Loading...
HomeMy WebLinkAboutR-03-0864J-03-626 07/24/03 RESOLUTION NO. 03- 864 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO EXECUTE THE JAPANESE GARDEN AGREEMENT ("AGREEMENT"), IN SUBSTANTIALLY THE ATTACHED FORM, WITH PARROT JUNGLE ISLAND, INC. ("PJI"), A FLORIDA CORPORATION, FOR THE DESIGN, CONSTRUCTION, MANAGEMENT AND MAINTENANCE OF THE JAPANESE GARDEN TO BE LOCATED ON APPROXIMATELY ONE (1) ACRE ON WATSON ISLAND, WITH A TERM TO COMMENCE UPON EXECUTION OF THE AGREEMENT AND TO TERMINATE AT THE EXPIRATION OF THE LEASE BETWEEN THE CITY AND PJI DATED SEPTEMBER 2, 1997, AS AMENDED; FURTHER APPROVING CONSIDERATION TO PJI FOR ITS SERVICES, IN AN AMOUNT EQUAL TO THE ACTUAL COST OF PJI'S PROVISION OF SERVICES BASED ON A MANAGEMENT BUDGET AND MANAGEMENT PLAN APPROVED BY THE CITY, SUBJECT TO AVAILIBILITY OF FUNDS. WHEREAS, the City of Miami ("City") is owner of certain real property and improvements located at Watson Island, Miami, Florida; and WHEREAS, on September 2, 1997, the City entered into a Lease and Development Agreement amended April 14, 2000, ("Lease") with Parrot Jungle Island, Inc., ("PJI") a Florida Corporation, for the development of a botanical garden attraction and related uses; and 7 7t1, !r nn 7" 77 7 ria 0 CITY COMOMON MEETING OF U L 2 4 2003 Resojwion No - 0 3 n o•03_ WHEREAS, the botanical garden attraction will be known as the Japanese Garden ("Garden") to be located on approximately one (1) acre of Watson Island; and WHEREAS, the Lease allows Parrot Jungle Island, Inc., to relocate the Garden to a comparable site within the property adjacent to the Leased Property, subject to the approval of the City Commission; and WHEREAS, PJI wishes to be responsible for the management of the Garden, given the close proximity of the proposed location of the Garden to Parrot Jungle, and PJI's obligation under the Lease to maintain the Garden throughout the term of the Lease; and WHEREAS, PJI and the City wish to enter into an agreement to set forth the terms and conditions for the relocation and construction of the Garden, and to establish the rights and obligations of the parties with respect to the management of the at the Property; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Page 2 of 4 03— 864 Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The City Manager is authorized -11 to execute the Japanese Garden Agreement ("Agreement"), in substantially the attached form, between the City of Miami ("City") and Parrot Jungle Island, Inc., ("PJI") a Florida corporation, for the design, construction, management and maintenance of the Japanese Garden to be located on approximately one (1) acre on Watson Island, with a term to commence upon execution of the Agreement and to terminate at the expiration of the lease agreement between the City and PJI dated September 2, 1997, as amended, with consideration to be paid to PJI for its services, in an amount equal to the actual cost of PJI's provision of services based on a management budget and management plan approved by the City, subject to availability of funds. 1� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable provisions of the City Charter and Code. Page 3 of 4 03- 864 Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2/ PASSED AND ADOPTED this 24th day of July , 2003. ATTEST: 12)'1 21, /W-PTLLA A.If HOM 16SON j /:CITY CLERK APPROVED ASS FORM AND CORRECTNESS: PFJANDRO VILARELLO TY ATTORNEY W7377:tr:AS:BSS z/ If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 4 of 4 rj 3— 864 JAPANESE GARDENS AGREEMENT This Agreement is made as of the day of , 2003, between the CITY OF MIAMI, a municipal corporation in the State of Florida, ("City") and PARROT JUNGLE & GARDENS OF WATSON ISLAND, INC., a Florida corporation, f/k/a PARROT JUNGLE & GARDENS, INC., a Florida corporation, whose principal office is located at 1111 Parrot Jungle Trail, Miami, Florida 33132 ("PJI"). RECITALS: A. The City and PJI heretofore entered into a Lease and Development Agreement dated September 2, 1997, as amended by Modification of Lease and Development Agreement dated April 14, 2000 and by Modification to Lease and Development Agreement dated August 13, 2002 (the "Lease") for the development of a botanical garden attraction and related uses, to be known as the Parrot Jungle, on 18.6134 acres of City owned land located at Watson Island, Miami, Florida (the "Leased Property"). B. The Ichimura Miami -Japan Garden, known as the "Japanese Garden" (the "Garden") is a City owned park that was gifted to the City by Mr. Kiyoshi ichimura and is located in a on - acre parcel within the Leased T'roperty. C. Section 13.9 of the Lease allows PJI to relocate the Garden to a comparable site within the property adjacent to the Leased Property, subject to the approval of the City Commission of the proposed location, amenities, layout, design and construction schedule, at PJI's sole cost and expense. D. Section 13.9 of the Lease requires PJI to maintain the Garden to a standard of quality that will ensure its preservation as a unique and special cultural resource for the use and enjoyment of all residents and visitors to the City. E. The City has received a total of $657,000 in grant funds ("Grant Funds") from several agencies to assist in the design, relocation and construction of the Garden (the "Project"). F. Given the close proximity of the proposed location of the Garden to the Parrot !-—.1e, and PJI's obligation ..rider the Lease to maintain tl,e Garden throughout uic term of the Lease, PJI wishes to be responsible for thw management of the Garden. G. PJI and the City wish to enter into this Agreement to set forth the terms and conditions for the relocation of the Garden and the construction of the Project, and to establish the rights and obligations of the parties hereto with respect to the management of the Garden. 03- 864 NOW, THEREFORE, in consideration of the mutual covenants contained herein, the City and PJI agree as follows: ARTICLE I TERM The term of this Agreement shall commence upon its execution and shall terminate at the expiration of the Lease, unless otherwise terminated as provided herein. ARTICLE II THE PROJECT PJI agrees to construct, or cause to be constructed, the Project substantially in accordance with the plan attached hereto as Exhibit "A" (the "Plan"). The Project shall be constructed at the location described in Exhibit `B" hereto (the "Property"). PJI acknowledges its sole responsibility for the preparation of the construction documents (the "Construction Documents"), which Construction Documents shall be substantially in conformity with the Plan and shall be submitted to the Director of the Department of Economic Development (the "Director") for his prior review and approval. The Project is to be constructed, substantially in accordance with the Plan by not later than October 31, 2003, subject to force majeure and subject to timely disbursement of the Grant Funds. The City shall make available to PJI the Grant Funds, to be disbursed for the purposes, and in the manner, set forth in Exhibit "C" hereto. In the event that the cost of construction of the Project exceeds the amount of the Grant Funds, PJI shall be responsible for the payment of such excess construction costs. Accordingly, PJI shall have the right to modify the Plan and Construction Documents (subject to reasonable approval the Director) in order to conform the cost of the Project with the Grant Funds, subject to the terms of the Lease, provided that any substantial deviation from the Plan and Construction Documents shall be subject to the approval of the City Commission. To the extent commercially feasible, PJ1 shall ,provide the Citv with reasonable notice and opportunity to attend all Project construction meetings. 1. CONSTRUCTION CONTRACT PJI acknowledges its sole responsibility for the preparation, administration and enibrcement of the construction contract for the Project (tho "Construction Contract"). lluring construction of the Project, PJI shall provide to the City, once each month, a certificate of the architect certifvinc that those portions of the improvements which have been completed, and for which requisitions for payment have been issued, are in substantial accordance with the approved Construction Documents. The City's consultants, architects, engineers, agents and employees, at reasonable times and upon reasonable notice to PJI, may enter upon the Property and view the work. PJI shall maintain copies of the approved Construction Documents for the City's examination. If during construction the City reasonably determines that the construction is not proceeding in accordance with the provisions of this Agreement or with the approved Construction Documents, the City shall give PJI written notice thereof, specifying in detail the 2 03- 864 particular deficiency, defect or omission and PJI shall thereupon take such steps as are necessary to correct such deficiency, defect, or omission. 2. CHANGE ORDERS All substantial changes in the work during construction shall be subject to the approval of the City Manager. Prior to commencing any substantial change in the work requested by either the PJI, the City or the Contractor, PJI will prepare and deliver to the Director, for his/her approval, a change order (the "Change Order") setting forth the total costs of such change which will include associated architectural and contractor's fees. The City Manager, in its reasonable discretion, may reject a Change Order that materially deviates from the Construction Documents. If the City does not approve such Change Order, PJI will not proceed to cause the requested change to be performed. The cost of any Change Order authorized pursuant to this Section shall be paid in the manner provided in this Agreement for the payment of construction of improvements. If the City does not object to a proposed Change Order within five (5) business days of receiving the Change Order, PJI may consider the Change Order approved. 3. PERMITS / COMPLIANCE WITH LAWS PJI shall be s()lely responsible for securing and paying for all approvals, permits, governmental fees, impact fees, licenses, and inspections necessary for the proper execution and completion of the Project, provided, however, that to the extent legally permissible the City agrees to waive impact fees and permit fees and to cooperate with PJI in obtaining similar waivers from the County and State. PJI shall ensure that the Project is constructed in accordance with all applicable laws, codes, and regulations. Upon written notification by the City to PJI, PJI shall ensure that any work not acceptable to the applicable governmental authority, or not reasonably satisfactory to the City pursuant to the terms hereof, shall be promptly corrected, replaced, or otherwise brought into comphi :nce at no expense to the Cil,.,:. The City's failure to promptly object any work shall not constitute acceptance thereof. 4. LIENS PJI shall ensure that the Property shall at all times be free from any mechanics', materialmen's, or other liens arising out of any improvements made, or work performed upon, or materials, furniture, or fixtures delivered to the Property by or on behalf of PJI. The City shall ave the right, but not the obligation, at all times to post .and keep posted on the Property any notices which it deems necessary for its protection from such liens. If any such liens are filed and are not released of record by payment or posting of a proper bond within fifteen (15) calendar days after PJI has been notified in writing of such filing, the City may, without waiving any other rights or remedies it may have, cause the lien to be released by any means it shall deem proper, including payment of the claim giving rise to the lien unless a Notice of Contest of Lien has been filed by PJI, in which event all amounts paid by City shall immediately be due and payable by PJI. 3 03- 864 5. PAYMENT PROCEDURES — GRANT REQUIREMENTS PJI acknowledges and agrees that grant funds will be available for use in the Project only in accordance with the Grant Budget attached hereto as Exhibit "D" (the "Grant Budget") and made a part hereof. The Grant Budget sets forth the scope of work which qualifies for payment utilizing the grant funds received from various agencies. PJI covenants and agrees to comply with terms and conditions contained in the grant agreements, a copy of which is attached hereto as Exhibit "E" (the "Grants"). Notwithstanding the foregoing, the City acknowledges the general intent of PJI that the Grant Funds shall be substantially adequate to perform the entire Project in full. As portions of the Project included in the Grant Budget are completed, PJI will submit a payment requisition signed and approved by the contractor, the architect and PJI to the City for payment. Requisitions for payment shall comply with all requirements for disbursement of Grant Funds, as set forth in Exhibit "C", including but not limited to a statement of the following: total Project cost to date, change orders to date, the schedule of values contained within the construction budget, the amount of the payment request, allocation of the work covered by the requisition among the schedule of values, and balance to complete the Project. The requisition for payment shall be accompanied by (i) lien waivers or releases from any party with a right to file a lien against the improvements to the extent the claim was covered by a previous requisition, together with such other lien waivers, releases, or evidence of payment as the City may reasonably require; and (ii) written certification from the Architect that the information contained in the requisition for payment is accurate, and that the work covered by the requisition was completed substantially in accordance with the approved Plans; and (iii) such other documentation as may be reasonably required by the City. Upon approval of the requisition by the City, the City shall advance the funds to PJI and thereafter seek reimbursement from the Granting Agencies. PJI acknowledges that the Granting Agencies have the independent right to inspect those portions of the Project funded with grant funds and in the event that any portion of such work is found to be defective, PJI shall promptly cause the Contractor or any other responsible party to take such curative action as may be required to bring the work into compliance. 6. PJI RESPONSIBILITY FOR CONSTRUCTION COST PJI acknowledges and agrees that the sole financial commitment of the City is to make available to PJI the Grant Funds, provided that the Project qualifies for funding and the City actually receives the Grant Funds. In the event that the Grant Funds are not sufficient to complete the Project, as herein provided, or that the Grant Funds may not be used for a portion or portions of the Project then PJI shall be responsible for providing the funds necessary to complete the Project, as herein provided. Notwithstanding the above, in the event some or all of the Grant Funds are not received or do not qualify for Project funding, PJI reserves the right to modify the approved Construction Documents, subject to the City Manager's review and approval in his sole discretion. 