Loading...
HomeMy WebLinkAboutResolution 2026-34131RESOLUTION NO. 2026-34131 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 MAINTENANCE MEMORANDUM OF AGREEMENT ("MMOA") BETWEEN THE CITY AND THE FLORIDA DEPARTMENT OF TRANSPORTATION ("FDOT"); SAID MMOA TRANSFERRING TO THE CITY THE MAINTENANCE RESPONSIBILITIES IN CONNECTION WITH THE CONSTRUCTION OF THE FOLLOWING IMPROVEMENTS BY FDOT AS PART OF FDOT'S STATE ROAD 907/ALTON ROAD RECONSTRUCTION PROJECT (FPID 429193-1), FROM MICHIGAN AVENUE TO 43RD STREET (ED SULLIVAN DRIVE): (1) TWO (2) STORMWATER PUMP STATIONS; (II) DRAINAGE SYSTEM; (III) LANDSCAPING, IRRIGATION AND TURF ALONG THE MEDIAN AND EAST SIDE OF ALTON ROAD; (IV) SHARED -USE PEDESTRIAN AND BICYCLE PATH; AND (V) GREEN PAVEMENT MARKING SYMBOLS. WHEREAS, on October 26, 2022, the Mayor and City Commission ("City Commission") adopted Resolution No. 2022-32358, approving, in substantial form, a Memorandum of Agreement ("MOA") between the City and the Florida Department of Transportation (FDOT), memorializing the parties' commitment related to FDOT's undertaking to design and construct certain City -owned utility and transportation facilities along FDOT's State Road 907/Alton Road, from Michigan Avenue to 43rd Street (FPID #429193-1), as part of the reconstruction of the FDOT Alton Road Project; and further authorized the City Manager and City Clerk to execute the agreement; and WHEREAS, the Michigan Avenue to 43rd Street Project (the "Alton Road Project 1"), as originally proposed, encompassed roadway improvements, included enhancements to the drainage system, installation of new pump stations, pavement and sidewalk reconstruction, upgraded signalization, landscaping, and new pavement markings; and WHEREAS, to capitalize on the scope of the proposed project, the City originally requested additional enhancements, such as the incorporation of pedestrian facilities, implementation of two-way bicycle lanes, deployment of an Intelligent Transportation System (ITS), and the design, construction, and installation of City -owned water and sewer infrastructure; and WHEREAS, several of the improvements requested by the City will extend into City -owned property or City -owned rights -of -way; and WHEREAS, FDOT typically does not include roadway improvements or enhancements that do not comply with its standards in roadway reconstruction projects, unless specifically requested by the municipality; and WHEREAS, FDOT agreed to incorporate these improvements into its project scope, requiring the municipality to assume full responsibility for the construction costs associated with the proposed enhancements along State Road 907 (Alton Road), from Michigan Avenue to 43rd Street, and full responsibility for the ongoing maintenance costs associated with these improvements via a Maintenance Memorandum of Agreement (MMOA); and WHEREAS, on October 18, 2023, the City Commission adopted Resolution No. 2023- 32813, approving, in substantial form, a Utility Work by Highway Contractor Agreement (UWHCA), a Locally Funded Agreement (LFA), an Off -System Construction and Maintenance Agreement, and a Three -Party Escrow Agreement, in order to proceed with the FDOT Alton Road Project 1; and WHEREAS, in late 2025, FDOT notified the City of substantial revisions to the previously approved UWHCA and LFA agreements, including increases in the cost of the improvements, which modifications were approved by the City Commission during the February 5, 2026 City Commission meeting pursuant to Resolution No. 2026-34075; and WHEREAS, after further discussion, the Administration, in coordination with FDOT, decided not to proceed with the installation of the City's ITS fiber optic cable component as part of the FDOT project, in that, the City is currently using other methods of communication; and further, the Administration decided to proceed with "Gray" sidewalks instead of "Miami Beach Red" along the project limits, as a more cost-effective and sustainable option; and WHEREAS, a Maintenance Memorandum of Agreement ("MMOA") is required to transfer maintenance responsibilities to the City for the following City -requested enhancements along Alton Road, spanning Michigan Avenue to Chase Avenue following completion of construction: Within FDOT Right -of -Way (ROW): • Two (2) stormwater pump stations; • Irrigation, landscaping, and turf along the median and the east side of the roadway; • Cleaning and removal of litter within the City's proposed improvements; and • Green pavement markings along project limits, as shown on the pavement marking plans; and Within City ROW / City -Owned Property: • Bicycle path and shared -use path (the "Paths"); • Cleaning and removal of litter; and • Green pavement markings along the path; and WHEREAS, the water and sewer infrastructure improvements, as well as the Operation and Maintenance (O&M) costs associated with the City's future Sewer Pump Station 25 (SPS 25), located