department of Transportation 1000 NW I I l Avenue, Room 6205 Miami, Florida 33172-5800 Attention District Maintenance Engineer To LOCAL GOVERNMENT: City of Miami Beach 1700 Convention Center Miami, Florida 33139 Attention City Manager Notices shall be deemed to have been received by the end of five (5) business days from the proper sending thereof unless proof of prior actual receipt is provided. 5. INVOICING The LOCAL GOVERNMENT shall submit quarterly invoices for DEPARTMENT review, approval, and payment in accordance with this Agreement. Quarterly payments will be made upon invoice approval in an amount not to exceed one fourth of the eligible PROJECT costs. Each invoice shall include a completed Turf and Landscape JPA Work Certification Document (Exhibit "C'� certifying that the goods and/or services to be completed and paid under this Agreement have been satisfactorily completed and delivered in accordance with the required Scope of Work in Exhibit ,.A,. b. fn the event temporary work by the DEPARTMENT's forces or by other Contractors temporarily prevent the LOCAL GOVERNMENT from performing the work described in this Agreement, the DEPARTMENT shall deduct from the affected quarterly payment(s) the acreage affected area and only compensate the LOCAL GOVERNMENT for the actual work it performs. - i. The DEPARTMENT shall initiate this procedure only if the temporary work Turf and landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project a 253M 4-78-01 Page 6 of IS 1785 of 3458 Ddicu8lgn Envelope ID: 20186280-F093J4 MF03-6FCF4 EMBE prevents the LOCAL GOVERNMENT from performing its work for a period of one (1) month or longer. In the event this Agreement is terminated as established in Section g herein, payment will be prorated within the quarter in which termination occurs. The prorated payment shall be for approved work meeting the requirements stipulated in this Agreement. 6. FINANCIAL CONSEQUENCES Payment shall be made only after receipt and approval of goods and services unless advance payments we authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 21C F.S. Deliverable(s) must be received and accepted in writing by the Contract Manager on the DEPARTMENTS invoice transmittal forms prior to payment If the DEPARTMENT determines that the performance of the LOCAL GOVERNMENT is unsatisfactory, the DEPARTMENT shall notify the LOCAL GOVERNMENT of the deficiency to be corrected, which correction shall be made within thirty (30) calendar days by the LOCAL GOVERNMENT, The LOCAL GOVERNMENT shall, within five (5) days after notice from the DEPARTMENT, provide the DEPARTMENT with a corrective action plan describing how the LOCAL GOVERNMENTI will address all issues of contract non- performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance- If the corrective action plan is unacceptable to the DEPARTMENT, the DEPARTMENT may, at its option, proceed as follows: The LOCAL GOVERNMENT shall be assessed a non-performance retainage equivalent W 10% of the total invoice amount. The marriage shall be applied W the invoice for the then -current billing period. The reminage shall be withheld until the LOCAL GOVERNMENT resolves the deficiency. If the deficiency is subsequently resolved, the LOCAL GOVERNMENT may bill the DEPARTMENT for the mtained amount during the next billing period. if the LOCAL GOVERNMENT is unable to resolve the deficiency, the funds retained may be forfeited at the end of the Agreement period. (Section 287.058(I)(h), F.S.) b. Maintain the median or roadside area(s) declared deficient with DEPARTMENT and/or a Contractor's material, equipment and personnel. The actual cost for such work will he deducted from the DEPARTMFNT's affected quarterly payment to the LOCAL. GOVERNMENT, or C. Terminate this Agreement. Turf and Landscape Mairtenance Department Funded Agreement between the Florida Department of Transportation and City p( Miami Beach F,,ancial Prefect A 253086A-7"1 Page )of 15 1786 of 3458 DocuSigh Envelope lD:2UrBB28D-F0934483AFD3-WCF4ABE908E 7. EXPIRATION/RENEWAL This Agreement is for a!erm of one (1) year beginning on the effective date of this Agreement, which shall be the date reflected on the written notice to proceed, and may be renewed twice, only if mutually agreed to in writing by the DEPARTMENT and the LOCAL GOVERNMENT. Any such renewal shall be subject to the same terms and conditions set forth in this Agreement and shall be contingent upon both satisfactory LOCAL GOVERNMENT performance evaluations by the DEPARTMENT and the availability of funds. This Agreement may be extended if mutually agreed in writing by both parties, for a period not to exceed six (6) months and shall be subject to the same terms and conditions set forth in this Agreement. There shall be only one (1) extension of this Agroement. 