4 03- 864 ARTICLE III MAINTENANCE OF GARDEN Pursuant to Section 13.9 of the Lease, PJI shall, during the term of the Lease, maintain the Garden, at its sole cost and expense, to a standard of quality that will ensure its preservation as a unique and special cultural resource for the use and enjoyment of the residents and visitors of the City ("General Maintenance"). PJI understands and agrees that the Garden may be enhanced by the City or PJI, from time to time, and PJI's General Maintenance obligations hereunder may increase accordingly. PJI's General Maintenance obligations shall include, but not be limited to, as applicable, maintaining water features, irrigating plant materials, cutting grass every 2 weeks or as needed, trimming trees and bushes, removing trash, and removing any graffiti. PJI shall be responsible for, and shall repair any, damage caused to the Property as a result of the PJI'S use of the Property. Additionally, PJI shall be responsible for clean up and other maintenance duties associated with the use of the Garden for authorized group events or functions ("Special Maintenance"). PJI shall perform the General Maintenance at its sole cost and expense, pursuant to the terms of the Lease. The cost of providing Special Maintenance shall be paid by the user of the Garden as part of the use fee, based on a budget of Special Maintenance to be agreed upon by PJI and the Director of Parks Department of the City prior to the occurrence of any such event. Notwithstanding the foregoing, PJI agrees to provide Special Maintenance, free of charge, for six (6) City related events per year. If any lighting, water fount^ins, tables, fences, signs, tra-1,, receptacles, or any other equipment or improvements shall be provided by PJI in order to provide the level of maintenance required hereunder, they shall be paid for and maintained by PJI. The City shall notify PJI after discovering any damage which the PJI is responsible for repairing and the PJI shall make the necessary repairs promptly after said notice. PJI agrees that the Garden shall at all times be known as the Ichimura Miami -Japan Garden. It is understood and agreed that this provision is intended to implement i'll's obligations under the Lease. In the event that this Agreement is terminated for any reason, PJI's obligations to provide General Maintenance at its sole cost and expense shall survive under the terms of the Lease, which shall be interpreted to include the provisions of this Article III relating to PJI's maintenance obligations. ARTICLE IV MANAGEMENT OF THE GARDEN PJI shall have full responsibility for the management and operation of the Garden in accordance with a Management Plan to be submitted to the Director of the Parks Department, for its reasonable approval, prior to the opening of the Garden to the public and on or before each September I S` thereafter. The Management Plan may be amended from time to time, by mutual agreement of the parties. 5 03- 864 The Management Plan submitted each year shall contain the following items for the upcoming fiscal year (October 1 — September 30): (i) A description of programs and activities and their related procedures and objectives; (ii) A description of staffing and supervision and responsibilities of each staff member; (iii) A budget of PJI's recommended repairs, renewals, revisions, replacements, substitutions and improvements to the Garden including a Schedule of Sources and Applications of Funds (in reasonable detail); (iv) A description of the PJI's general marketing strategy, including target population, which the PJI intends to implement to optimize both short and long term profitability of the Property; (v) A budget for the upcoming Fiscal Year ("Management Budget") which budget shall include a projected income and expense statement, a projected balance sheet and the projected source and application of funds. PJI shall transmit to the Parks Director, in writing, in a format reasonably acceptable to the Parks Director, biannual reports regarding current activities, progress of PJI's activities, accomplishment of objectives, and budget summary including revenues, disbursements, cash flow, debt and contributions. The biannual report shall include a budget variance analysis that compares the approved Management Budget to actual revenues and expenses to -date with explanations as to variances in excess of five percent (5%). PJI shall submit these biannual reports to the Parks Director on or before the dates set forth below: Operating Period Report Due Date Oct 1 — Mar 31 Apr 30 Apr I — Sep 30 Oct 31 PJI shall submit to the Parks Director such additional reports as may reasonably be requested by the Parks Director. PJI shall prepare, in writing, in a form reasonably acceptable to the Parks Director, any other reports or documentation that may be required by granting agencies or Federal, State or local directives. PJI shall use its best efforts to make such reasonable changes to its programs and operations, in a timely manner, as may reasonably be requested by the Parks Director. The City may carry ou' monitoring and evaluatio i activities, including visits Ind observations by City staff and/or community surveys. PJI shall ensure the cooperation of its employees and officers in such efforts. Any inconsistent, incomplete or inadequate information received by the City in PJI's biannual report or obtained by the City from its monitoring and evaluation activities, shall constitute an Event of Default hereunder if. (1) not remedied by PJI within thirty (30) days of the City's written notice to PJI; or (2) if such matter is of a nature which can reasonably be expected to take greater than thirty (30) days to remedy, if efforts reasonably intended to remedy such matter are not commenced within such thirty (30) day period or, if so commenced, are later abandoned by PJI. 6 03- 864 In consideration of the services to be provided by PR hereunder, the City agrees to pay to PJI an amount equal to the actual cost of PJI's provision of management services, to the extent funds are collected for admissions fees, special use fees, or payment of Special Maintenance. PJI understands and agrees that its compensation hereunder shall be paid exclusively from the fees collected by PJI as admission fees, special use fees, or for payment of Special Maintenance. In no event shall the City be required to make any payment to PJI over any amount that it may collect from the use of the Property. PJI acknowledges the City's intention to expand and enhance the Garden for the enjoyment and use of the public. PJI further acknowledges the City's intention to seek funding through grants or fundraising for these purposes. PJI agrees to reasonably assist the City in its efforts to seek and identify funding for the enhancement of the Garden by organizing fundraising events during the term of this Agreement, provided that PJI shall not be required to bear any expense in this regard. PJI shall additionally apply for grant funds, for which the City shall assist by co -sponsoring applications, as necessary, to obtain additional funding for expansion of the Garden. ARTICLE V USE The Garden shall be used exclusively for a passive park for members of the public. The use of the Garden will be subject to the Rules and Regulations set forth in Exhibit "F" hereto, as amended from time to time with the approval of the Parks Director of the Parks and Recreation Department for the City (the "Parks Director"). PJI shall ensure that the park will be open from 11 AM to 4 PM each weekday and from 10 AM to 5 PM on weekends, or as otherwise directed by the Parks Director, but not earlier than the opening nor later than the closing time of the Parrot Jungle theme park, and subject to weather conditions and force majeure. For security reasons, 1'fl shall lock the park at closi�q,, time each day, except as otherwise agreed to by th,.: Parks Director for special events. ARTICLE VI ASSIGNMENT PJI shall not transfer or assign this Agreement or any of its rights and obligations hereunder, nor subcontract the provision of any of the services hereunder, without the City's prior written coir -"t, which may be withheld �)o,i the same terms and provisions as are set forth with respect to a transfer under the Lease. ARTICLE VII NO LIABILITY FOR PERSONAL PROPERTY All personal property placed in or moved to the Property, during the construction of the Project or the duration of PJI's management obligations hereunder, shall be at the risk of the PJI or the owner thereof. The City shall not be liable to PJI for any damage to personal property 03- 864 unless caused by or due to negligence of the City and in such event the City's liability shall be subject to all limitations of Florida Statutes, Section 768.28. ARTICLE VIII SIGNS PJI shall not permit any signs or advertising matter to be placed anywhere in the Property, including displays or other personal property or fixtures located thereon, without having first obtained the approval of the Parks Director which approval may be withheld for any or no reason. PJI shall, at its sole cost and expense, install, provide, and maintain such sign, decoration, advertising matter or other things as may be permitted hereunder in good condition and repair at all times. PJI must further obtain approval from all governmental authorities having jurisdiction, and must comply with all applicable requirements set forth in the City of Miami Code and Zoning Ordinance. The City reserves the right to erect or place upon the Property such signs or advertising at it deems desirable, in its sole discretion, which signs shall be maintained by the City. ARTICLE IX CITY'S ACCESS TO PROPERTY The City and its authorized representative(s) shall have at all reasonable times access to the Property during all hours to examine the same or to make such repairs, additions, or alterations as may be deemed necessary for the safety, comfort, or preservation thereof. Said right of entry shall likewise exist for the purpose of removing placards, signs, fixtures, alterations, or additions which do not conform to this Agreement. Notwithstanding anything else set forth herein to the contrary, the City shall be responsible for all, losses or damages caused by the negligent exercise of its rights hereunder. City will maintain a complete set of keys to the Property. PJI, at its sole cost and expense, may duplicate or change key locks to the Property but not until first receiving written approval from the Parks Director for such work. In the event PJI changes key locks as approved by the Parks Director, PJI, at its sole cost and expense, must also provide to City a copy or copies of said keys, if more than one copy is required. A RTif 1.F. X DEFAULT 1. Events of Default. Each of the following events is defined as an "Event of Default": (a) The failure of a party to pay any amount due under this Agreement when due, and the continuance of that failure for a period of thirty (30) consecutive days after written notice in writing from a non -defaulting ply; 8 4) — 864 (b) The failure of a party to comply with any of the covenants, conditions and obligations under this Agreement and the continuance of that failure for a period of thirty (30) consecutive days after written notice from a non - defaulting party specifying the failure; unless with respect to any default which cannot be cured within such thirty (30) day period, the defaulting party, in good faith, promptly after receipt of written notice, shall have commenced and continued diligently to reasonably prosecute all actions necessary to cure the default. 2. Remedies in Event of Default: Upon the occurrence of an Event of Default by either party, the non -defaulting party shall have all rights and remedies existing at law or equity, including the right to terminate this Agreement. Additionally, if PJI defaults in the performance of its obligations to construct the Project the City shall have the right to immediately terminate this Agreement and, at the City's option, take immediate possession of the Property and do all things necessary to fully complete the construction of the Project. Without restricting the generality of the foregoing, and for purposes aforesaid, after an Event of Default PJI hereby appoints and constitutes the City its lawful attorney-in-fact with full power of substitution in the premises to complete construction of the Project in the name of the PJI; to take action and require such performance as it deems necessary under the Construction Contract and the performance bond, if any, and to make compromises with the surety or sureties thereunder, it being understood and agreed that this power of attorney shall be a power coupled with an interest and cannot be revoked. In addition to the above rights and remedies, the City shall further have the right to declare the occurrence of a default under the Lease, whereupon the City's rights and remedies shall be governed by the Lease, in regards to an Event of Default related to PJI's maintenance of the Garden. 3. Obligations, Rights and Remedies Cumulative. The rights and remedies of the parties, whether provided at law, in equity, under this Agreement, or under the Lease, shall be cumulative. The exercise by any party of any one or more of such remedies shall not preclude the exercise by it, at the same or different times, of any other such remedies for the same default or for any other default or breach by any other party. No waiver made by any party with respect to performance, manner or time of any obligation of any other party or any condition to its own obligation under this Agreement shall be considered a waiver of any rights of said party with respect to the particular obligations of any other party or condition to its own obligation, or a waiver in any respect in regard to any other rights of said party. ARTICLE X11 INDL -.INIFICATION AND HOIJ1 HARMLESS PJI shall indemnify, protect, defend and hold harmless the City, its officials, employees, representatives and agents, from and against any and all claims, suits, actions, damages or causes of action of whatever nature arising from the performance or non-performance by PJI, or anyone acting by, through or under it, of its obligations under this Agreement, including specifically, without limiting the generality of the foregoing, construction of the Project and its compliance with the Plans, maintenance obligations and management obligations, or arising from any act, fault or omission of PJI, its members, agents, contractors, employees and servants, whether such 9 03- 864 claim shall be made by an employee of PJI or the City, or by any third party, and whether it relates to injury to persons (including death) or damage to property and whether it is alleged that the City, or its officials, employees, representatives, or agents were negligent; provided, however, that PJI shall not be responsible for any claims, suits, actions, damages, or causes of action arising out of the negligence or willful misconduct of the City. PJI shall, at its own cost and expense, pay and satisfy all costs related to any orders, judgments or decrees which may be entered thereon, and shall indemnify the City from and against all costs, reasonable attorneys' fees, expenses and liabilities incurred in and about the defense of any such claims and the investigation thereof. To the extent and within the limitations of Section 768.28, Florida Statutes, the City does hereby agree to indemnify and hold harmless the PJI from any and all personal injury or property damage claims, liabilities, losses, and causes of action which may arise solely and directly as a result of the gross negligence or willful misconduct of the City and shall pay all costs related to any orders, judgments or decrees which may be entered thereon, together with all costs, reasonable attorneys' fees, expenses and liabilities incurred in and about the defense of any such claims and the investigation thereof. Nothing herein shall be deemed to indemnify the PJI from any liability or claim arising out of the negligent performance or failure of performance or willful misconduct of the PJI. ARTICLE XIII SUCCESSORS IN INTEREST It is hereby covenanted and agreed between the parties that all covenants, conditions, agreements, and undertakings contained in this Agreement shall extend to and be binding on the respective successors and assigns of the respective parties hereto, the same as if they were in every case named and expressed. ARTICLE XIV NOTICES All notices or other communications which may be given pursuant to this Agreement shall be in writing and shall be deemed properly served if delivered by personal service or by certified mail addressed to City and PJI at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the day on which personally served; or if by certified mail, on the fifth day after being posted or Lhe date of actual receipt, whichever is earlier: City OF MIAMI Joe Arriola, City Manager City of Miami Office of the City Manager 3500 Pan American Drive Miami, FL 33130 PJI Dr. Bern Levine Parrot Jungle Island, Inc. 1 111 Parrot Jungle Trail Miami, Florida 33152 Ito] 03- 864 WITH A COPY TO Director M. Ronald Krongold, Esq. Department of Economic Development Krongold & Singer, P.L. 444 SW 2 Avenue, P Floor 201 Alhambra Circle Miami, FL 33130 Coral Gables, FL 33134 Director Department of Parks & Recreation 444 SW 2 Avenue, 8`h Floor Miami, FL 33130 City Attorney 444 SW 2 Avenue, 9h Floor Miami, FL 33130 ARTICLE XVIII INSURANCE (To be confirmed by Risk Management) PJI, at its sole cost, shall obtain and maintain in full force and effect at all times throughout the period of this Agreement, the following insurance coverage: A. Commercial General liability insurance on a Comprehensive General liability coverage form, or its equivalent, including Property, operations