within the City's right-of-way, will remain the City's responsibility; and WHEREAS, FDOT will remain responsible for the replacement of major components of the stormwater pump station system; and WHEREAS, the Administration recommends that the City Commission approve and authorize the City Manager and City Clerk to execute the proposed MMOA agreement with FDOT, a copy of which is 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 Maintenance Memorandum of Agreement ("MMOA") between the City and the Florida Department of Transportation ("FDOT"); said MMOA transferring to the City the maintenance responsibilities in connection with the construction by FDOT of the following improvements as part of FDOT's State Road 907/Alton Road reconstruction project (FPID 429193-1), from Michigan Avenue to 43rd Street (Ed Sullivan Drive): (i) two (2) stormwater pump stations; (ii) drainage system; (iii) landscaping, irrigation and turf along the median and east side of Alton Road; (iv) shared -use pedestrian and bicycle path; and (v) green pavement marking symbols. PASSED and ADOPTED this o2-5- day of Afbruqv2026. ATTEST: MAR 0 3 2026 teven Meiner, Mayor Rafael E. Granado, City Clerk WCORIPORATED.) APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION rDD — 2ozG c�homey $— Dote Resolutions - C7 I MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Eric Carpenter, City Manager DATE: February 25, 2026 TITLE: 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 MAINTENANCE MEMORANDUM OF AGREEMENT ("MMOA") BETWEEN THE CITY AND THE FLORIDA DEPARTMENT OF TRANSPORTATION ("FDOT"); SAID MMOA TRANSFERRING TO THE CITY THE MAINTENANCE RESPONSIBILITIES IN CONNECTION WITH THE CONSTRUCTION OF THE FOLLOWING IMPROVEMENTS BY FDOT AS PART OF FOOT'S STATE ROAD 907/ALTON ROAD RECONSTRUCTION PROJECT (FPID 429193-1), FROM MICHIGAN AVENUE TO 43RD STREET (ED SULLIVAN DRIVE): (1) TWO (2) STORMWATER PUMP STATIONS; (II) DRAINAGE SYSTEM; (111) LANDSCAPING, IRRIGATION AND TURF ALONG THE MEDIAN AND EAST SIDE OF ALTON ROAD; (IV) SHARED -USE PEDESTRIAN AND BICYCLE PATH; AND (V) GREEN PAVEMENT MARKING SYMBOLS. RECOMMENDATION The Administration recommends approving the Resolution. BACKGROUND/HISTORY On October 26, 2022, the Mayor and City Commission ("City Commission") approved, in substantial form, a Memorandum of Agreement ("MOA") between the City and the Florida Department of Transportation (FDOT), memorializing the parties' commitment related to FDOT's undertaking to design and construct certain City -owned utility and transportation facilities along FDOT's State Road 907/Alton Road, from Michigan Avenue to 43rd Street (FPID #429193-1), as part of the reconstruction of the FDOT Alton Road Project; and further authorized the City Manager and City Clerk to execute the agreement via Resolution No. 2022-32358. The Michigan Avenue to 43rd Street Project (the "Alton Road Project 1"), as originally proposed, encompassed roadway improvements, included enhancements to the drainage system, installation of new pump stations, pavement and sidewalk reconstruction, upgraded signalization, landscaping, and new pavement markings. FDOT typically does not include roadway improvements or enhancements that do not comply with its standards in roadway reconstruction projects, unless specifically requested by the municipality. To capitalize on the scope of the proposed project, the City originally requested additional enhancements, such as the incorporation of pedestrian facilities, implementation of two-way bicycle lanes, deployment of an Intelligent Transportation System (ITS), and the design, construction, and installation of City -owned water and sewer infrastructure. Several of the improvements requested by the City will extend into City -owned property or City - owned rights -of -way. FDOT agreed to incorporate these improvements into its project scope, requiring the municipality to assume full responsibility for the construction costs associated with the proposed enhancements along State Road 907 (Alton Road), from Michigan Avenue to 43rd 421 of 1589 Street, and full responsibility for the ongoing maintenance costs associated with these improvements via a Maintenance Memorandum of Agreement (MMOA). On October 18, 2023, the City Commission approved, in substantial form, a Utility Work by Highway Contractor Agreement (UWHCA), a Locally Funded Agreement (LFA), an Off -System Construction and Maintenance Agreement, and a Three -Party Escrow Agreement, in order to proceed with the FDOT Alton Road Project 1, via Resolution No. 2023-32813. In late 2025, FDOT notified the City of substantial revisions to the previously approved UWHCA and LFA agreements. City staff presented these items to the February 5, 2026 City Commission meeting, receiving approval via Resolution No. 2026-34075. ANALYSIS MAINTENANCE MEMORANDUM OF AGREEMENT ("MMOA") (ATTACHMENT A): This Agreement is required to transfer maintenance responsibilities