8. TERMINATION This Agreement. or part hereof, is subject to termination under any one of the following conditions: a. In the event the DEPARTMENT exercises the option identified by Section 6 of this Agreement. b. As mutually agreed by both parties. C. In accordance with Section 287.058(t)(cL F.S., the DEPARTMENT shall reserve the right to unilaterally cancel this Agreement if the LOCAL GOVERNMENT refuses to allow public access to any or all documents, papers, letters, or other materials made or received by the LOCAL GOVERNMENT pertinent to this Agreement which are subject to provisions of Chapter 119, of the F.S. 9. ENTIRE AGREEMENT This Department Funded Agreement is the entire Agreement between the parties hereto, and it may be modified or amended only by mutual consent of the parties in writing. 10- GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of Florida. I I. AMENDMENT This Agreement may he amended by mutual agreement of the DEPARTMENT and the LOCAL GOVERNMENT expressed in writing, executed and delivered by each party. Turf and landscape Maintenance Department Funded Agreement between the Ftorida Department of Transportation and City of Miami Beach Financial Project s 253096 4 7801 Page a of is 1787 of 3458 DocuSign Envelope ID: 207B626D-F093403-BFD3-6FCF4ABE909E 12. INVALIDITY If any patter this Agreement shal I be determined to be invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, if such remainder continues to conform to the terms and requirements of applicable law. 13. INDEMNIFjCATION Subject to Section 768.28, Flonda Statutes, as may be amended from time to time, the LOCAL GOVERNMENT shall promptly indemnify, defend, save and (told harmless the DEPARTMENT, its officers, agents, representatives and employees from any and all losses, expenses, fines, fees, taxes, assessments, penalties, costs, damages, judgments, claims, demands, liabilities, attorneys fees, (including regulatory and appellate fees), and suits of any nature or kind whatsoever caused by, arising out of, or related to the LOCAL GOVERNMENT's negligent exercise or of its responsibilities as set out in this AGREEMENT, including but not limited to, any negligent act, negligent action, negligence or omission by the LOCAL GOVERNMENT, its officers, agents, employees or representatives in the performance of this AGREEMENT, whether direct or indirect, except that neither the LOCAL GOVERNMENT nor any of its officers, agents, employees or representatives will he liable under this provision for damages arising out of injury or damages caused or resulting from the negligence of the DEPARTMENT. The LOCAL GOVERNMENT's obligation to indemnify, defend and pay for the defense of the DEPARTMENT, or at the DEPARTMENT's option, to participate and associate with the DEPARTMENT in the defense and trial of any claim and any related settlement negotiations, shall be triggered immediately upon the LOCAL GOVERNMENT's receipt of the DEPARTMENT's notice ofelaim for indemnification. Thena6ceofclaimforbidemmication shall be deemed received if the DEPARTMENT sends the notice in accordance with the formal notice mailing requirements set forth in Section 5 of this AGREEMENT. The DEPARTMENT's failure to notify the LOCAL GOVERNMENT of a claim shall not release the LOCAL GOVERNMENT of the above duty to defend and indemnity the DEPARTMENT. The LOCAL GOVERNMENT shall pay all costs and fees related to this obligation and its enforcement by the DEPARTMENT. The indemnification provisions of this section shall survive termination or expiration of this AGREEMENT, but only with respect to those claims that arose from acts or circumstances which occurred prior to termination or expiration of this AGREEMENT. The LOCAL GOVERNMENT's evaluation of liability or its inability to evaluate liability shall not excuse the LOCAL GOVERNMENT's duty to defend and indemnify the DEPARTMENT under the provisions of this section. Only an adjudication or judgment, after the highest appeal is exhausted, specifically finding the DEPARTMF.N"f was negligent shall excuse performance of this provision by the LOCAL GOVERNMENT. Turf and Landscape Maintenance Department Funded Agreement hetween the Florida Department of Transportation and Oty of Miami Beach Financial Project a 2930M 4-79 01 Page 9 of 15 1788 of 3458 DawSign Envelope ID: 2078828D.F093-4Q38FD36FCF4ABE908E IN WITNESS WHEREOF, the pa.ties hereto have executed this Agreement, on