and contractual coverage's against all claims, demands or actions for bodily injury, personal injury, death or property damage occurring in or about the Pruhcrty with such limits as may be reasonably requested by the City from time to time but not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage. The City shall be named as Additional Insured on the policy or policies of insurance. B. Automobile liability insurance covering all owned, non -owned and hired vehicles used in conjunction with operations covered by this agreement. The policy or policies of insurance X1.::11 contain a combined single limit of at least $500,000 for bodily injury and property damage. The requirements of this provision will be waived upon submission of a written statement from PJI that no automobiles are used to conduct business. C. Worker's Compensation in the form and amounts required by State law. D. The City of Miami, Division of Risk Management, reserves the right to reasonably amend the insurance requirements by the issuance of a notice in writing to PJI. 03- 864 PJI shall provide any other insurance reasonably required by the City that is relevant and related to operating, maintaining and managing the Garden. E. The policy or policies of insurance required shall be so written that the policy or policies may not be canceled or materially changed without thirty (30) days advance written notice to the City. Said notice should be delivered to the City of Miami, Division of Risk Management, 444 SW 2 Avenue, 9t' Floor, Miami, Florida 33130, with copy to City of Miami, Office of Economic Development, 444 SW 2 Avenue, 3`d Floor, Miami, Florida 33130, or such other address that may be designated from time to time. F. A current Evidence and Policy of Insurance evidencing the aforesaid required insurance coverage shall be supplied to the Department of Economic Development at the commencement of the term of this Agreement and a new Evidence and Policy shall be supplied at least twenty (20) days prior to the expiration of each such policy. Insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications as to management and financial strength: the company should be rated "A" as to management, and no less than class "X" as to financial strength, in accordance with the latest edition of Best's Key Rating Guide, or the company holds a valid Florida Certificate of Authority issued by the State of Florida, Department of Insurance, and is a member of the Florida Guarantee Fund. Receipt of any documentation of insurance by the City or by any of its representatives which indicates less coverage than required does not constitute a waiver of the PJI'S obligation to fulfill the insurance requirements herein. In the event PJI shall fail to procure and place such insurance, the City may, but shall not be obligated to, procure and place same, in which event the amount of the premium paid shall be paid by PJI to the City as an additional fee upon demand and shall in each instance be collectible on the first day of the month or any subsequent month following the date of payment by the City. PJI's failure to procure insurance shall in no way release PJI from its obligations and responsibilities as provided herein. The City shall procure "All Risk" property insurance against loss or damage by fire, windstorm, with such endorsements for extended coverage, vandalism, malicious mischief, flood and special coverage, insuring 100% of the replacement cost of the improvements, fixtur%:;, equipment, furniture and all other personal property in and about the Property. ARTICLE XIX DAMAGE AND DESTRUCTION 1. If the Property shall be damaged by fire, the elements, accident or other casualty (any of such causes being referred to herein as a "Casualty"), but the Property shall not be rendered wholly or partially untenantable, the City shall promptly cause such damage to be repaired. If, as 12 03- 864 a result of Casualty, the Property shall be rendered partially untenantable, then, subject to the provisions of the paragraph 2 below, the City shall cause such damage to be repaired, provided such damage is not caused by the negligence of PJI, its employees, agents, contractors, representatives, guests or invitees. In such event, all such repairs shall be made at the expense of the City. The City shall not be liable for interruption to the PJI's business or for damage to or replacement or repair of PJI's personal property. The City shall not be obligated to spend more for the cost of repair than net insurance proceeds recovered with respect to such loss. In this regard, the City's repair of the Property may not result in the same being restored to its condition prior to any such Casualty to the extent funds are not so available to fully restore the Property to its original condition. In the event the cost to repair the Property is less than the net insurance proceeds received by the City, all excess insurance proceeds shall be remitted to the City. 2. If the Property is (a) rendered wholly untenantable, or (b) damaged as a result of any cause which is not covered by the City's insurance, or (c) insurance proceeds are insufficient to restore the Property to a condition reasonably intended to carry out the purposes described in this Agreement, or (d) damaged or destroyed in whole or in part during the last three years of the Term (but subject to any renewal options under the Lease), then, in any of such events, the City may elect to terminate this Agreement by giving to PJI written notice of such election within ninety (90) days after the occurrence of such event. If such notice is given, the rights and obligations of the parties hereunder shall cease as of the date of such notice. Upon any termination of this Agreement under any of the provisions of this Article, PJI and the City shall each be released thereby from any further obligations hereunder (and under the Lease with respect to the Japanese Garden) accruing after such termination, except that such release shall not apply to any sums or obligations then accrued or due, or to any obligation otherwise surviving the termination of this Agreement. ARTICLE XX SEVERABILITY Should any provisions, paragraphs, sentences, words or phrases contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unlawful under the laws of the State of Florida or the City, such provisions, paragraphs, sentences, words or phrases shall be deemed modified to the extent necessary in order to conform with such laws, and the same may be deemed severable, and in such event, the remaining terms and conditions of this Agreement shall remain unmodified and in full force and effect. ARTICLE XXI WAIVER OF JURY TRIAL The parties hereby knowingly, irrevocable, voluntarily and intentionally waive any right either may have to a trial by jury in respect of any action, proceeding or counterclaim based on this Agreement, or arising out of, under or in connection with this Agreement or any amendment or modification of this Agreement, or any other agreement executed by and between the parties in connection with this Agreement, or any course of conduct, course of dealing, statements 13 03- 864 (whether verbal or written) or actions of any party hereto. This waiver of jury trial provision is a material inducement for the City and PJI entering into the subject transaction. ARTICLE XXII WAIVER No failure on the part of either party to enforce or insist upon performance of any of the terms of this Agreement, nor any waiver of any right hereunder by such party, unless in writing, shall be construed as a waiver of any other term or as a waiver of any future right to enforce or insist upon the performance of the same term. ARTICLE XXIII AMENDMENTS AND MODIFICATIONS No amendments or modifications to this Agreement shall be binding on either party unless in writing, signed by both parties and approved by the City Manager. The City Manager is authorized to amend or modify this Agreement as needed. ARTICLE XXIV COURT COSTS AND ATTORNEY(S)' FEES In the event it becomes necessary for either party to institute legal proceedings to enforce the provisions of this Agreement, each party shall bear their own court costs and attorneys' fees through all trial and appellate levels. ARTICLE XXV COMPLIANCE WITH ALL LAWS APPLICABLE E::,,+ party accepts this Agreeirent and hereby acknowledge_, that its compliance with all applicable federal, state and local laws, ordinances and regulations is a condition of this Agreement, and shall comply therewith as the same presently exist and as they may be amended hereafter. This Agreement shall be construed and enforced according to the laws of the State of Florida. ARTICLE XXVI ADDITIONAL PROVISIONS 1. Mechanic's, Materialmen's and Other Liens. PJI agrees that it will noL permit any mechanic's, materialmen's or other liens to stand against the Property for work or materials furnished to PJI; it being provided, however, that PJI shall have the right to contest the validity thereof. The PJI shall immediately pay any judgment or decree rendered against PJI, with all proper costs and charges, and shall cause any such lien to be released off record without cost to the City. 14 03- 864 2. Non -Discrimination. PJI represents and warrants to the City that the PJI does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with PJI's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. PJI further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 3. Audit Rights: The City may, at reasonable times, upon reasonable notice and during regular business hours, and for a period of up to three (3) years following the termination of this Agreement audit, or cause to be audited, those books and records of PJI which are solely related to PJI's performance under this Agreement. PJI agrees to maintain all such books and records for a period of three (3) years after termination of this Agreement. ARTICLE XXVII WRITTEN AGREEMENT This Management Agreement contains the entire agreement between the parties hereto and all previous negotiations leading thereto. (CORPORATE SEAL) WITNESS WITNESS ATTFST: Priscilla A. Thompson, City Clerk APPROVED AS TO FORM AND CORRECTNESS: «PJ1+, PARROT JUNGLE & GARDENS OF WATSON ISLAND, INC., a Florida corporation Dr. Bern Levine, DVM "City" CITY OF MIAMI, a municipal corporation of the State of Florida Joe Arriola, City Manager APPROVED AS TO INSURANCE REQUIREMENTS: is 03- 864 Alejandro Vilarello, City Attorney 16 Diane Ericson, Administrator Risk Management 03- 864 EXHIBIT "A" Ichimura Miami -Japanese Garden Park Site Plan 433-- 86.4 io%uvuoo3o (womw mv.0 Ton w0ow nown 3u avvjvft L Z 03- 864 EXHIBIT "B" Ichimura Miami4apanese Garden Park Legal Description and Survey �- f= WATSONISLAND- JAPANESE GARDEN LEGAL DESCRIPTION: A POR 77ON OF "WATSON ISLAND". LYING AND BEING IN SECTIONS 31 AND 32, TOWNSHIP 53 SOUTH, RA,'vGE 42 EAST, MIAMI—DAI_'E COUNTY, FLORIDA, DESCRIBED AS FOLLOWS. a " COMMENCE AT A POINT KNOWN AS P. T STA 77ON 25+50 OF THE "OFFICIAL MAP OF LOCA 770/ AND SURVEY OF A PORTION OF SEC77ON 8706, DESIGNATED AS A PART OF STATE ROAD A -1—A IN DADE COUNTY, FLORIDA" AS RECORDED IN PLAT BOOK 56, AT PAGE 71, OF THE PUBLIC RECORDS OF MIAMI—DADE COUNTY, FLORIDA, SAID STA71ON 25+50 ALSO KNOWN AS STA TION 216+25.58 AS SHOWN ON F.D.O. T. PARCEL SKETCH FOR STATE ROAD A -1—A FOR c SEC77ON 87060-2576, SHEET 1 OF 1; THENCE S 3008'34" E, ALONG THE BASELINE OF SURVEY FOR STATE ROAD A -1—A MAC ARTHUR CAUSEWAY AS SHOWN ON SAID FLORIDA DEPARTMENT OF TRANSPORTA 77ON PARCEL SKE i CH FOR STATE ROAD A -1—A FOR SECTION 87060-2576, SHEET 1 OF 1, FOR 809.42 FEET, THENCE N 59'51'26" E, DEPAR77NG SAID BASELINE SURVEY, FOR 130.LV FEET TO A POINT ON THE NEW RIGHT—OF—WAY LINE FOR STATE ROAD A -1—A MAC ARTHUR CAUSEWAY AS SHOWN ON THE ABOVE MEN77ONED PARCE SKETCH, SAID POINT ALSO BEING THE PGIiJ7 OF BEGINNING OF THE HEREINAFTER OESCRIBEE PARCEL; THENCE CON77NUE N 59'51'26" E FOR 288.84 FEET TO A POINT ON A CURVE CONCAVE TO THE WEST, SAID POINT BEARS N 8122'12" E FROM THE CENTER OF SAID CURL THENCE SOUTHERLY, ALONG THE ARC OF SAID CURVE TO THE RIGHT, HAVING A RADIUS OF s 1253.00 FEET ANDA CENTRAL ANGLE OF 07;35'06" FOR A DISTANCE OF 165.88 FEET TO A POINT OF COMPOUND CURVATURE OF A CIRCULAR CURVE CONCAVE TO THE NORTHWEST; THENCE SOUTHERL Y, SOUTHWES7ERL Y, WESTERL Y AND NOR7HWESTEF Y, ALONG THE ARC OF SAID CURVE TO THE RIGHT, HAVING A RADIUS OF 110.00 FEET AND A CENTRAL ANGLE OF 93 48'48" FOR A DISTANCE OF 180.11 FEET TO A POINT OF COMPOUND CURVATURE OF A CIRCULAR CURVE CONCAVE TC THE NORTHEAST; THENCE NORTHWESTERLY, ALO; JG THE ARC SAID CURVE TO THE RIGHT, HAVING A RADIUS OF 136.00 FEET AND A CENTRAL ANGLE OF 57'05'20" FOR A DISTANCE OF 135.51 FEET TO THE POINT OF TANGENCY, SAID POINT ALSO BEING ON THE NEW ACCESS ROAD RIGHT—OF—WAY UNE FOR STATE ROAD A -1—A MAC ARTHUR CAUSEWAY AS SHOWN ON THE ABOVE MEN77ONED PARCEL SKETCH, THENCE N J0106",34" W, ALONG THE PREI'IOUSL Y DESCRIBED LINE, FOR 74.53 TO THE POINT OF BEGINNING. CONTAINING 45, 4.9.3 SQUARE FEET MORE OR LESS. SUR VEYOR'S NOTES AND REPORT. - OWNERSHIP IS SUBJECT TO OPINION OF TITLE. EXAMINATION OF THE ABSTRACT OF TITLE WILL HAVE TO BE MADE TO DETERMINE RECORDED INSTRUMENTS. IF ANY, AFFECTING THIS PROPERTY. F THERE MAY BE ADDITIONAL RESTRICTIONS THAT ARE NOT SHOWN ON THIS SURVEY THAT MAY BE FOUND IN THE PUBLIC RECORDS OF THIS COUNTY. 03- 864 PBEARINGS SHOWN HEREON ARE BASED ON THE SYSTEM AS SHOWN ON THE F.D.O.T. oepr71 SKFTCH FOR S.R.A-1—A SECTION 87060-2576 SHEET 1 OF 1, WHERE THE S4 X51 of 10 F 0 sz N O�t�• M.120•'`�'' I..tip• S•1.0'� M_11a' 1 _,zA• ,, °n 7 6 / 010. ' .a, 5s� viol' s- po.lsl P ��• OA pal s -w o' --»a• s-xio- Ir 0.1x• �- R-133.00' a-6rO ':D' 1 a A-136.61' .7 so—a70-0o- Cg-SW41'1I JAPANESE f•120' T ��. GARDEN f-Lp CP �la•46,93 S,f'1.+� amu. •� rso• 5-/10.00' Area: 5-17.0' �pq 0.1x' lY��'� 0.]a' 0.ir fj 'j-xs6'61's�-a xio �"'m' 0-0.r ,Sa' O.pJ' 7_•,a' s-,zo' o-oa- Zff p1,.1ir s-,z.o• o.dr 1� s -w. Dox Gr cw It 0 NGLE AND GARDENS pARROT sJU61-137) SIN 't b0T3GDa- A-186.86 cast+ S10'54'12_S \ ,- SDp60' 15", W" P .. a .w. w,o.r.1 03— 864 EXHIBIT "C" Ichimura Miami -Japanese Garden Park Terms and Conditions of Financing To be attached prior to execution 03- 864 EXHIBIT "D" GRANT BUDGET To be attached prior to execution 03- 864 EXHIBIT "E" Grant Agreements 03- 864 12-00461 (LWCF Project Number) LW461 DEP Contract Number CFDA Number: 15-916 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION LAND AND WATER CONSERVATION FUND PROGRAM FFY 2001-2002 PROJECT AGREEMENT - DEVELOPMENT This Project Agreement is entered into between the STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION, whose address is 3900 Commonwealth Boulevard, Tallahassee, Florida 32399-3000 (hereinafter called the "Department"), and the CITY OF MIAMI, whose address is 444 SW 2nd Avenue, 3rd Floor, Miami, Florida 33130 (hereinafter called the "Grantee"), a local government,. in furtherance of tnc Watson Island Baywalk project, an app_-oved outdoor recreation project. WHEREAS, the Department receives funds for the purpose of passing through the agency d-: grants to other entities in accordance with Section 375.021(4), Florida Statutes; and, WHEREAS, Chapter 375, Florida Statutes, further authorizes the Depu.tment to receiv- grants for outdoor recreation and conservation; and, WHEREAS, the Grantee has submitted Project Application 274, which has ;'een approved by the Department. NOW THEREFORE, in consideration of the mutual covenants contained herein, the Department and Grantee do hereby agree as follows: 1. This Project Agreement shall be effective upon execution of this Pr -sect Agreement and end no later than 36 months from executic: of the Project Ayreement, inclusive. :fhe Project Agreement shall be performed in accordance with Chapter 62D-5, Part VII, Florida Administrative Code, (hereinafter called the Rule), the Land and water Conservation Fund (LWCF) Act of 1965, Public Law 88-578, 78 Stat 897, as amended, (hereinafter called the Program), and in accordance with general provisions for such agreements prescribed by the United States Department of the Interior (hereinafter called the USDOI) in the LWCF Grants -in -Aid Manual, (hereinafter called the Manual). The Grantee agrees DEP Agreement No. LW461 Page 1 of 14 03- 864 to become familiar with all provisions and comply wl--n the Rule, effective July 15, 2001, and Manual, which are incorpora i into this Project Agre ent by reference, as if fully set forth herein. In the event a dispute should arise between the parties concerning the intent of any language herein contained, the same shall be resolved by the adoption of that meaning which furthers the intent and purpose of the above referenced Acts of Congress and the general provisions governing this Project Agreement as set forth in the Manual. No construction shall be contrary to the requirements of the Acts of Congress or of the regulations of the Secretary of the Interior. 