for the City's requested enhancements. Once construction is complete, responsibility will shift from FDOT to the City for the following new infrastructure along Alton Road, spanning Michigan Avenue to 43rd Street: Within FDOT Right -of -Way (ROW): • Two (2) stormwater pump stations • Irrigation, landscaping, and turf along the median and the east side of the roadway • Cleaning and removal of litter within the City's proposed improvements • Green pavement markings along project limits, as shown on the pavement marking plans Within City ROW / City -Owned Property: • Bicycle path and shared -use path (the "Paths") • Cleaning and removal of litter • Green pavement markings along the path The water and sewer infrastructure improvements, as well as the Operation and Maintenance (O&M) costs associated with the City's future Sewer Pump Station 25 (SPS 25), located within the City's right-of-way, will remain the City's responsibility. The estimated annual cost for SPS 25 (once completed) is $65,000. FDOT will remain responsible for major replacements to the stormwater pump station. After further discussion, the Administration, in coordination with FDOT will not proceed with the installation of the ITS fiber optic cable component as part of the FDOT project as we will be using the City's current standard methods of communication, and proceeding with "Gray" sidewalks instead of "Miami Beach Red" along the project limits, as a more cost-effective and sustainable option. FISCAL IMPACT STATEMENT The estimated annual maintenance cost for the overall project is approximately $267,802, and an estimated total of $25,000 for a one-time funding request for the Sanitation Division. This figure includes anticipated maintenance expenses and utility costs for the two (2) new stormwater pump stations, the new sewer pump station, and other recurring maintenance needs, as detailed below. All costs are based on 2025 dollars: Acct: 427-0427-000343-29-421-517-00-00-00 (Stormwater Operation) $ 178,572 — Year 1 O&M cost for the City to maintain the two (2) new FDOT stormwater pump stations, including utility expenses. 422 of 1589 • Acct: 011-0840-000343-29-403-521-00-00-00 (Streets Operation) $8,000. — Recurring maintenance costs for our street/sidewalk operation's division for the routine maintenance of the new path and sidewalk Acct: 425-0420-000343-29-421-513-00-00-00 (Sewer Operation) $65,000 — Year 1 O&M cost for the City to maintain the future SPS 25, including utility expenses • Acct: 435-0430-000325-29-413-511-00-00-00 (One Time Funding Request - Sanitation Division) $22,000 — Funding request for 10 Victor Stanley Litter Cans. Acct: 435-0430-000325-29-413-511-00-00-00 (One Time Funding Request - Sanitation Division) $3,000 — Funding request for 10 Doggie Dispensers and poles. Acct: 011-0940-000325-29-406-545-00-00-00 (Greenspace Division) $16,230 — Funding request for the routine maintenance of the irrigation and landscaping of the grass strip along the Path The funding estimates provided above are contingent on City Commission approval of future operating budgets. 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://www.miamibeachfi.gov/city-hall/city-clerk/meeting-notices/ CONCLUSION Upon completion of the Alton Road corridor improvements by FDOT, the City will assume responsibility for maintaining two (2) new stormwater pump stations, the median and the east side irrigation system and landscaping, turf, green bicycle lane pavement markings, and overall cleanliness along Alton Road. Ongoing maintenance is essential to preserve the functionality, appearance, and long-term value of the corridor. These enhancements are critical to improving drainage and reducing flooding frequency and impacts, while enhancing safety and comfort for all users. Accordingly, the Administration recommends that the City Commission approve and authorize the City Manager and City Clerk to execute the MMOA agreement with FDOT. Applicable Area Middle Beach Is this a "Residents Right to Know" item, pursuant to City Code Section 2-17? Yes Is this item related to a G.O. Bond Proiect? No Was this Agenda Item initially requested by a lobbyist which as defined in Code Sec. 2-481, includes a principal engaged in lobbyinci? No 423 of 1589 If so, specify the name of lobbyist(s) and principal(s): Department Public Works Sponsor(s) Co-sponsors) Condensed Title Execute MMOA w/ FDOT, SR 907/Alton Rd Reconstruction Proj from Michigan Av to 43rd St. PW Previous Action (For City Clerk Use Only) 424 of 1589 FLORIDA DEPARTMENT OF TRANSPORTATION PUMP STATIONS, BICYCLE PATH, SHARED -USE PATH GREEN PAVEMENT, LANDSCAPING, IRRIGATION AND TURF MAINTENANCE MEMORANDUM OF AGREEMENT WITH THE CITY OF MIAMI BEACH This AGREEMENT, entered into on , 20 , by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida, hereinafter called the DEPARTMENT, and the CITY OF MIAMI BEACH, a municipal corporation of the State of Florida, hereinafter