the d.y and year above written. CITY OF MIAMI BEACH: B L AL GOVERNME! T MANAGER ATTEST: (SEAL) LOCAL GOVERNMENT CLERK NOV I i 2022 LEGAL REVIEW: STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION: n.ua�anr.e M�� BY: AsdYild. Fat: DIS 6ORWARY ..ft. " ATTEST. riling (1"-4e. (SEAL) EXEC 4ftik,6"JkETARY 1� Z`J22. LOCAL GOVERNMENT ATTORN);Y, JQ twth DIS OUNSEL Turf and Landscape Maintenance Department Funded Agreement between the Flanda Department of .rop.ninion and Otyof Miami Beaty Financial Frojen a 253086-4-78 01 Page 10 of 15 1789 of 3458 DmiSgn Envelope IQ 2078626D-Fo934483-8FD3-6FCF4AaEW8E 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 DEPARTMENTSs 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 GOVER:NMEN'f shall maintain 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. Street Name I Ifrs I To Fast side of Intracoastal II2'1-I95 Juba futile Causeway 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 Weed Control - 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 maiming and edging the gram 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 otheraesthetic 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 Tun and I andscape Maintenance Department Funded Agreement between the Florida Department of Transpor alior and City of Mmmi Beach Financial Protect r 253036-4-78-01 Page 11 of r5 1790 of 3458 DocuSign EnvaWpe ID: 20786260- 093448"FD3-aFCRABEW85 condition. C. 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. Removing and disposing of all undesirable vegetation including but not limited to weeding of plant beds and removal of invasive exotic plant materials. It. Removing and properly disposing of dead, diseased or otherwise deteriorated plants in their entirely, and replacing those that fall below the standards set forth in all applicable DEPARTMENT guideline, standards and procedures as may be amended from time to time. 1. Removing and disposing of all trimmings, room, branches, litter, and any other debris resulting from the activities described by (a) to (h). j. Submitting Lane Closure Requests to the DEPARTMENT when maintenance activities will require the closum of a traffic Iane 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 Manager and in accordance with the District Six Lane Closure Policy, as may be amended from time to time. FDOT Financial Project :Number: 253086-4-78-0I County: Miami -Dade FDOT Project Manager: Bencze Vajta, P.E. - (305) 640-7165 or ticny_z_c,l';1„__din _,gn_ a. it, LOCAL GOVERNMENT Project Manager: Alma T. Hudak, City Manager (305)673-7010or l_in\1;uri saingin ibe.ghtl y.r Turf and landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project a 253086 448-01 Page 12 of 15 1791 of 3458 D=Sgn Envelope ID: 207B626D-F09344838FD38FCF4ABE90BE Exhibit "Btf Financial Summary Financial Responsibilities of the LOCAL GOVERNMENT The LOCAL GOVERNMENT shall submit invoices to the DEPARTMENT as described in Section 5 of this Agreement for the work described in Exhibit "A". The following arc the maximum participating compensation amounts the DEPARTMENT will make annually for each of these work activities: a Liner Pickup: $10,912.00 e Mowing, including Edging and Weed Control: $6,452.00 Landscape Maintenance/Tree Trimming: $242,636.00 TOTAL ANNUAL PROJECT AMOUNT ELIGIBLE FOR COMPENSATION BV THE DEPARTMENT: $260,000.00 The LOCAL GOVERNMENT may choose to exceed the required minimum maintenance frequencies for each of the work activities described above at no additional cost to the DEPARTMENT. Turf and landscape Maintenance Department Funded Agreement between the %rula Department of Tlansportation and Cu, of Miami Beach Financ al Project N 253086-4 78-01 Page 13 of 15 1792 of 3458 DowSign Enve" ID: 207W260-F0934483AFD3-SFCF4ASE90SE Exhibit "C" TURF AND LANDSCAPE IPA WORK CERTIFICATION DOCUMENT CONTRACT 110 QI,Q2/QI/Q4. MUNiCIPN.RC_ _ _ _ INVOICE NO: PAGE OF rWwni'.In- IO Mvon,sr.,r Mwvp]41y vin.NnS dnlr4a.anenrmlwnr'n IM.0 wnt De, v. !M'lLMrrmrnr} VdWZVn— n&l%InL WIn runTWv:M jPnl- wMbnrI rl a l 14f wmt pn l r,tl me I, Inv RAanµ' Lacitlpn i SR Oar, wort hl binM �— lthr PKluD Manrp' (anduaprrTee inmmlq mmMlS/ Rlmdr�'. NUIaOFNrry Cf RlNnw. wOae wM I;AlPrrnn PrPlq(raAC1 FNI[gNFMMi NORR WA}[OMeb /E[)nfPMAFMAO Irre(Arno. _ u: ma(Prmp. Turf and Landscape Maintenance Department Funded Agreement between the Florida Department of Transportation and City of Miami Beach Financial Project IF 2530N-4-76-01 Page 14 of 15 1793 of 3458 DocuSign En"" ID: 2078628D-FUB844B FDMFCF4ASE80BE Fshibit "D" LOCAL GOVERNMENT's Resolution To be herein incorporated once approved by the LOCAL GOVERNMENT