2. The Department has found that public outdoor recreation is the primary pu._pose of the project known as Watson Island Baywalk (Land and Water Conservation Fund, LWCF Project Number 12-00461), hereinafter called the Project, and enters into this Project Agreement with the Grantee for the development of that real property, the legal description of which shall be :submitted to the Deoartment as described in the Land and �:f'ater Conservation Fund Program Approved Project Document4tion Form, DEP Form FPS -A048. The Approved Project Application, which includes the Project Elements (description of project, detailed budget, and anticipated deliverables), is incorporated into this Project Agreement by reference as if fully set forth herein. Any revisions to the Project Elements as set forth in the Approved Project Application must be formally requested by the Grantee and, if agreed upon by the De.-artment, the modifications will be reduced to writing in an amendment to this Agreement. 3. The Grantee shah construct, or cause to be cons tructeair specified public outdoor recreation facilities and improvements consisting of the following Project Elements which may be modified by the Department if Grantee shows good cause: walking trail, restroom, lighting, landscaping and other related suoport facilities. 4. The Pr -_i-'_- Elements identified in Paragraph 3 herein shall be desigiied and constructed substantially in accordance with the conceptual site development plan contained in the Project Application. Project Site facilities shall be attractive for public use, and generally consistent and compatible with the environment. Plans and specifications for Project Site improvements and facilities shall be in accord with current and established engineering and architectural standards and practices. Emphasis should be given to the health and safety of users, accessibility to the general public, and the protection of the recreational DEP Agreement No. LW461 Page 2 of 14 03- 864 and natural values oZ the area. Tn1b 511.0 LA t- V C-vekLLc♦:- nidi: may be altered by the Grantee, only after approval by the Department Any and all utility lin installed within the park shall be placed underground. 'lne Grantee shall have the final site development plan (site engineering and architectural) prepared by a registered architect or engineer licensed in accordance with the laws of the State of Florida. 5. A. The Department shall pay the Grantee on a reimbursement basis the eligible Grant amount not to exceed $200,000.00, which will pay said federal Program's snare of the cost o` the Project. Prcgram funding limits are based upon the following: Total Department Program Amount $200,000.00 Grantee Match Amount $200,000.00 Total Project Cost $400,000.00 ""� pe of Matchash and/or In -kin_? Services] B. Within sixth (60) days after receipt of the request, the Department's Grant Manager shall review the completion documentation and payment request from the Grantee for the Project. If the documentation is sufficient and meets the requirements of the Land and Water Conservation Fund Program Completion Documentat'_on Form, DEP Form FPS -A051, refere^.c-d in s. 62D -5.073(7)(e)2, the Department will approve the requ st- for payment. 6. In addition to the invoicing req,,zlrements contained in paragraph 5 above, the Department will periodically request proof of a transaction (invoice, payroll register, etc.) to evaluate the appropriateness of costs to the Agreement pursuant to State and Federal guidelines (including cost allocation guidelines), as appropriate. This information when requested must be provided within 30 calendar days of such request. The Grantee may also be required to submit a cost al ;_-::tion plan to ti_ Department in s•uppc~t of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). All bills for amounts due under this Agreement shall be submitted in detail sufficient for a proper pre -audit and post -audit thereof. State guidelines for allowable costs can be found in the State Comptroller's Voucher Processing Handbook at http://www.dbf.state.fl.us/aadir/tochandbk.html and allowable costs for federal programs can be found under 48 CFR Part 31 at http://www.access.gpo.gov/nara/cfr/cfr-table-search.html DEP Agreement No. LW461 Page 3 of 14 03- 864 u11- X11 u...--- - - i , -- - - -, http://www.whitehouse.gov/omb/circulars/index.html#numerical. 7. Reimburseme-c for travel expenses is nc authorized under this Project Agreement. 8. The Grantee agrees to comply with the Division of Recreation and Parks' Grant and Contract Accountability Procedure, hereinafter called the Procedure and incorporated into this Project Agreement by reference as if fully set forth herein. All purchases of goods and services for accomplishment of the Project shall be secured in accordance with the _intee's adopted procurement piccedures. Expenses representing the Project costs, including the required matching contribution, shall be reported to the Department and summarized on certification forms provided in the Procedure. The Department and Grantee agree to use the Procedure guidelines in accounting for LWCF funds disbursed under the Project. The parties further agree that the principles for determining the eligible costs, supporting documentation and minimum rE,:orting requirements of the Procedure shall be used. 9. Allowable indirect costs as defined in the Procedure shall not exceed 15% of the Grantee's eligible salaries/wages. Indirect costs that exceed 15% must be approved in advance in writing by the Department to be considered eligible Project expenses. 10. Project Binds may be reimh-•rsed for eligible Pr_eagreement Expenses (as defined in s. 62D-5.069(31) of the Rule) incurred by Grantee prior to execution of this Project Agreement as set forth in, s. 62D-5 . C'/ 3 (2) (a) of the Raie. The Department and the Grantee fully understand and agree that there shall be no reimbursement of Project funds by the Department for any expenditure made prior to the execution of this Project Agreement with the exception of the following expenditures which mei- the requirements of the foregoing sections of the Rule. Preagreeuient Costs Approved: None 11. Prior to commencement of Project development, the Grantee shall submit the documentation required by the Land and Water Conservation Fund Program Development Project Commencement Documentation Form, DEP Form . FPS -A050, referenced in s. 62D -5.073(7)(e) of the Rule, to the Department. Upon determining that the documentation complies with the Rule, the Department will give written notice to Grantee to commence the development and approve DEP Agreement No. LW461 Page 4 of 14 03- 864 1.11C tCyLLCSI. zor Payment . Therefore, -.he Grantee shall formal acknowledge receipt of the foliowing documents after execution of this Project Agreement. It is understood that the documents listed below must be filled out by the Grantee and returned to the Department after execution of this Project Agreement. Required Project Commencement Documentation for Development Agreements: A) Boundary Survey B) title Search C) Certification of Manual Possession D) Site Plan (2 copies) E) List of Facilities and Improvements for Construction with Related Costs F) Permitting Certification G) Division of Recreation and Parks` Grant and Contract Accountability Procedures. 12. The Grantee shall obtain all required local, state and federal permits Fand approvals prior to commencement of Project construction and shall certify that it has done so to the Department by completing the Permitting Certification, DEP Form FPS -A052, referenced in s. 62D - 5.073(7)(e)(1) of the Rule. 13. The Grantee shall complete ali Project construe. -on by the completion date of 14. Project completion means the Project is open and available for use by the public. i'ne Project must bt completed prior to release of final reimbursement. 15. The Grantee shall maintain books, records and document directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. The Department, the State, or their authorized --resentatives shall have access IL, r) such records for audit purposes during the term of this Agreement and for five years following Agreement completion. In the event any work is subcontracted, the Grantee shall similaly require wach subcontractor to maintain and allow access to such records for audit purposes. 16. In addition to the provisions contained in Paragraph 15 above, the Grantee shall comply with the applicable provisions contained in Attachment A. A revised copy of DEP Agreement No. LW461 Page 5 of 14 03- 864 Attachment A, Exhibit -1, must be provictea to the grantee with each amendment which authorizes a funding increase or decrease. The revised Exhibit -1 ;hall summarize the funding sources supporting the Project Agreement for purposes of assisting the Grantee in complying with the requirements of Attachment A. If the Grantee fails to receive a revised copy of Attachment A, Exhibit -1, the Grantee shall notify the Department's Grant Manager at 850/488-7896 to request a copy of the updated information. 17. Following receipt of an audit report identifying any reimbursement due the Department for the Grantee's noncompliance -th this Project tireement, the Grant ---e will be allowed a maximum of thirty (30) days to submit add_�'_ional pertinent documentation to offset the amount identified as being due to the Department. The Department, following a review of the documentation submitted by the Grantee, will inform the Grantee of any reimbursement due the Department. 18. The Grantee, as an independent contractor a:,d not an agent, representative, a•,r employee of the Depar.-.ment, agrees to carry adequate liability and other appropriate forms of insurance. The Department shall have no liability except as specifically provided in this Project Agreement. 19. To the extent required by law, the Grantee will be self-insured against, or will secure and maintain during the life of this Agreement, Workers' Compensation Insurance for all of its employees connected with the work of this Project and, in case any work is subcontracted, the Grantee shall require the subcontractor similarly to provide Workeis, Compensation insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Grantee. Such self-insurance program or insurance coverage shall comply fully with the Florida Workers' Compensation law. In case any class of emplo::,ees engaged in hazardous work under this Agreement is not protected under Florida Workers' Compensation law, the Grantee shall -provide, and cu.. e each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of those employees not otherwise protected. 20. The purchase of non -expendable equipment is not authorized under the terms of this Agreement. 21. The Department's Grant Manager for the purpose of this Project Agreement shall be responsible for ensuring performance of its terms and conditions and shall approve DEP Agreement No. LW461 Page 6 of 14 03- 864 Liaison Agent (also known as Grantee's Grant Manager), as identifies' in the Project Applicatir or successor, shall act on be.-..,lf of the Grantee relati�­- to the provisions of this Project Agreement. The Grantee's Liaison Agent, shall submit to the Department signed Project status reports every ninety (90) days summarizing the work accomplished, problems encountered, percentage of completion, and other information which may be requested by the Department. Photographs to reflect the construction work accomplished shall be submitted when the Department requests them. Any and all notices shall be deemed effective and sufficient if s :,L via U.S. mail, facsimile (fax) , or b hand -delivery to the parties at the following addresses: Grantee's Liaison Agent mvxmm City of Miami 444 SW 2nd.Avenue, 3rd Floor Miami, FL, 33130 Suncom Phone: Fax: 305/416-2156 Email: kcarswell@ci.miami.fl.us Mr. Keith A. Carswell, Director Phone: (305)416-1411 Department's Grant Manager Collier Clark Department of Environmental Protection 3900 Commonwealth Boul=.vard, MS 585 Tallahassee, Florida 32399-3000 Phone: (850) 488-7896 Suncom Phone: 278-7896 Fax: (850) -188-3665 Suncom Fax: 278-3665 Email: collier.clarks@dep.state.fl.us 22. Prior to final reimbursement, the Grantee must erect a permanent information sign on the Project site which credits Project funding or a portion thereof, from the Land and water Cons ervat_.�n Fund Program through the USDOI and the Department. 23. The Department and USDOI have the right to inspect the Project and any and all records related thereto at any reasonable time. 24. This Agreement may be Department for refusal access to all documents, made or received by the DEP Agreement No. LW461 unilaterally canceled by the by the Grantee to allow public papers, letters, or other material Grantee in conjunction with this Page 7 of 14 03- 864 Agreement, unless the recoras are CXC111J)i l Lviu �x of Article I of the State Constitution and Section 119.07(1) ,lorida Statutes. 25. Prior to the closing of the Project the Department shall have the right to demand a refund, either in whole or in part, of the LWCF funds provided to the Grantee for non- compliance with the material terms of this Project Agreement. The Grantee, upon such written notification from the Department, shall refund, and shall forthwith pay to the Department, the amount of money demanded by the Department. Interest on any refund shall begin the date that the Grantee was info -,--.-ed that a refunu was required until the total refund and interest is paid to the Department. 26. If the United States, acting through the USDOI, the Secretary of the Interior, or any other branch of the government of the United States, acting within the scope of its lawful autrc-ity, should for an_ reason demand a re`und from the Depart n.C_.t, in whole or �a part, of the -,.:nds provided to the:Grantee under the terms of this Project Agreement, the ` Grantee, upon notification from the Department, agrees to pay the refund and will forthwith repay directly to the Department the amount of money demanded. 27. The Gra^:tee shall comply w -th all federal, state and local laws, rules, regulations and ordinances in developing this Project. The Grantee acknowledges that this requirement includes compliance with all federal, state and local health an -1 safety rules and regulations including all applicable building codes. The Grantee further agrees to ensure that the Grantee's contract will include the requirements of this paragraph in all subcontracts made to perform this Project Agreement. 28. Competitive open bidding and purchasing for cons ruction of said Project facilities or improvements shall comply with applicable law. and the Manual. F-llowing completion of Project construction, the Grantee's Liaison Agent shall provide the Department with a statement certifying that all purchases or contracts for construction were competitively bid pursuant to applicable law and the Manual. 29. If asphalt paving is required for the Project it shall conform to the Florida Department of Transportation's specifications for road and bridge construction. Bid specifications, contracts and/or purchase orders of the DEP Agreement No. LW461 Page 8 of 14 03- 864 vrantee must specizy tnicxness of aspna!t ana square yaras to be paved. 30. By acceptance of the provisions of this Project Agreement, the Grantee does hereby agree to dedicate the Project Site and all land within the Project boundaries, identified in Paragraph 2 herein, in perpetuity as an outdoor recreation site for the use and benefit of the public, as stated in s. 62D-5.074(1) of the Rule. Execution of this Project Agreement by the Department shall constitute an acceptance of said dedication on behalf of the general public of the 5ztate of Florida. The Grantee represents that it has z�,,,:fficient site conl_.-ol to enable thy- dedication. All dedications must be promptly recorded in the county's official pi_:blic records by the Grantee. 