called the CITY, and collectively referred to as the PARTIES. RECITALS: A. The DEPARTMENT has jurisdiction over State Road (SR) 907 (Alton Road) from Michigan Avenue to Ed Sullivan Drive (43t} Street), which is located within the limits of the CITY; and B. The PARTIES to this AGREEMENT mutually recognize that it is in the best interest of the Public to improve SR-907 (Alton Road) from Michigan Avenue to Ed Sullivan Drive (431" Street) , the limits of which are described in the attached Exhibit "A" (the "PROJECT LIMITS"), which by reference shall become a part of this AGREEMENT; and C. The DEPARTMENT, pursuant to PROJECT FM# 429193-1, 429193-2, 429193-4 and 429193-5, will design and construct permanent roadway, drainage and landscape improvements, collectively referred to as the "PROJECT," along the PROJECT LIMITS, within DEPARTMENT and CITY right-of-way; and D. It is the intent of the PARTIES for this AGREEMENT to supplement all existing Maintenance Memorandum of Agreement (MMOA) and existing Permits previously executed between the DEPARTMENT and the CITY; E. The PARTIES to this AGREEMENT mutually recognize the need for entering into an agreement designating and setting forth the responsibilities of each party with regards to the maintenance of the PROJECT; and F. The CITY, by Resolution No. _, dated , Ma inrenam-, Mem,Air; ,Am ,t A,jr am'r,I b"txe !, FI—t1, i��"Pn�,ment „t i-itA,., .+nt the city of MSam: Beach Page 1 of 17 425 of 1589 attached hereto as Exhibit "B", which by reference shall become a part of this AGREEMENT, desires to enter into this AGREEMENT, and authorizes its officers to do so. NOW, THEREFORE, in consideration of the mutual benefits contained herein and other good and valuable consideration, the PARTIES covenant and agree as follows: 1. RECITALS The recitals in this AGREEMENT are true and correct and are incorporated herein by reference and made a part hereof. 2. TERM OF AGREEMENT The effective date of this AGREEMENT is the date on which the last party executes this AGREEMENT, and this AGREEMENT shall continue so long as the PROJECT improvements remain in place. 3. ASSIGNMENT OF MAINTENANCE RESPONSIBILITIES The PARTIES agree that the execution of this AGREEMENT shall constitute an assignment of all maintenance responsibilities pertaining to the two pump stations, bicycle path, shared - use path, green pavement, existing and propose landscaping, irrigation, and turf (the "IMPROVEMENTS") within the PROJECT LIMITS to the CITY upon the DEPARTMENT's acceptance of the PROJECT. Regarding the IMPROVEMENTS located within property owned by the CITY listed in the attached Exhibit "C," which by reference shall become a part of this AGREEMENT, the CITY shall grant the DEPARTMENT all easements necessary for the DEPARTMENT to access the CITY's property and perform the maintenance or repairs required to be performed by the DEPARTMENT in accordance with this AGREEMENT. 4. MAINTENANCE RESPONSIBILITIES OF THE PARTIES The CITY shall maintain all the PROJECT improvements specified below (Sections 4.1 through Section 4.6) within the DEPARTMENT and CITY right-of-way. The maintenance shall be performed in accordance with all applicable standards set forth in the PROJECT plans, PROJECT specifications, special -f .A31. .. R�..., t,,:.r xr.,. FI..t ia•t :�,F �.I: t m....• 7 Ir air E.._tr.tr •:� an1 .h.. ,fir-i t M:am: H.. ,•-t: Page 2 of 17 426 of 1589 provisions, permit requirements and maintenance manuals provided as part of the PROJECT. 4.1 General Requirements: The CITY'S general maintenance obligations shall include, but shall not be limited to the following: a. Removing and disposing of litter in accordance with all applicable government rules, regulations, policies, procedures, guidelines, and manuals, as amended from time to time. b. Maintaining a service log of all maintenance operations that sets forth the date of the maintenance activity, the location that was maintained, and the work that was performed. c. Submitting lane closure requests to the DEPARTMENT when maintenance activities 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, and in accordance with the District Six Lane Closure Policy, as may be amended from time to time. 4.2 Two Pump Stations: a. The CITY agrees to operate and routinely maintain the PUMP STRUCTURE SYSTEMS (as defined below), including payment of all associated utility bills. The DEPARTMENT shall provide the CITY with copies of all the manufacture's maintenance and operations manuals and guides. b. The PUMP STATION STRUCTURE SYSTEMS includes the pump station wet wells, the trash rake structures, the valve structures, the pollution control structures and inside components, the force main discharge pipes from the pump stations to the outfall structure, gate and check valves, bulkhead walls, manatee grates, rip rap, pump station control panels, control panel concrete pads, generators, generator concrete pads, pumps, motors, impellers, variable frequency drives (VFDs), and pump station hatches (the "PUMP STATION STRUCTURE SYSTEMS"). c. The CITY'S maintenance responsibilities for the PUMP STRUCTURE SYSTEMS along the PROJECT LIMITS, within "[�.