Council: Commission. Turf and Landscape Maintenance 0epartment Funded Agreement between the Flenda Department of Transportation and Ci ty of Miami Beach Financial Project A 1530864-78 01 Page 15 of 15 1794 of 3458 DmuSipn Envelope ID: 201BB26D.F093MB"FD3-BFCF4ABE90BE RESOLUTION NO. 2022-32360 A RESOLUTON 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 DEPARTMENT FUNDED AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR TURF AND LANDSCAPE MAINTENANCE SERVICES ON THE PORTION OF STATE ROAD 112/1.195 (JULIA TUTTLE CAUSEWAY), FROM THE EAST SIDE OF THE INTRACOASTAL WATERWAY TO ALTON ROAD, WITH AN ANNUAL COMPENSATION OF UP TO $260,000.00, TO BE PAID TO THE CITY BY FDOT; SAID AGREEMENT HAVING AN INITIAL ONE (1) YEAR TERM, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR TERMS, BY MUTUAL AGREEMENT OF THE PARTIES. WHEREAS, on July 13, 1994, the Mayor and City Commission adopted Resolution No. 94-21210, approving a Memorandums of Agreement with the Florida Department of Transportation (FDOT) to provide for maintenance of landscaping along Interstate-195 (Julia Tuttle Causeway); and WHEREAS, similar agreements have been executed since that time; and WHEREAS, on March 22, 2020, the City and FDOT entered into an agreement for a one-year period, with the option to renew for two (2) additional one-year terms, which agreement will expire on March 21, 2023; and WHEREAS, FOOT has expressed a desire to enter into a new Turf and Landscape Maintenance Department Funded Agreement (Financial Project No. 253086-3-78-01) (Agreement) for an initial one (1) year term, with the option to renew for two (2) additional one- year terms, and the possibility of an additional six (6) month extension, by mutual agreement of the parties; and WHEREAS, under the terms of the new Agreement, the City of Miami Beach will receive the same compensation as in the current agreement, in the total amount not to exceed $260,000 per year, payable in quarterly payments, for turf and landscape maintenance services for the portion of State Road 11211-195 (Julia Tuttle Causeway,) from the east side of the Intracoastal Waterway to Alton Road; and WHEREAS, 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 the Agreement; and WHEREAS, the City's Public Works Department employs a Contract Manager who is responsible for monitoring the work of the landscape maintenance contractor on a regular basis to ensure specifications are complied with and the landscape materials are properly maintained; and WHEREAS, to ensure that the landscaping of the Julia Tuttle Causeway continues to be maintained at the elevated standards set by the City of Miami Beach, with the use of FOOT 1795 of 3458 Do Sign EmNope 10: 207BB28D-F093J383-8FD343FCF4ABE90BE funds, the Administration recommends the approval of the Agreement, incorporated herein by reference and attached to the City Commission Memorandum accompanying this Resolution. 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 a Department Funded Agreement with the Florida Department of Transportation (FDOT) for turf and landscape maintenance services on the portion of State Road 11211-195 (Julia Tuttle Causeway), from the east side of the Intracoastal Waterway to Aiton Road, with an annual compensation of up to $260,000.00, to be paid to the City by FDOT; said Agreement having an initial one (1) year term, with the option to renew, for two (2) additional one (1) year terms, by mutual agreement of the parties. PASSED and ADOPTED this + day of "hey - .2022. Dan Gelber, Mayor ATTEST OCT 2 7 1022 Rafael E. Granada, City Clerk _F�Floow*el ?`t { .11c APPROVED AS TO FORM & LANGUAGE F_ 8S OR EXECUTION City AttaneyAL Date 1796 of 3458 '�{� I CoaSi Envolope ID: 2018626D-F0934483-6PD3-6FCF4ABE908E To: Grace Fodriguez@dol slateit us FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL ASU74 1112812D22 CONTRACT INFORMATION ASU]4 Contraet Type[ A(- PROJ PARTICIPATION IPROJ PART) Method of Groculeeenert _ G- GOVERMENTAL AGENCY(287.057,FS.) Vendor Net CITY OF MIAMI BEACH VenEorlDF596000372011 Beginning Date Ending Date of This A,—orel l .. 192 03202024 Contratl Total(Budgetary Ceiling: _a«. 8260,00000 Dead. .;. y;.,M Landsrspa Maintenance Agreement FUNDS APPROVAL INFORMATION FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER ON 11/28/2022 Aefien: - Onei.., 'Revlaea0a APPROVED 55064020610 Al Object 2420% Amount 8260.000.00 Financial Pr.,sa 2530116117801 War, AFevay 484 CFDA: F.1 Year. 2023 li BudgelE 55150200 Calogory/C 081 Amendment ID: cool Sequence: 00 Uaer Aaepneo 10: Ene line, (BaySteatc ,:. 0001154 Total Amount: $260,000.00 Pagel of 1797 of 3458