31. The Grantee agrees to operate and maintain the Project site as stated in s. 62D-5.074(2) of the Rule. The Project site, Project -related facilities, and any future outdoor recreation facilities developed on the Project site shall be open to the general public for outdoor recreation use, maintained in accordance with applicable health and safety standards, and ``kept in good repair to prevent undue deterioration and provide for safe public use. The Grantee covenants that it has full legal authority and financial ability to develop, operate and maintain said Project - related facilities and improvements as specified within the berms of this Project Agreement. The r7rantee shall obtain Department approval prior to any and all current or future development of facilities on the Project site, if said development is not described in Paragraph 3 herein. 32. The Grantee shall not, for any reason, convert all or any portion of the park for any purpose other than public outdoor recreation without prior approval of the USDOI and the Department pursuant to Section 6 ( f) (3 ) of the LWCF Act and the Manual and s. 62D-5.074(3) of the Rule. 33. Failure to comply with the provisions of the Rule or the terms and conditions of' this Agreement :ill result in cancellation of the Project Agreement by the Department. The Department shall give the Grantee in violation of the Rule or this Project Agreement a notice in writing of the particular violations stating a reasonable time to comply. 34. In the event of conflict in the provisions of the Rule, the Project Agreement and the Project Application, the provisions of the Rule shall control over this Project DEP Agreement No_ LW461 Page 9 of 14 03- 864 Agreement and this Project Agreement sna­ --1-- Project Application documents. 35. If the Department determines that site control is not sufficient under the Rule or has been compromised, the Department shall give the applicant a notice in writing and a reasonable time to comply. If the deficiency cannot be reasonably corrected within the time specified in the notice, the Department shall cancel this Project Agreement. 36. In accordance with the LWCF Act, Program funds will be made available contingent upon an annual appropriation to each State by Congress. The _tate of Florida's performance and obligation to pay under this Agreement is contingent upon an annual ar;propriation of sending authority by the Florida Legislature. The parties hereto understand that this Agreement is not a commitment of future appropriations. 37. A. The Grantee certifies tha` no Federal appropriated funds have been paid or will be paid, on or after December 22 j 1989, by or on behalf of the Grantee, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress, in connection with the awarding, renewal, amending or modifying of any 7ederal contract, grant, or cooperative agreement. If a:iy non -Federal funu3 are used for loobying activities as described above, the Grantee shall submit Attachment B, Standard Form -LLL, "Disclosure of Lobbying ^tivities" (attached hereto and made part herecf), and shall file quarterly updates of any material changes. The Grantee shall require the language of this certification to be included in all subcontracts, and all subcontractors shall certify and disclose accordingly. (43 CFR Part 18) B. In accordance with Section 216.347, Florida Statutes, t`-_- Grantee is hereh11 prohibited fa -,m using funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or a state agency. 38. A. No person on the grounds of race, creed, color, national origin, age, sex, marital -status or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise DEP Agreement No. LW461 Page 10 of 14 03- 864 subjected to discrimina-ion in performance or this Project agreement. B. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant Ander contract with any public entity, and may not transact business wit:: any public entity. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and intends to post the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity at (850)487-0915. 39. Each party hereto agrees that it shall be solely responsible for the wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of s. 768.28, Florida Statutes, and other statutes that provide immunity to the Department or the State. 4r A person or aff.liate who has been placed on the convicted vendor list following a conviction for public entity crime may r_: t perform work a,- ' grantee, contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in S. 287.017, Florida Statutes, or Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 4 A. In accordance with Executive Order 12549, Debi.--ment and Suspension (43 CFR Part 12.100-.510), the Grantee shall agree and certify that neither it, nor its principals, is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency; and, that the Grantee shall not knowingly enter into any lower tier contract, or other covered transaction, with a person who is similarly debarred or suspended from DEP Agreement No. LW461 Page 1 1 of 14 03- 864 participating in this covered transaction, un-ess authorized in writing by USDOI to the Department. B. Upon execution of this Agreement by the Grantee, the Grantee shall complete, sign and return a copy of the form entitled "Certification Regarding Debarments, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Federally Funded Transactions", attached hereto and made a part hereof as Attachment C. C. As required by paragraphs A and B move, the Grantee shall include the language of this section, and Attachment C in all subcontra--:�.- or lower tier agreements executed to support the Grantee's work under --his Agreement. 42. This Project Agreement has been delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of this Project A(7,. gement shall be in` �rpreted in such manner as to be effective and valid under applicable law, but if any provision of this Project Agreement shall be prohibited or invalid under applicable Florida law, such provision shail be ineffective to the extent of such prohibition or invalidity, without invalidating -L-he remainder of such provision or the remaining provisions of this Project Agreement. Any action hereon or in connection herewith shall be brought in T:eon County, Florida unless prohibited by applicable law. 43. No delay or failure to exercise any right, power or remedy accrui::g to either party upon breach or default by either party under this Project Agreement, shall impair any such right, power or remedy of either party; nor shall such delay or failure be construed as a waiver of any such breach or default, or any similar breach or default thereafter. 44. This Project Agreement is not intended nor shall it be construed as gr ..-,--ing any rights, r.rivileges or interest in any third party without mutual written agreement of the parties hereto. 45. This Project be assigned approval of Agreement is a. in whole or in the Department. exclusive contract and may not part without the prior written 46. This Project Agreement represents the entire agreement of the parties. Any alterations, variations, changes, DEP Agreement No. LW461 Page 12 of 14 ,)3- 864 moaizications or waivers or Agreement shall only be valid to writin duly executed by and attached to the original of provisions o2 tnis riv�c� when they have been reduced each the parties hereto, this Project Agreement. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. LW461 Page 13 of 14 03- 864 iN wli'NESS WHEREOF, the part -,It, -6 nereL�- L,caubGu -- Agreement to be duly executed, the day and year last written below. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION By. Division Director Division of Recreation and Parks anu State Liaison Officer (Or Designee) Date: ATTEST: Priscilla Thompson City Clerk Address: ` Bureau of Design and Recreation Services Division of Recreation and Parks 3900 Commonwealth Boulevard Mail Station 585 Tallah ssee, Florida 32399-3000 DEP Grant Manager CITY OF MIAMI By: Person Authorized to Sign Joe Arriola Printed Name City Manager Title Date: Address: c='1 Pan American Drive, Miami, FL 33133 Approved as to Insurance Requirements: oM- Diane •-icson, Director, Risk "anagement Approve and Correctness: Approved as to Form and Legality a ro Vilarello, City Attorney for use for one year by Suzanne n 1 Assistant General Counsel, on February 19, 2003. Grantee Attorney Attachments: Attachment A - Special Audit Requirements (5 pages) Attachment B - Disclosure of Lobbying Activities (2 pages) Attachment C - Certification Regarding Debarment/Suspension (2 pages) FPS -A046 Revised 01/03 DEP Agreement No. LW461 Page 14 of 14 V-"3-179)3- 864 ATTACHMENT A SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", 'DEP", "FDEP" or "Grantor", or other name in the contract/agreement) to the recipient (which may be referred to as the "Contractor", Grantee" or other name in the contract/agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachments. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Se:!;on 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures ma} include, but not be limited r, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with anv inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient i; a State or local government or a non-profit organization as defined in OMB Circular A-133. as revised. In the event that the recipient expends 5300,000 or more in Federal awards in its fiscal year, the recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this Agreement indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as , cvicpt will meet the requirements rhis part. In connection with the audit requirements addressed in Part I, paragraph 1., the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. 3. If the recipient expends less than $300,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMP' Circular A-133, as revised, is not required. In the event that the recipient expends less than $300,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non -Fe.!... ii resources (i.e., the cost of s.. an audit must be paid from r, resources obtained from other than Federal entities). The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at htti)://as2e.os.dhhs.gov/cfda. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. Lw361. Attachment A. Page I of 5 DEP 55-'-15 (01/02) 03- 864 PART II: STATE FUND—n This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(1), Florida Statutes. In the event that the recipient expends a total amount of State financial assistance equal to or in excess of 5300,000 in any fiscal year of such recipient, the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Executive Office of the Governor and the Chief Financial Officer; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this Agreement indicates State financial assistance awarded through the Department of Environmental Protection by this Agreement. In determining the State financial assistance expended in its fiscal year, the recipient shall consider all sources of State financial assistance, including State financial assistance received from the Den^rtment of Environmental Pr : section, other state agencies, and ether nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. In connection with the audit requirements addressed in Part II, paragraph I, the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2)(d), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. If the : .-ipient expends less than S300,f'00 in State financial assistance in its Fiscal year, an audit conducted in accoraance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $300,000 in State financial assistance in its fiscal year and elects to have an audit conducted in accordance=with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -State entity's resources (i.e., the cost of such an audit must be paid from the recipient's resourc. ,; tained from other than State entities). For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at hrM:;Isun6.dms.state. fl.tts/fsaa/catalog.him or the Governor's Office of Policy and Budget website located at http:.';www•.eog.state. fl. us/ for assistance. In addition to the above -bsites, the following websites ray be accessed for informatio7. Legislature's Website Iitty /www. leo. state. A. us,,, Governor's Website http://www.flstov.com', Department of Banking and Finance's Website ht www.dbf.state.fl.U�,. and the Auditor General's Website http:/i www. state. fl. us, audgen. PART III: `)"LITER AUDIT REQUIREME;NTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(7)(m). Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for fu ;,lino the full cost of such additionci: audits.) PART IV: REPORT SUBMISSION Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by PART I of this Agreement shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 2600 Blair Stone Road Tallahassee, Florida 32399-2400 DEP Agreement No. LW461. Attachment A. Page 2 of 5 DEP 55-215 (01/02) 03- 864 B. The Fe ' 31 Audit Clearinghouse designated in OMB r ular A-133, as revised (the number of copies ._.juired by Sections .320 (d)(1) and (2), OMD Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 C. Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised. Pursuant to Section .320(f), OMB Circular a-111, as revised, the recipient shall submit a copy of the reporting package described in Section .320(c), va.113 Circular A-133, as revised, and any management letters issued by the auditor, to the Department of Environmental Protection the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 2600 Blair Stone Road Tallahassee, Florida 32399-2400 Copies of financial reporting packages required by PART II of this Agreement shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Eavironmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 2600 Blair Stone Road Tallahassee, Florida 32399-2400 B. The A4ui for General's Office at the folio •, io- address: State of Florida Auditor General Room 401, Claude Pepper Building I I 1 West Madison Street Tallahassee, Florida 32399-1450 4. Copies of reports or management letters required by PART III of this Agreement shall be submitted by or . on behalf of the recipient directly to the Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 4( 2600 Blair Stone Road Tallahassee, Fi:aidn 32399-2400 Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-133, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. DEP Agreement No. LW461. Attachment A, Page 3 of 5 DEP 55-215 (01102) 13 3 "864 PART Y: RECORD RF^",NTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of 3 years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. LW461, Attachment & Page 4 of 5 DEP 55-215 (01/02) 03- 864 EXHIBI r — 1 FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Federal Resources Awarded to the Re ci lent Pursuant to this Agreement Consist of the Following: Federal Program CFDA Number Federal Agency Number CFDA Title 12-00461 U.S. Department of 15-916 Land and Water Conservation Fund Interior State Appropriation :undinl Amount Cateqory $200,900-00 140001-03 DEP Agreement No. I.W461, Attachment A, Page 5 of 5 DEP 55-215 (01102) A reement Consist of the Followin M tchin Resources for Federal CFDA Title Fundin Amount Programs: tate Appropriation Cate o State Resources Awarded to the Recipient Pursuant to this Federal Program Number Federal Agency CFDA to Section 215.97 Funding Amount F.S.: State Appropriation Category DEP Agreement No. I.W461, Attachment A, Page 5 of 5 DEP 55-215 (01102) State Resources Awarded to the Reci State Program Funding Source Number cent Pursuant to this .� reement Catalog of State Financial State Assistance Fiscal Yf: r Number Consist of the Following Resources Subject CSFA T,;!e or Funding Source Description to Section 215.97 Funding Amount F.S.: State Appropriation Category Total Award $200,000.00 Miy For each program [gip•! acne os dhhs funds are to be identified above, the recipient shall comply with the program requirements desc ,,,-,d govtcfda] and/or the Florida Catalog of State Financial Assistance (CSFA) used are Included In the Contract scope of services/work. Any match required In the Catalog of Federal Domestic Assistance (CFDA) The services/purposes for which the by the reclplent Is clearly Indicated In the Contract. DEP Agreement No. I.W461, Attachment A, Page 5 of 5 DEP 55-215 (01102) 0349-0046 ATTACHMENT B DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See averse for public burden disclosure.) 