-I T �r 1 C. ,,.;i h�� ,'.t[, Mi.�r�� Ranch Page 3 of 17 427 of 1589 DEPARTMENT and CITY right-of-way shall include, but shall not be limited to, the following: i. Periodically inspecting and maintaining the PUMP STRUCTURE SYSTEM and all its associated features (electrical, mechanical, etc.) in accordance with the manufacturer's minimum care and maintenance requirements, and in accordance with the PROJECT plans and specifications, but never less than once per contractual year. ii. Adhering to the safety precautions prescribed by the manufacturer and enumerated in the PROJECT plans and specifications. iii. Complying with all applicable government rules, regulations, policies, procedures, guidelines, and manuals, as the same may be amended from time to time. iv. The CITY will keep electronic records of all inspections and maintenance services performed. Upon request by the DEPARTMENT, the CITY shall provide the service records for review. V. Paying all costs associated with repairs, that may include replacement of parts, of the PUMP STRUCTURE SYSTEM, that are not included as part of the repair work described in the definition of MAJOR REPAIRS, as defined in the below subsection (d). d. mhe DEPARTMENT will be solely responsible for any MAJOR REPAIRS along the PROJECT LIMITS, within DEPARTMENT and CITY right-of-way. The CITY must notify the DEPARTMENT as soon as the need for a MAJOR REPAIR is discovered. MAJOR REPAIRS shall only include a complete replacement of any major components of the PUMP STRUCTURE SYSTEMS. Major components include pump station well, pollution control structures, bulkhead walls, pump station control panel, hatches, generator, energy dissipator, sluice gates, pumps and variable frequency drives (VFDs). When a MAJOR REPAIR is required, the DEPARTMENT at its own expense, shall complete all necessary MAJOR REPAIRS within sixty (60) days from the date the deficiency is identified. The DEPARTMENT, however, shall not be responsible for the following MAJOR REPAIRS, for which the CITY shall be solely M%aI'll -T,--, We"', nn.ium : Apt 'r.Ir•,�[ rrt i �n .3 mi thr' '::tt Miami H�a,-h Page 4 of 17 428 of 1589 responsible at the CITY'S own expense: i. Any MAJOR REPAIRS that are needed as a result of the CITY'S failure to perform its maintenance responsibilities pursuant to this AGREEMENT, or ii. Any MAJOR REPAIRS that are the result of a negligent act of the CITY in performing its maintenance responsibilities pursuant to this AGREEMENT. 4.3 Drainage Network System and Features: a. All proposed and existing drainage features built within the CITY's right-of-way shall be maintained by the CITY. b. F,_i t';e- purpose of defining maintenance limits, the DEPARTMENT'S maintenance will end at the crosswalk at each of the CITY'S side streets. c. The CITY'S maintenance responsibilities, including all NPDES MS4 permitting requirements, pertaining to drainage network system and features shall include, but shall not be limited to the following: i. Maintaining the drainage system operating as originally designed. Cleaning and desilting the drainage system, including but not limited to pipes, inlets, manholes, structures, trench drains, yard drains, as debris and other materials can accumulate throughout the life of the system. Fixing all damaged drainage systems. ii. Performing routine and regular inspection of the drainage features to assure that the systems are fully functional. Identifying damaged, malfunctions, repairs and replace broken components. iii. Periodically inspecting and maintaining the rip rap in accordance with the PROJECT Plans and Specifications, but never less than once every two years. Visual inspections may include above and underwater elements. These deficiencies vary from spalls, delamination, corrosion, scour, and others. iv. Inspect and maintain all outfalls. Ma:.- ,r:a... .,,,.r,. .,v. :m . F,re rent t—. =-r. Pi F..,r',r.•p ,c.jc ..E, .,.i i. ,.:-t :r, _ M: r Page 5 of 1-1 429 of 1589 v. For all drainage features connected to the DEPARTMENT'S systems, all inspections and maintenance shall follow all Local, State and Federal guidelines / laws, including meeting the terms of all State permit requirements. vi. When remedial action is needed in accordance with the above requirements, the CITY at its own expense, shall complete all necessary repairs within sixty (60) days of the date the deficiency is identified. vii. Complying with all applicable government rules, regulations, policies, procedures, guidelines, and manuals, as the same may be amended from time to time. 4.4 Bicycle Path and Shared -Use Path: a. Bicycle path and shared -use path, collectively referred to as the "Paths", included in this AGREEMENT, include all