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑ a. contract a. bid/offer/application a. initial filing b. grant b. material change c. cooperative agreementb. initial award d. loan c. post -award For Material Change Only: e. loan guara _ f. loan insurance year quarter date of last report 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: ❑ Prime ❑ Subawardee Tier , if known: Congressional District, if known: Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable: 8. Federal Action Number, if known: 9. Award Amount, if known: S 10. a. Name and Address of Lobbying Entity b. Individuals Performing Services (i 'ceding address if (if individual, last name, first name. ,191) different from No. 10a) (last name, first name, MI).- I):(attach (attachContinuation Sheet(s) SF-LLLA, i necessary) Signature: 11. Information requested through this form is autborized by title 31 U.S.C. section 1352 This disclosure of lobbying activities is a material Print Name: representation of fact upon which reliance was placed by the tier above when this tramaetion was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress Title: semi-annually and will be available for public inspection Any person wbo fails to file the required disclosure sball be subject to a civil penalty of not Telephone No.: Date: less than 510,000 and not more than 9100,000 for each such failure. Federal Use Only: Authorized for Local Reproduction Standard Form — LLL (Rev 7 — 97) Form DEP 55-221(01/01) DEP Agreement No. LW462, Attachment B, Page 1 of 2 864 INSTRUCTIONS FOP, COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the initial riling and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identifv the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by the reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates Cit is or expects to be, a prime o:- -;:baward recipient. Identify the tier of the subawardee, e.g., the fust subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "Subawardee", then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, low—, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Reque.-,t for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP -DE -90-001." For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or S. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered 1 ederal action. (b) Enter the full names of the individual(s) performing services, and include full address if different irum 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form, print his/her name, title and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including summons for reducing this burden, to the Once of Management and Budget, Paperwork Reduction Project (0348.0046), Washington, D.C. 20503.__ Form DEP 55-221 (01/01) DEP Agreement No. LW462, Attachment B, Page 2 of 2 ,)3_ 864 ATTACHMENT C CERTIFICATION REGARDING DEBARMENTS, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION -LOWER TIER FEDERALLY FUNDED TRANSACTIONS DEP AGREEMENT NO: LW462 The undersigned hereby certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by anv Federal department or agency. 2. The undersigned also certifies that it and its principals: (a) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal. State or local) transaction or contract under a public transaction; violation of Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (b) Are not presently indicted for or otherwise criminally or evilly charged by a governmental emay (Federal, State or local) with commission of any of the offenses enumerated in paragraph 2.(a) of this Certification; and (c) Have not within a three-year#eriod preceding this certification had one or more public transactions (Federal. State or local) terminated for cause or default. 3. Where the undersigned is unable to certify to any of the statements in this certification, an explanation shall be attached to this certification. Dated this day of , 20 By Form DEP SS -220 (01/01) Authorized Sigr,ature/Contraetor Typed Name/Title Contractor's Firm Name Street Address Building, Suite Number City/StatvZip Code Area CodoTelephone Number Page 1 of 2 DEP Agreement No. LW462, Attachment C Page 1 of 7 03— 864 INSTRUCTIONS FOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER FEDERALLY FUNDED TRANSACTIONS By signing and submitting this form, the certifying party is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the certifying party knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the Dcp L :hent of Environmental Protection (DEP) or agencies with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The certifying party shall provide immediate written notice to the person to which this contract is submitted if at any time the certifying parry learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have dre meanings set out in the "efinitions and Coverage sections o riles implementing Executive Order 1_549. You may contact the perso:r which this contract is submitted for assistance in obtaining a copy of those regulations. 5. The certifying party agrees by submittAk this contract that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier contact, or other covered transaction with a person who is proposed for debarment under 48 CFR 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the DEP or agency with which this transaction originated. 6. The certifying panty further agrees by executing this contract that it will include thi; clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction." without modification, in all contracts or lower c .. covered transactions and in all solicitations for lower tier covered transacuuns. 7. A participant in a covered transaction may rely upon a certificatiu;i of a prospective participant in a lowci tier covered transaction that it is not is proposed for debarment under 48 CFR 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded fro: 0 covered transaction, unless it krnws that the certification is erronec,is. A participant may decide the myth;)' and frequcc-; by which it determines the eligl _ ilLy of its principals. Each participant may, but is not required to. check the Nonprocurement List (Telephone No. (202) 501-4740 or (202) 501-4873.) 8 Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR 9, subpart 9.4, suspended, debarred, it :'i :h!e, or voluntarily excluded from ?--icipation in this transaction, in i.:::ion to other remedies available to the Federal Government, the DEP or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. DEP FORM 55-220 (01/01) Page 2 of 2 DEP Agreement No. LW462, Attachment C, Page 2 of 2 864 EXHIBIT "F" The Commemorative Association for the Japan World Exposition 23 03- 864 (UNOFFICIAL TRANSLATION) To: Ms. Arleen Weintraub -Acting Director for the City of Miami in partnership with the Coalition to Reconstruct the Japanese Garden From: Tetsuro Kawakami, President of The Commemorative Association for the Japan World Exposition Regarding: Notice of Decision on Grant from the Japan Exposition Commemorative Fund 2002 Date= June 13, 2002 Number of the utter on notice: 34 Project Number= 120 ` It is our pleasure to inform you that the Ichimura-Miami Japan Garden Environmental Reconstruction Initiative has been accepted for the Japan World Exposition Commemorative Fund 2002 Grant. The information regarding the grant is as follows: 1. The Proposed Project (1) Title of Proposed Project: Ichimura-Miami Japan Garden Environmental Reconstruction Initiative (2) Contents of the Project: According to the application of the proposed project (3) Date of the Completed Project= March 31, 2003 (4) Grant Applicable Expenses: See Attachment 03- 864 2. The Content of the Decision Maximum Amount of Grant: ¥20,000,000 Sincerely yours, Tetsuro Kawakami Chairman of the Commemorative Association for the Japan World Exposition 03— 86 ITEMIZED STATEMENT OF EXPENSES FOR SUPPORT OF PROJECT EXPENSEITEMS AMOUNT REMARKS Materials W30,426,000 *64.602,000 #95,028,000 Total Maximum Amount of Grant X20,000,000 Construction Total 03- 864 TT-tv of ffliami XLEES� R. WEINTRAUB F Director e a July 19, 2002 Project No.: 02-120 To: Testsuro Kawakami President Commemorative Association For the Japan: World Exposition (1970) PAYMENT PROCEDURE NOTIFICATION CARLOS A. GIMENEZ City Manager Name of Project: Ichimura Miami -Japan Garden Environmental Reconstruction Initiative At the appropriate time, please deposit the grant from your Association in the following bank account. Upon your completing the transfer procedure at your bank, we will immediately acknowledge receipt thereof. 1. Name of Bank: First Union National Bank 2. Address of lank: 200 South Biscayne Boulevard, 151h Floor Miami, FL USA 33131 'attention: Scott Kreiger Telephone: 01 305 789 5035 3. Type of Bank Account: Current Deposi General Deposit 4. Account Number: 2696204833948 5. Routing Transit Number: 063000021 6. Name of Account Holder: City of Miami Sincerely, Arleen Weintraub, Director Department of Real Estate and Economic Development City of Miami United States o fAmerica DEPARTMENT OF REAL ESTATE & ECONOMIC DEVELOPMENT 03— 8 6' 4 . 2nd-\%-cnue. 3rd Floor/Miami. FL 33130/.30S) 41b-1.135aelecopier: (305, alb -2156 v P.O. Boz 330708 A-liami. Florida 33233-0708 ARLEEN R. WEINTRAUB Director CIT-tv of fflizvmi July 19, 2002 Project No.: 02-120 To: Testsuro Kawakami President Commemorative Association For the Japan World Exposition (1970) PLEDGE to EXECUTE the PROJECT CARLOS A. GIMENE City Manager Name of Project: Ichimura Miami -Japan Garden Environmental Reconstruction Initiative In executing the Project, the City of Miami in partnership with the Coalition to Reconstruct the Japanese Garden, pledge to follow the conditions stated in the "Notice of Decision on Grant" issued on July 9, 2002, No. 02-120. Thank you very much for your acceptance. We look forward to working with your organization, the local Japanese Consul General Mr. Ko Kodaira, and Mayor Yoshinori Akasaki in our sister city of Kagoshima to rebuild the Ichimura Miami -Japan Garden on Watson Island. Sincerely. Arleen Weintraub, Director Department of Real Estate and Economic Development City of Miami United States of Am:•ica cc: The Honorable Ko Kodaira, Japanese Consul General in Miami Mayor Yoshinori Akasaki. City of Kagoshima Dr. Bern Levine, Parrot Jungle & Gardens Mr. Jeff Shimonski, Parrot Jungle & Gardens Ms. Agnes Youngblood, Friends of the Japanese Garden Mr. Kazuo Osano, Ricoh San-ai Group DEPART:.MENT OF REAL ESTATE & ECONOMIC DEVELOPMENT 111 S.W. 2nd Avenue. 3rd Floor/Miami. FL .33130i (3051 a +16- +35/relecopier:005+ 416-2156 4 P U. Box 330708 :Miami. Florida 33233-07,08 EXHIBIT "G" Safe Neighborhood Parks Bond Program Agureement 24 03- 864 SAFE NEIGHBORHOOD PARKS BOND rROGRAM SERIES 02 INTEREST EARNINGS Discretionary Interest Earnings AGREEMENT his Agreement, made this --�day of .200 3 , by and between Miami -Dade County, a political subdivision o, the State of Flori( ounty) through -its Office of Safe Neighborhood Parks (Office), located at 10710 S.W. 211 Street, loom 109, Miami, FL 33189, and City of Miami (Grantee) having offices at 444 S. W. 2"d Avenue, Miami, FL. 33130 states conditions and covenants for the rendering of Safe Neighborhood Parks Bond project (Project(s)) for the County. WHER F AC, the 66_ens of Miami -Dade County have authorized the issuance of general obligation bonds for the pl,rpose of fia=cing capital improvement programs for certain parks, beaches, natural areas and recreation facilities; and WHEREAS, to implement and give effect to the bond program, Miami -Dade County, Florida enacted Ordinance 96-115, the Safe. Neighborhood narks Ordinance; and WHEREAS, it is necessary and desirable to improve the quality of life, to preserve property values, to promote prevention of juvenile crime by providing positive recreation opportunities, and to improve the recreation facilities for youth, adult, and senior citizens in this community through the improvement of our parks and natural areas; and WHEREAS, in order to foster those important values, the project(s) listed herein have been identified tui reimbursement pursuant to the terms of the Ordinance; NOW, THEREFORE, t'ie parties agree as follows: I_ SCOPE OF SERVICE & BUDGET SUMMARY. The Grantee agrees to render services in accordance with the Brief Grant Summary statement incorporated, and that all expenditures or costs shall be made in accordance with the Budget(s) which is incorporated and attached as Exhibit(s). (See Section XVII). II. ADMINISTRATIVE RULES & BOND ORDINANCE. The Grantee agrees to abide by and be g,.verned by the Administrative pules for Specified Project Grants, Per Capita Allocation Grants, Challenge Grants, and Interest Earnings, and the Bond Ordinance, copies of which have been provided the Grantee by the Office. Without Limiting the generality of the preceding sentence, the Grantee agrees to: Payment Procedures (Ord., Sec.6 & Rules, IOB); Breach of Agreement (Rules, 1 OB(6) & 11 F); Termination (Rules, 11 F); Prohibited Use of Funds (Rules, IOD4); Required Documentation (Rules, 1 1D & 12); Operating Funds (Ord., Sec. 5(b)(1)); Completion of Project and Supplemental Funding (Rules, 106(I5)); and Audits (Ord., Sec. 13 & Rules, 1 1 A). 03- 864 III. EFFECTIVE T. N. Both parties agree that the effect, term of this Agreement shall be from December 1, 2000 to November 30, 2005. Failure by the Grantee to complete the project by the aforementioned date, unless extended, shall be cause for the County to terminate this Agreement. IV. AMOUNT PAYABLE. The maximum amount payable for the project(s) rendered under this Agreement, shall not exceed $785,065 unless otherwise amended. The Grantee agrees to post a match which will be subject to verification by the County at the time of payment reimbursement. Expenditure match must be verified at the time of the independent audit (Ord., Sec. 13 & Rules, 10 B (8)). V. FUNDING COMMITMENT. In the event that the project(s) requires further funding, funding for subsequent years is conditioned upon appropriation by the Board of County Commissioners of Miami -Dade County, Florida, with no representation that funds will be forthcoming. VI. FUNDrN, G REQUIREMENTS & REGULATIONS. A. Establishment of residency requirements, imposition of non-resident fees, or failure of the Grantee to comply with any other conditions established by the Safe Neighborhood Parks Citizens' Oversight Committee (Oversight Committee) shall be cause for the County to terminate this Agreement unless an exception is granted by the Oversight CommittCe. B. Failure by Grantee to produce the dollar for dollar cash match, unless waived by the Safe Neighborhood Parks Grants Review Sub -Committee at their September 19, 2002 meeting, as originally pledged to the projects(s) by the Grantee shall result in a reduction in bond funds awarded under this Agreement, equal to the cash match shortfall, or termination of the Agreement by the County, at the option of the Oversight Committee. VII. CONTi i, )`S OF AWARD A. Completed facility construction will have a permanent plaque, approved by the Oversight Committee, as to material, form, and content, affixed to the facility noting funding through the Safe Neighborhood Parks bond program. B. All fencing funded with Safe Neighborhood Parks bond proceeds will comply with the current Florida Building Code specifications for such facilities. C. Land acquired and/or facility development or improvement funded by this Agreement must be vested with a public agency. VIII. INDEMNIFICATION BY GRANTEE. Citv of ?Miami shall indemnify and hold harmless the County and its officers, employees, 2 03- 864 agents, and instrumental. :s from any and all liability, losses or N, unages, including attorney's fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of action, or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the City of Miami or its employees, agents, servants, partners, principals or subcontractors. City of Miami shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. City of Miami expressly understands and agrees that any insurance protection required by this Agreement or other,,v1se provided by the City of Miami shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. IX. INSURANCE. If the Grantee is the State of Flon ida or an agency or political subdivision of the State as defined by Section 768.28, Florida Statutes, the Grawee shall furnish the County, upon request, i'ten verification of liability pr:)tection in accordance with Section 768.28, Florida Statr'es. Nothing herein shall be construed to extend any party's liability beyond that provided in Section 768.28, Florida Statutes. X. CIVIL RIGHTS. The Grantee agrees to abide by Chapter I IA, Article IV of the Code of Miami -Dade County ('County Code'), as amended, which prohibits discrimination in employment; Title VII of the Civil Rights Act of 1968, as amended, which prohibits discrimination in employment and public accommodation; the Age Discrimination in Employment Act, 29 U.S.C., Section 621 et seq., as amended, which prohibits discrimination in employment because of age; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C., Section 794, as amended. which prohibits discrimination on the basis of disability; and the Americans with Disabilities Act, 42 U.S.C., Section 12103 et seq., which prohibits discrimination in emplo; ment and accommodation because of disability. It is expressly understood that upon receipt of evidence of discrimination under any of these laws, the County shall have the right to terminate this Agreement. It is further understood that the Grantee must submit an affidavit attesting that it is not in violation of the Americans with Disabilitv Act, the Rehabilitation Act, the Federal Transit Act, 49 U.S.C. Section 1612, and the Fair Housing Act, 42 U.S.C. Section 3601 et seq. If the Grantee or any owner, subsidiary, or other firm affiliated with, or related to the Grantee, is found by the responsible enforcement agency, the Courts of the County to be in violati,-i'i c these Acts, the County ill conduct no further business with the Grantee. Any agreement entered into based upon a false affidavit shall be voidable by the County. If the Grantee violates any of the Acts during the term of any agreement the Grantee has with the County, such agreement shall be voidable by the County, even if the Grantee was not in violation at the time it submitted its affidavit. 