sidewalks, pedestrian surfaces, bicycle ra(_:ilities, greater than 5 feet in width. b. Paths maintained by the CITY are found in and outside the DEPARTMENT right-of-way. c. Performing routine and regular inspections of all the Paths. Identify damages on the surfaces and properly address all drop-offs to ensure ADA requirements are met. Repair and/or replace damaged Paths to ensure surfaces are maintained in accordance with all applicable DEPARTMENT guidelines, standards, and all applicable American with Disabilities Act (ADA) requirements, as amended from time to time. d. Maintain detectable warning surfaces, pedestrian mats or domes, manhole covers, pull -boxes and vaults. The CITY is also responsible for the maintenance and replacements of the ADA detectible surfaces along the Paths. e. The CITY shall conduct condition surveys per CITY's procedures of the Paths for gaps, settlement, drop-offs and other deficiencies described in this AGREEMENT for the life of the Paths. Paths that are exclusively inside the CITY right-of-way, not shared with the DEPARTMENT .f At: r ida Department ,,t Tr an spart at ion and ttW r..'i I :,t Miami Beach Page 6 of 17 430 of 1589 paths, shall meet CITY criteria. f. Gaps within the Paths shall not exceed a quarter (1/4) of an inch. Gaps at the interface (perimeter) between the Paths and the adjacent areas shall not exceed a quarter (1/4) of an inch. This requirement also applies to areas adjacent to the Paths that have been impacted by the trees planted within the Paths. g. Differential settlement within the Paths shall not exceed a quarter (1/4) of an inch in depth. Differential settlement at the interface (perimeter) between the Paths and the adjacent areas shall not exceed a quarter (1/4) of an inch in depth. This requirement also applies to areas adjacent to the Paths that have been impacted by the trees planted within the Paths. h. When remedial action is required in accordance with the above requirements, the CITY at its own expense shall complete all necessary repairs within sixty (60) days from the date the deficiency is identified. i. Paint, repair and/or replace damaged Paths in kind (texture, geometry, color, strength, etc.) and in accordance with all applicable DEPARTMENT guidelines, standards, and all applicable ADA requirements, as amended from time to time. 4.5 Green Pavement Marking Symbols: a) Sweep the pavement marking surfaces periodically to keep them free of debris and to maintain an aesthetically pleasing condition. A light pressure washing may be necessary for heavy stain removal or cleaning. b) Remove and properly dispose of litter from the pavement marking surfaces. c) For any routine repairs or replacement due to noticeable color scarring or surface deterioration of the pavement markings, the product authorized installer should be contacted. d) When remedial action is required in accordance with the above requirements, the CITY shall complete all necessary Maintenance Memorandum -,f Agt—ment between FL-rida Department ._.f Transr-!tat ion and the City of Miami Beach Page 7 of 17 431 of 1589 repairs at its own expense within sixty (60) days of the date the deficiency is identified. 4.6 Landscaping, Irrigation and Turf: For the purpose of this AGREEMENT, the CITY'S maintenance obligations related to landscape maintenance only applies to the medians, and the CITY'S maintenance obligations related to irrigation and turf management only applies to the median and east side of the roadway. a. Mowing, cutting and/or trimming and edging the grass and turf of all areas with the PROJECT limits. 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. All pruning and trimming will follow the Maintenance Rating Program Handbook which specifically requires no encroachment of trees, tree limbs or vegetation in or over travel way (or clear zone) lower than 14.5 feet, or lower than 10 feet over sidewalks. d. 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 the Project Plans and in the Project Specifications, incorporated herein by reference, and all applicable DEPARTMENT guidelines, standards and procedures, as may be amended from time to time. All replacement materials shall be in accordance with the Project Plans and the Project Specifications and Special Provisions. e. Mulching all plant beds and tree rings. f. Removing and disposing of all undesirable vegetation including but not limited to weeding of plant beds and removal of invasive exotic plant materials. g. Watering and fertilizing all plants as needed to maintain the plant materials in a healthy and vigorous growing condition. Ma:nt cna r.ce M— t anium ,f Agreement Fl,rida Department of Transrortat ion and the City If Miami Reach Page 8 of 17 432 of 1589 h. Paying for all water use and all costs associated therewith. Repairing all irrigation systems. i. Removing and disposing of litter from roadside and median strips in accordance with all applicable government