3 03- 864 XI. CONFLICT OF LNTEREST. The Grantee agrees to abide by and be governed by Miami - Dade County Ordinance No. 72-82 (Conflict of Interest Ordinance codified at Section 2-11.1 et al. of the Code of Miami -Dade County), as amended, which is incorporated herein by reference as if fully set forth herein, in connection with its contract obligations hereunder. XII. INDEPENDENT PRIVATE -SECTOR INSPECTOR GENERAL. The County shall have the right, but not the obligation to require the Grantee, at the Grantees own cost, to retain the services of an independent private -sector inspector general (IPSIG) who may be engaged to audit, investigate, monitor, oversee, inspect ana review the operations, activities and performance of the Grantee and County in connect:oii with this agreement. The :Nope of services performed by an IPSIG may include, but are not limited to, monitoring and investigating compliance with Agreement; project costs; and investigating and preventing corruption and fraud. The IPSIG may perform its services at all levels of the contracting and procurement process including but not limited to project design, establishment of bid specifications; bid submittals, activities of Grantee, its officers, agents and employees, lobbyists, county staff an(r elected officials. Upon ten (10) days written notice :to Grantee from an IPSIG, the Grantee shall make all requested records and documents available to the IPSIG for inspection and copying. The IPSIG shall have the right to examine all documents and records in the Grantee's possession, custody or control which in the IPSIG's sole judgment pertain to performance of the Agreement, including but not limited to original estimate files, bid and change order estimates, worksheets, proposals and agreements from and with successful and unsuccessful subcontractors and suppliers, all project -related correspondence, memoranda, instn.Ltions, financial documents, construction documents, bid and agreement documents, back -charge document, all documents and records which invoh e cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records, and supporting documentation for the aforesaid documents and record-... The provisions in this section shall apply to the Grantee, its officers, agents and employees. The Grantee shall incorporate the provisions in this section in all subcontracts and all other agreements executed by Grantee in connection with the performance of the Agreement. Nothing in this Agreement shall impair any independent right of the County to conduct an audit or investigate activities. The provisions of this section are not intended nor shall they be construed to impose any liability on the County by Grantee or third parties. XIII. OFFICE OF THE MIAMI-DADE INSPECTOR GENERAL. Pursuant to Ordinance No. 97-215, the Office of the Miami -Dade County Inspector General (IG) shall have the authority and power to review past, present and proposed County programs, accounts, records, contracts and transactions. The IG shall have the power to report and/or recommend to the Board of County Commissioners whether a particular project, program, agreement or transaction is or was necessary and, if deemed necessary, whether the method used for implementing the project or 4 03- 864 program is or was efficient both financially and operationally. Monitoring of an existing project or program may include reporting whether the project is on time, within budget and in conformity with plans, specifications, and applicable law. The IG shall have the power to analyze the need for, and reasonableness of proposed change order. Upon ten (10) days written notice to Grantee from IG, the Grantee shall make all requested records and documents available to the IG for inspection and copying. The IG shall have the power to retain and coor&iate the services of an IPSIG who may be engaged to perform said mandatory random audits, as well as audit, investigate, monitor, oversee, inspect and review the operations, activities and performance and procurement process including but not limited to project design, establishment of bid specifications; bid submittals, activities, of Grantee, its officers, agents and employees, lobbyists, county staff and elected officials in order to ensure compliance with agreement specifications and detect corruption and fraud. This mandatory random audit is separate and distinct from any other audit by the County of any audit p-irformed under Section XI "Independent Private-Sa for Inspector General". The provisions in this section shall apply to the Grantee, its officers, agents and employee--. The Grantee shall incorporate the provisions in this section in all subcontracts and all other agreements executed by Grantee insconnectiou with the performance of the Agreement. Nothing in this Agreement shall impair any independent right of the County to conduct audit or investigate activities. The provisions of this section are not intended nor shall they be construed to impose any liability on the County by Grantee or third parties. XIV. NOTICE.-•. It is understood and agreed between the parties that written notice addressed to the Office and mailed (certified/return receipt) or delivered to the address appearing on page one (1) of the Agreement and written notice addressed to the Grantee and mailed (certified/return receipt) of delivered to the address appearing on page one (1) of this Agreement shall constitute �... f1- ::.: lent notice to either pay,.- XV. ay`v XV. AUTONOMY. Both parties agree that this Agreement recognizes the autonomy of and stipulates or implies no affiliation between the contracting parties. It is expressly understood and intended that the Grantee is only a recipient of finding support and is not an agent or instrumentality of the County. Furthermore, the Grantee's agents and employees are not agents or employees of the County. -`,' I. TERMINATION If the Grantee shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or shall violate any of the covenants, agreements, stipulations, representations or warranties herein, the County shall have the right to terminate this Agreement by giving at least ten (10) days prior written notice to the Grantee (Rules, 11 F). XVII. MISCELLANEOUS. 5 03- 864 A. Governing Law. The Grantee agrees to comply with all applicable federal, state and county laws, rules and regulations which are incorporated by reference or fully set forth. This Agreement is made in the State of Florida and shall be governed according to the laws of the State of Florida. Proper venue for this Agreement shall be Miami -Dade County, Florida. B. Modifications. Any alterations, variations, modifications, extensions or waivers of provisions of this Agreement including but not limited to amount payable and effective term shall only be valid when they have been reduced to writing, duly approved and signed by both parties and attached to the original of this Agreement. C. Counterpart. This Agreement is signed in 4 counterparts, and each counterpart shall constitute an original of this Agreement. D. Headings Use of Singular and Gender. Paragraph headings are for convenience only and are not intended to expand or restrict the scope or substance of the provisions of this Agreement. Wherever used herein, the singular shall include the plural and the plural shall include the singular, and pronouns shall be read as masculine, feminine or neuter as the context requires. E. Azreement Contact. The County's representative for this agreement is Beverly N. Mirmart, D.P.A. The Grantee's representative for this agreement is Maria Perez, City of Miami Park & Recreation Department. F. Fringe Benefits. In the event that a percentage of actual salary will be utilized as the method to claim eligible fringe benefit costs pursuant to Section 10 (D) (2) (c) of the Rules, such percentage shall not exceed %. This 1:crcentage shall be demonstrated to the reasonable satisfaction of the County. Documentation in support of this percentage shall be submitted to the Office for approval contemporaneously with the execution of this Agreement. Subcontracts. Any !�::bcontracts written under the provisions of the Ordinance (Sections 5 (b) (5) and 8 (c)) require prior review and written approval of the County. H. Totality of Agreement / Severability of Provisions. This 15 page Agreement with its recitals on the fast page of the agreement and with its attachments as referenced below contain all the terms and conditions agreed upon by the parties: Attachment 1: Miami -Dade County Affidavits Exhibit(s) 1 through 6 : Approved Project(s) and Budget(s) No other Agreement, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or bind any of the parties hereto. If any provision of this Agreement is held invalid or void, the remainder of this Agreement shall not be affected thereby if such remainder would then continue to conform to the terms and requirements of applicable law. 03- 864 IN WITNESS WHEREOF, the parties hereto have set thea hands and affixed thea respective seal the day and year first above written. APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Assistant County Attorney APPROVED AS T�f%F ORM AND CORREC'jNESS City Attor74. n �ejandre Vilarello Harvey uvin, Clerk Dbeputy Clerk Priscilla A. Thompson MIAMI -DADS COUN i Y Steve Shiver, County Manager APPROVED AS TO INSURANCE REOt Risk Management Admini Elliot Fixler CITY OF MIAMI A Municipal corporation in the State of Florida • 7 03- 864 MET' -DADE BLISINESS ENTITY AFFIDAVr-S I Carlos A. G i m e n e z , being first duly sworn state: The full legal name and business address of the person(s)or entity contracting or transacting business with Metro - Dade County are (Post Office addresses are not acceptable): 596000375 Faasl Fa+Wq'a We�uf�ut.ob TwMe (If •dmc yooi.r Setartty Nessa t City cf Miami Na t of Entity. Indtvtdwhs). Putntn. w C4M0"61on Doing Summa At (if acme L .bout, W" Ntnk) 3500 Par American Drive Miami, FL 33133 Svett Address C.ty Sari Zip Cedt 1. METRO -DA DE COUNTY OWNERSHIP DISCLOSURE AFFIDA'/rT (Se:. 2-3.; of ujhc County Code) 1 If :hc contract or business transaction is with a corporation. the full legal name and business u.reess shall be provided for each officer and director and eazh stockholder who holds directly or indircctiv five percent (S%) or more of the corporation's stock. If the crntraet or business transaction is with a trust- the full Icgal name and address shall be provided for each trustee and cach'bencflciary. All such names and addresses arc (Post Office addresses arc not acceptable). Full Legal Name s Address Ownership i. _ The full Ic..al names an.' business address of any other individual (other than subcontractors. matcriaimea. suppliers. laborers. or lenders) who have. or will have. any intertst (legal. equitable beneficial or otherwise) in the eontrac: or business ;ransaction with Dade County arc (Post Orrice addresses am not acceptable). Parr t of.' 03- 864 a 11. METRO-DADE COUNTY ESIPLOYMENT DISCLOSURE AFFIDAVIT (Counry Ordinance No. 90-133. Amending sect 2.8-1. Subsection (d)(2)1 The following tnformauon and attachmrnLs are provided and arc in compliance with all items in the aforementioned Section I Docs your fuer have a collective bargatnmg aerecment witr. its employers' _ Yc� _ No Docs your firm provide paid health care benefits for its employees' _ Yes _ No 3 Provide a current breakdown (number of persons) of your firm's wort: force and ownership ss to race. national origin and gender White Males Females Asian. Males Females Black MaIcs Females American Indian Males Females Hispanics Males Females Aleut (Eskimo). Males Females Males Fcmales Malet Females Parr t of.' 03- 864 a Ill. hlETlto-RADE EMPLOYN11 DRUG-FREE WORKPLACE AFFIDAVIT (Cou' -)rdinancc No. 92.15) That in compliance with Ordinance No. 92.15 of the Code of Metropolitan Dade County, the above named firm is ptovidiug a drug -kc workplace. A wrincn statement to each employee shall inform the employee about: 1 danger of drug abuse in the workplace 2 the firms' policy of maintaining a drug-free environment at all workplaces availability of drug counseling, rehabilitation and employt:c assistance programs 4 penalties that may be imposed upon employees for drug abuse violations The firm shall also require an employee to sign a statement. as a condition of employment that the employee will abide by the terms and notify the employer of any criminal drug conviction occurring no later than five (5) days after receiving notice of such conviction and impose appropriate personnel action against the employee up to and including termination IV. METRO- D.-kDE EIIPLOYSIEN7 FAMILY I --.kVE AFFIDAVIT (County Ordinance No. 142-71) That in compliance with ordinance No. 142-91 of the odc of Metropoliun Dade County, Florida. the following information is provided and is in compliance with all items in the aforementioned ordinance. :.n employee who has worked for the above firm for at least one (1) year shall be entitled to ninety (90) days of family leave during any rwcnry-four (24) month period. for medical reasons, for the birth or adoption of a child. or for the care of a child. spouse or other close relative who has a serious health condition without risk of termination of employment or employer retaliation. 21163 jo f AITt (Dart) Carlo:- Gim ez, City `;; 5-,er SUBSCRIBED AND SWORNTO (or affirmed) Ixforc me this � day of 2 0 { . b` v l c 6I -n [.. h e 6She is personally known I- ). • to me or has presented as identification (-i :pc of Idcntiftcation) (Signature of hiotary) r ^ (Print or Stamp of Notary) � I Notary Public - Statc of �— (State) (Serial Number) `��Lx\11111111111// Z ``\N"\vea RodrjNO �i, (Expiration Date) .... t P Notary Scal /CC910384 : IT ST lilt 03- 864 Parc : of.? Eamings I EXHIBIT 0 citasenc' oversight conunititre safe - neighborhoo80. parks CITY OF MIAMI iJOSE MARTI PARK, GIBSON PARK AND TEN POOLS. District F_.! IADA ACCESSIBILITY IMPROVEMENTS AT JOSE MARTI AND GIBSON PARKS AND PURCHASE ADA AQUATIC EQUIPMENT. Remarks REQUIRES $49,200 MATCH 64 Fiscal Year Fiscal Year Fiscal Year TOTAL BUDGET ITEMS 2002-2003 2003-2004 2004-2005 S.NP A«'ARD,� PLANNING �� 0 �_� �— " I DESIGN 2,600 1 0 2,600 PROJECT ADMINISTRATION 2.250 F_ V I 0 LAND/BLDG ACQUISITION 0 0i 0 0 CONSTRUCTION JOSE MARTI POOL - RESTROONI 12,500 0 0 12,500 ?DA RENOVATIONS0--51 0 [— —� GIBSON PARK POOL - RESTROOM 17,00-1 0 �� 17,SOO ADA RENOVATIONS 0 F —� 0 0 �— pl 0 0 0 t 0 F 0 0 0 F_-771 1 oil 0 0 0 0 0 0 0 0 0 Pre -Agreement Construction Costs 700 I'-0" I 0 L 0 i Construction Contingency 0 L " I L �' 0 TOTAL CONSTRUCTION 30,000 t 0 0�-30,000 ART ALLOWANCE (Miami -Dade Only) 0 1 0 0 0 FIXTURES, FURNITURE, EQUIPMENT 1 1 .600 0 0 1 1,600 OTHER COSTS 0— 771 0 0 0 00 0 (� -- F "I 0 0 01 0 0 0 0 0 0 PROJECT CONTINGENCY C— 2.750 0 0 2.750 EXPENDITURE TOTALS 49,200 71 0 1 49.200 Remarks REQUIRES $49,200 MATCH 64 �amings _� to creer e, ff safe neighborhool o. EXHIBIT parkv n-' District 3 ] OF MIAMI 11ATHALIE RANGE PARK CREATE A DOMINO PARK AT ATHALIE RANGE. Remarks REQUIRES $300,000 MATCH M Fiscal Year Fiscal Year Fiscal Year TOTAL BUDGET ITEMS 2002-2003 2003-2004 2004-2005 S`P AWARD PL 1'1N11NG 15,000 0 OI _ 15,000 DESIGN 10,000 0 :011 10,000 PROJECT ADMINISTRATION �-25.000 1 70 O— 25,004 LAND/BLDG ACQUISITION —01 L 7 701 0 CONSTRUCTION CONSTRUCTIO': OF THE DOMINO 82,500 I —7 0 82,500 PARK (PRE-AGREE"A=VT). 