rules, regulations, policies, procedures, guidelines, and manuals, as amended from time to time. j. Removing and disposing of all trimmings, roots, branches, litter, and any other debris resulting from the activities described by 3.A through 3.I. 5. DEFAULT If either party fails to observe or perform any covenant, condition, or agreement contained herein, the non -defaulting party shall provide the defaulting party with a sixty (60) calendar day written notice to cure. If the defaulting party fails to cure within the sixty (60) calendar day notice period (or such longer time period agreed by the PARTIES in writing), then the defaulting party shall be in default of this AGREEMENT and the non -defaulting party may, at its sole and exclusive discretion, elect to cure any default and invoice the defaulting party for the actual expenses incurred. 6. NOTICES 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 the DEPARTMENT: Florida Department of Transportation 1000 Northwest 111 Avenue, Room 6205 Miami, Florida 33172-5800 Attn: District Maintenance Engineer To the CITY: City of Miami Beach 1700 Convention Drive Miami Beach, Florida 33139 Attention: Public Works Director Maintenance Memc randum ,.:if P.greernent between Flnrida Department r,f Tran:F,.-,rtat ion and the r:ity ,f M1am1 Beach Page 9 of 17 433 of 1589 With a copy to: City of Miami Beach 1700 Convention Drive Miami Beach, Florida 33139 Attention: City Manager Notices shall be deemed to have been received upon actual receipt. 7. REMOVAL, RELOCATION, OR ADJUSTMENT OF THE IMPROVEMENTS a. The PARTIES agree that the improvements located within the DEPARTMENT'S right-of-way may be removed, relocated, or adjusted at any time in the future, at the DEPARTMENT'S sole discretion. In the event that the DEPARTMENT relocates or adjusts any improvements within the DEPARTMENT'S right-of-way, which the CITY has specifically agreed to maintain herein, the CITY's maintenance responsibilities for those improvements will survive the relocation or adjustment, as long as the materials remain within the PROJECT LIMITS. b. In the event that the DEPARTMENT is required to replace improvements within its right-of-way at any time as part of maintenance activities, a roadway project, or related construction activities, the DEPARTMENT shall replace in kind, and the CITY'S maintenance obligations under this AGREEMENT shall survive said replacements as long as the improvements remain within the PROJECT LIMITS. However, the CITY may, with the written approval of the DEPARTMENT, make upgrades within the PROJECT LIMITS at its sole cost and expense with the understanding that the CITY shall assume all maintenance obligations for the upgrades, and, if the Parties deem necessary, enter into a new maintenance agreement for said upgrades. c. The PARTIES agree that the improvements located within the CITY'S right-of-way may be removed, relocated, or adjusted at any time, in the future, upon coordination between the CITY and the DEPARTMENT. In the event that the CITY relocates or adjusts any improvements within the CITY'S right-of-way, which the DEPARTMENT has specifically agreed to maintain herein, the DEPARTMENT'S maintenance responsibilities for those improvements will survive the relocation or adjustment, as long as the materials remain tda in'e-n.,n -e N�m.-1 ;ndure --f Agreement between Pl Sri a f'epartmert t Transportation anj the City .:•t Miami Beach Page 10 of 17 434 of 1589 within the PROJECT LIMITS. 8. TERMINATION This AGREEMENT may be terminated only if mutually agreed to by both PARTIES and such termination shall be valid only if made in writing and executed with the same formalities as this AGREEMENT. 9. MISCELLANEOUS TERMS a.E-Verify The CITY 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 Vendor/Contractor during the term of the contract; and ii. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. (Executive Order Number 2011-02) The CITY shall insert the above clause into any contract entered into by the CITY with vendors or contractors hired by the CITY for purposes of performing its duties under this AGREEMENT . b. This writing embodies the entire AGREEMENT and understanding between the PARTIES hereto and there are no other agreements and understanding, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. c. This AGREEMENT shall not be transferred or assigned, in whole or in part, without the prior written consent of the DEPARTMENT. d. This AGREEMENT shall be governed by and constructed in accordance with the laws of the State of Florida. Any provisions of this AGREEMENT found to be unlawful or unenforceable shall be severable and shall not affect the M.a; r.'e.^,a nce MF?,.[.+n.1 .:m ! L•..•t w�r•r. 'I': :; i.i ».f �r'T.•-r,r -.t ca r�.�c z:r'-�t: r, .+n1 '..� , `. Mtnmi R.. a._• Page 11 of 17 435 of 1589 validity of the remaining portions of the AGREEMENT. e. Venue for any and all actions arising out of or in connection to the interpretation, validity, performance or breach of this AGREEMENT shall lie exclusively in a state court of proper jurisdiction in Miami -Dade County, Florida. f. A modification or waiver of any of the provisions of this AGREEMENT shall be effective only if made in writing and executed with the same formality as this AGREEMENT. g. The section headings contained in this AGREEMENT are for reference purposes only and shall not affect the meaning or interpretation hereof. h. No term or provision of this AGREEMENT shall be interpreted for or against either Party because the Party or its legal representative drafted the provision. i. The DEPARTMENT and the CITY are state agencies, self - insured and subject to the provisions of Section 768.28, Florida Statutes, as may be amended from time to time. Nothing in this AGREII4ENT shall be deemed or otherwise interpreted as waiving the PARTIES' sovereign immunity protections, or as increasing the limits of liability as set forth in Section 768.28, Florida Statutes. 1O.INSURANCE a. The PARTIES hereto acknowledge that the PARTIES are governmental entities subject to the provisions of Section 768.28, Florida Statutes. Each party shall maintain a fiscally sound and prudent risk management program with regard to its obligations under this Agreement and in accordance with the provisions of Section 768.28, Florida Statutes. Each party shall collect and keep on file documentation of insurance of any and all contractors procured by it which may participate in any way in the PROJECT. b. With regard to work to be done inside the DEPARTMENT'S property, the CITY shall cause its contractors to add the DEPARTMENT and the CITY as additional insureds and Certificate Holders in their general insurance policies Page 12 of 17 436 of 1589 during the term of this AGREEMENT. Such insurance shall include ProductslCompleted Operations coverage. Prior to commencement of any work by the CITY'S contractors, the CITY shall provide the DEPARTMENT with its contractors' ACORD Certificates of Liability Insurance and Additional Insured Endorsements naming the DEPARTMENT and the CITY as additional insureds. The DEPARTMENT shall be notified in writing within ten (10) days of any cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or coverage described herein. c. With regard to work to be done inside of the CITY'S property, the DEPARTMENT shall cause its contractors to add the CITY and the DEPARTMENT as additional insureds and Certificate Holders in their .general insurance policies during the term of this AGREEMENT. Such insurance shall include ProductslCompleted Operations coverage. Prior to commencement of any work by the DEPARTMENT'S contractors, the DEPARTMENT shall provide the CITY with its contractors' ACORD Certificates of Liability Insurance and Additional Insured Endorsements naming the CITY and the DEPARTMENT as additional insureds. The CITY shall be notified in writing within ten (10) days of any cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or coverage described herein. IN WITNESS WHEREOF, the PARTIES hereto have caused these presents to be executed the day and year first above written. Mnte'.•nnrr-�. Mom- tar,, Him [ A. )r F'•-m�•nc trNr—,:eery Pi or 1-1. D'E.-tm-.,l . [ T!ar,[',.-rt... i. c. .rni rhr 'i• t Mt rm; Ft. ••,4r Page 13 of 1 437 of 1589 CITY OF MIAMI BEACH: BY: CITY Manager ATTEST: (SEAL) CITY Clerk BY: CITY Attorney STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION: BY: District Director of Transportation Operations ATTEST: LEGAL REVIEW: BY: Executive Secretary District Chief Counsel Maintenance Mem„randum ..t Agreement 1 17a :impartment -1 Transp-rtati n and the ':tty -t Miam' Bea..h Page 14 of 17 438 of 1589 EXHIBIT 'A' PROJECT LIMITS Below are the limits of the IMPROVEMENTS to be maintained by the CITY under this AGREEMENT. State Road Number: 907 Local Street Names: Alton Road Project Limits: Michigan Avenue to Ed Sullivan Drive Street) County: Miami -Dade Maintenar. ce Hem, IarAum •f Agreement bet veer, F1,,r ila hepartment of Transport at itn anal the t'ity of Miami Beach Page 15 of 17 439 of 1589 EXHIBIT 'B' CITY OF MIAMI BEACH RESOLUTION To be herein incorporated once ratified by the CITY Board of Commissioners. Ha r., eras,-e Mem--, r an lum r we F--,r . 1, 40 m,-f t f rr,Ar.cr- rt it I 'T, I. I Page 16 of 17 440 of 1589 EXHIBIT 'C' CITY OF MIAMI BEACH PROPERTIES The CITY will has, or will execute Easements to the DEPARTMENT fc;r the properties described below granting access to the DEPARTMENT. Parcel 800 Pump Station and associated drainage features along Alton Road and 29", Street Parcel 800.1 Pump Station and associated drainage features along Alton Road and 29", Street Parcel 802.1 Pump Station and associated drainage features along 2911, Street Parcel 803.1 ITS Structure Parcel 804 Pump Station and associated drainage features along Michigan Ave and Alton Road Miami e. _ page 11 of 1, 441 of 1589