0 0—��—� ALLOWANCES • 5.004 SQ. FT. 1 1 2,500 F 7 0 112. ADA COMPLIANT SHELTER. r--ol 01 1 :p:1 I 0 DO r 0� 0 0 0 �I 0 O 00 0 00 O I 0 l ---" Pre -Agreement Constructior, Costs 0 0 011 0 Constructicn Contingency 8.250 0 ^ f 8.250 TOTAL CONSTRUCTION 203750 01 0 1 203,250 ART ALLOWANCE (Miami -Dade Only) 0 0 0 0 FIXTURES, FURNITURE, EQUIPMENT �-15,000 0 701 15,000 OTHER COSTS 0—_0_1 0—� 01 1 Cl 0 70- 0 0 0 �_ 0 PROJECT CONTINGENCY 31,750 0 1— O1 31,750 EXPENDITURE TOTALS 300,00011 7011 0 300.000 Remarks REQUIRES $300,000 MATCH M Earnings EXHIBIT Q j G citisenr, overnight conunitwe I safe ne ghhorhoo�� paric-C District TJ - (CITY OF MIAMI IiELIZABETH VIRRICK. PARK CONVERSION OF STORAGE ROOM FOR COMPUTER L<.3. 1 BUDGET ITEMS Fiscal Year 2002-2003 Fiscal Year 2003-2004 Fiscal Year M4-2005 TOTAL SNP AWARD PLANNING --� -- Fi 0 0 DESIGN 1,863 0 071 1,863 PROJECT ADMINISTRATION 1,630— 70--0-1 1,630 LAND/BLDG ACQUISITION 011 0 7-011 pl CONSTRUCTION CONSTRUCTION/RENOVATIONS 25, — :0 —0-11 25,615 L_ 0, 01 L-011 0 ::0:1 1 0 1_7071 o 01 1 0 0 0 0 0 1 011 —:0:1 01 0 0 0 0 0 0 0 c o —0-11 —o ff [---e!I 0 0 0 Pre -Agreement Construction Costs 0 0 0---07 Construction Contingency 0 07 F — 0 TOTAL CONSTRUCTION 25,615 1 0 0 25,615 ART ALLOWANCE (Miami -Dade Only( 0 0 0 0 l FIXTURES, FURNITURE, EQUIPMENT 0 0 0 0 OTHER COSTS 01 1 0 0 0 0 0 0 0 01 O (-- o� o 0 0 0 0 0 77071 PROJECT CONTINGENCY I0 1 01 1 0 EXPENDITURE TOTALS 1 29—jOg 0 1 1 29,108 Remarks REQUIRES $29,108 MATCH ` 86 Earnings f EXHIBIT IAMI O crouenr overright committee safe neighborhoo8 �.. parks C. CORRIDOR N.E. 25TH NTNG ANC DESIGN OF A PROTOTYPICAL POCKET PARK. - POCKET PARK District 3� Remarks REQUIRES $30,000 MATCH 03- 864 Fiscal Year Fiscal Year Fiscal Year TOTAL BUDGET ITEMS 2002-2003 2003-2004 2004-2003 SNP AWARD P'_. '•,:NTNG 15. 0 �— 15, DESIGN 15,000 0 0 15,000 PROJECT ADMINISTRATION 0 0 0 0 LAND/BLDG ACQUISITION 0 0 0 0 CONSTRUCTION 0 0 0 0 0 0 C— 0 0 0 0 0l 0 "I 0 0 011 0 0 0 701 0 O 0l 0� 01� �0-� Pre-Agrees.-nt Construction Costs 0 t ::01 l " It :0:1 Construc .: _ i ;:ont ngency 0 0 0 TOTAL CONSTRUCTION 0 0 0 1 ::01 ART ALLOWANCE (Miami -Dade Only) 0 C--]0:1 0 FIXTURES, FURNITURE, EQUIPMENT 01 711 0 OTHER COSTS _ _01 1 —0-11 0 — 01 0 0 0071 0. 0 L "f 0 p 0 0 0 PROJECT CONTINGENCY0 0 0 0 EXPENDITURE TOTALS 30,000 1 -- 01 —0-11 30,000 Remarks REQUIRES $30,000 MATCH 03- 864 1 Eami�gs EXHIBIT CITY OF M O cJaucn. ovrnighc conn! -tee safe neighborhool parks OCK P DESIGN AND CONSTRUCT A ROLLER HOCKEY RINK. District 71 Remarks REQUIRES $143,757 MATCH +J3- 864 Fiscal Year Fiscal Year Fiscal Year TOTAL BUDGET ITEMS 2002-2003 2003-2004 2004-2005 SNP A«VARD PLANNIN;7 �_� 011 0 0 DESIGN1— 9,700 0� 9,700 PROJECT ADMINISTRATION 0 0 8,620 LAND/BLDG ACQUISITION 0 1 :7011 0 CONSTRUCTION CONSTR"CT ROLLER HOSKEY RINK 107,730 0 0 107,730 01 00 —71 1_ 0 0OI ..1 0 0 0 211 0 0 0 Oil --:0:1 01 0 0 0 0 1 0 F <; 0 001 1 0� 01 —_0 1 Pre -Agreement Construction Costs 0 —� F Ol 0 Construction Contins-, _ �— 0-0 0 TOTAL CONSTRUCTION 107730 0 0 107,730 ART ALLOWANCE (Miami -Dade Onlyl 001 0 0 FIXTURES, FURNITURE, EQUIPMENT 3.000 0 0 TO OTHER COSTS 01 00 �— 0l1 01 �— 1--� 0 ::0:1 11 01 1 0 :01� PROJECT CONTINGENCY 14,7071 0 14,707 EXPENDITURE TOTALS 143.757 1 0 143,757, Remarks REQUIRES $143,757 MATCH +J3- 864 Earnings EXHIBIT Q OF MIAMI oversight Conarnittte safe neig1hb0rhoo2.L` jr parks IMURA MIAMI -JAPAN GARDEN AT WATSON ISLAND REDESIGN AND CONSTRUCT A JAPANESE GARIEN. District 5� EXPENDITURE TOTALS 233.000 0 0 �— 233,000 Remarks REQUIRE:, $233,000 MATCH �J3- 864 Fiscal Year Fiscal Year Fiscal Year TOTAL BUDGET ITEMS 2002-2003 2003-2004 2004-2005 SNP AWARD FLANNING 0 _ 0 1 7 L 0� DESIGN -- :0117011 0 1 70 PROJECTPROJECT ADMINISTRATION 0 70711 Oil 0 LAND/BLDG ACQUISITION 0 0-70 0 CONSTRUCTION l— 130,000 0 —011 130,000 01 1 0 1 0:I1 "I l` vl 1— Ql —0-11 0 0 0 —071 vl 0 0 701 0 0 0 0 { 0 i 0 0 1071 0 0 0 0 0 Pre -Agreement Construction Costs 1 0 — 1 0 0 Construction Contingec.... F_ 0 0 0 TOTAL CONSTRUCTION 130,000 0 701 130.000 ART ALLOWANCE (Miami -Dade Only) 0 �� 0 0 FIXTURES, FURNITURE, EQUIPMENT 81,800 0 0 81,800 OTHER COSTS 0 0 0 — 01 0 0 F_ 1 0 0 0 0 0 0 0 01 0 01 01 0 0 PROJECT CONTINGENCY I21,200 0 0 21,200 EXPENDITURE TOTALS 233.000 0 0 �— 233,000 Remarks REQUIRE:, $233,000 MATCH �J3- 864 EXHIBIT "H" Florida Department of Environmental Protection Florida Recreation Development assistance Program (FRDAP) 25 03- 864 F3416 DEP Contract Number CSFA Number: 37017 CSFA Title: FRDAP FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FLORIDA RECREATION DEVELOPMENT ASSISTANCE PROGRAM (FRDAP) Project Grant Agreement ;,Y 2002-03) - Dev��--Ipment This Agreement is made and entered into this day of 200 Z, by and between the STATE OF FLORIDA DEPARTMENT OF ENVIRONM-;-':TAL PROTECTION, hereinafter called trc DEPARTMENT, and the CITY OF MIAMI, hereinafter called the GRANTEE, a local government, in furtherance of an approved public outdoor recreation project. In consideration of the mutual covenants contained herein and pursuant to section 375.075, 7.orida Statutes, and chapter 62D-5, Part V, Florida Administrative Code, the parties hereto agree as follows: 1. This Project Agreement shall be performed in accordance with section 375.075, Florida Statutes, and chapter 62D-5, Part V, Florida Administrative Code, hereinafter called the RULE. The GRANTEE shall comply with all provisions of the RULE effective August 23,2000, which is incorporated into this Project Agreement as if fully set forth herein. It is the intent of the DEPARTMENT end the GRANTEE that none of the provisions of section 163.01, r'iorida Statutes, sail have applicatiLin to this Project Agree -.qnt . 2. The DEPARTMENT has found that public outdoor recreation is the primary purpose of the project known as Nature Trail at Watson Island (Florida Recreation Development Assistance Program, FRDAP Project Number F03416), hereinafter called the PROJECT, and enters into this Project Agreement with the GRANTEE for the Page 1 of ii 03- 864 development of that real property, the legal description of whi-' shall be submitted to the DEPARTMENT as described in the Floric Recreation Development Assistance Program Development Project Pre-reimbursement/Commencement Documentation Form, DEP Form FPS - A034. 3. The GRANTEE shall construct, or cause to be constructed, certain public outdoor recreation facilities and improvements consisting of the folic�ing PROJECT ELEMENTS which may be mod_`ied by the DEPARTMENT if GRANTEE shows good cause: Interpretive Trail, cultural pavilion, fencing, landscaping, security lights, entrance/access and other related support facilities. 4. The DEPARTMENT shall pay, on a reimbursement basis, to the GRANTEE, funds not to exceed $200,000.00, which will pay the DEPARTMENT'S share o` --he cost of the PROJECT. DEPARTMENT f,, --d l i-m.L s are based upon the following: DEPARTMENT Amount $200,000.00 50% GRANTEE Match $200,000.00 50% Type of Matcr: Cash, In -Kind Services, Land value S. The PROJECT reimbursement request shall include all documentatio: requ_red by the DEPARTMENT for a proper pre -audit and post -audit review. Within sixty (60) days after receipt of the request, the DEPARTMENT'S Contract Manager s:_all review the compl.-tion documentation_ and payment requesz- Lrom the GRANTEE for the PROJECT. If the documentation is sufficient and meets the requirements of the Florida Recreation Development Assistance Program Completion Documentation Form, DEP Form FPS -A037, referenced in s. 62D -5.058(6)2(g), the DEPARTMENT will approve the request for payment. 6. The ^EPARTMENT will pe---:dically request i;­,-�of of a transaction (invoice, payroll register, etc.) to evaluate the appropriatenesE of costs to the agreement pursuant to State and Federal guidelines including cost allocation guidelines), as appropriate. This information when requested must be provided within 30 calendar days of such request. The Grantee may also be required to submit a cost allocation plan to the Department in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). All bills for amounts due under this agreement shall be submitted in detail sufficient for a Page 2 of 11 t proper pre -audit and post -audit thereof. State guidelines for allowable costs can be found in the State Comptroller's Voucher Processing Handbook at (<http://www.dbf.state.fl.us/aadir/mainindex.html). 7. The GRANTEE agrees to comply with the Division of Recreation and Parks' Grant and Contract Accountability Procedure, hereinafter called the PROCEDURE anu incorporated into '_his Project Agreement by reference as if fully set forth herein. All purchases of goods and services for accomplishment of the PROJECT shall be secured in accordance with the GRANTEE'S adopted procurement procedures. Expenses representing the PROJECT costs, including the required matching contribution, shall be reported to the DEPARTMENT and summarized on certification forms provided in the PROCEDURE. The DEPARTMENT and GRANTEE agree to use the PROCEDURE guidelines accounting for FRDAP funds disbursed under the PROJECT. The parties further agree that the principles for determining the eligible costs, supporting documentation and minimum reporting requirements of tie PROCEDURE shall be used. 8. Allowable indirect costs as defined in the PROCEDURE shall not exceed 15% of the GRANTEE'S eligible wages and salaries. Indirect costs that exceed 15% must be approved in advance in writing by the DEPARTMENT to be considered eligible PROJECT expenses. 9. It is unders.tood by the parties that the amount of this Project Agreement may c.. reduced should th- ^governor's Budget^dice declare a revenue shortfall and assess a mandatory reserve. Should a shortfall be declared, the amount of this Project Agreement may be reduced by the same percentage as the DEPARTMENT is assessed for the mandatory reserve. 10. PROJECT funds may be reimbursed for eligible Preagreement Expenses (as defined in s. 62D-5.054(34) of the RULE) incurred by GRANT:- prior to executicof this Project A_,:_eement as set fort:: in s.62D-5.0S`(9) of the RULE. --he DEPARTMENT and L:'. GRANTEE fully understand and agree that there shall be no reimbursement of PROJECT funds by the DEPARTMENT for any expenditure made prior to the execution of this Project Agreement with the exception of those expenditures which meet the requirements of the foregoing sections of the RULE. Page 3 of 11 43— 864 11. Prior to commencement of PROJECT development, the GRANTEE shall submit the documentation required by the Florida Recreation Development Assistance Program Development Project Pre- reimbursement/Commencement Documentation Form, DEP Form FPS -A034 referenced in s. 62D -5.058(6)(f) of the RULE, to the DEPARTMENT. Upon determining that the documentation complies with the RULE, the DEPARTMENT will give written notice to GRANTEE to commence the development and approve the request for payment. 12. The Grantee shall obtain all required local, state and federal permits and approvals prior to commencement of project construction and shall certify that it has done so to the DEPARTMENT by completing the Permitting Certification, FPS -A034, referenced in s. 62D -5.058(7)(c) of the RULE. 13. This Project Agreement shall become effective upon execution and the GRANTEE shall complete constructicn of all PROJECT__EMENTS on or before NC,` CAAA 1 -St 2C61- (hereinafter referred to as the PROJECT completion date). The GRANTEE may request up to two (2) one (1) year extensions from the DEPARTMENT for good cause at the written request of the GRANTEE and such request must be made prior to the PROJECT completion date. PROJECT must be completer' within 5 years, or moray may revert. 14. Project completion means tr_ project is open and available for use by the public. Project mus_ be completed prior to release of- final ffinal reimbursement. 15. The GRANTEE shall retain all records supporting PROJECT costs for five (5) years after the fiscal year in which the final PROJECT payment was released by the DEPARTMENT or until final resolution of matters resulting from any litigation, claim or audit that s'=ted prior to the expiration of the five-year retention period. The DEPARTMENT, State Auditor General, State Comptro- and other agencies or entities with jurisdiction shall have the right to ii_^,._)ect and audit the records said PROJEC1 with_-: the five-year ret=ction period. 16. In addition to the provisions contained in Paragraph 15 above, the GRANTEE shall comply with the applicable provisions containec in Attachment 1. A revised copy of Attachment 1, Exhibit -1, must be provided to the GRANTEE with each amendment which authorizes funding increase or decrease. The revised Exhibit -1 shall Page 4 of 11 03- 864 summarize the funding sources for purposes of assisting the requirements of Attachment 1. revised copy of Attachment 1, the Department's FRDAP Grants request a copy of the updated supporting the Project Agreement GRANTEE in complying with the If the GRANTEE fails to receive a Exhibit -1, the GRANTEE shall notif, Administrator at 850/488-7896 to information. 17. Following receipt of an audit report identifying any -._mbursement due the DEPARTMENT for tie GRANTEE'S non- compliance with this Project Agreement, the GRANTEE will be allowed a maximum of thirty (30) days to submit additional pertinent documentation to offset the amount identified as being due to the DEPARTMENT. The DEPARTMENT, following a review of the documentation submitted by the GRANTEE, will inform the GRANTEE of any reimbursement due the DEPARTMENT. 18. The Grantee, as an independent contractor and not an agent, representative, or employee of the DEPARTMENT, agrees to carry adequate liability and other appropriate forms of insurance. The DEPARTMENT shallhaveno liability except as specifically provided in this Project Agreement. 19. To the extent required by law, the Grantee will be self-insured aga=nst, or will secure and maintain during the life of this Agreement, workers' Compensation Insurance for all employees connected with the work of this project and, in case any work is subcontracted, the Gr--ntee shall require the subcontractor sim,-early to provide workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Grantee. Such self-insurance program or insurance coverage shall comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this Agreement is not protected under workers' Compensation statutes, the Grantee shall provide, and cause each subcontractor to provide, adequate insurance satisfactory '-o the Department, for the protection cf his emp' wees not otherwise protected. 20. The purchase of non -expendable equipment is not authorized under the terms of this Agreement. Page 5 of 11 21. The DEPARTMENT'S Grant Manager for the purpose of this Project Agreement shall be responsible for ensuring performance of itE terms and conditions and shall approve all reimbursement reques, prior to payment. The GRANTEE's Grant Manager, as identified in the PROJECT application, or successor, shall act on behalf of the GRANTEE relative to the provisions of this Project Agreement. The GRANTEE, shall submit to the DEPARTMENT signed PROJECT statue reports every ninety (90) days summarizing the work accomplished, problems encountered, percentage of completion, and other information which may b� requested by the DF=ARTMENT. Photographs to reflect the construction work accomplished shall be submitted when the DEPARTMENT requests them. Any and all notices shall be delivered to the parties at the following addresses: Grantee's Grant Manager Department's Grant Manager Mr. Keith Carswell '1Rs7Ar.tecrr-R--Wa= --aab Mary Ann Lee Acting Director Dept. of Environmental Protection 444 SW 2nd Avenue, 3rd Floor 3900 Commonwealth Blvd., MS 585 Miami, Florida, 3313,0 Tallahassee, Florida 32399-3000 22. Prior to final reimbursement, the GRANTEE must erect a permanent information sign on the PROJECT site which credits PROJECT funding or a portion thereof, from the Florida Department of Environmental Protection and the Florida Recreation Development Assistance Program. 23. The DEPARTMENT has the right to inspect the PROJECT and any and all records related thereto a'_ any reasonable time. 24. This Agreement may be unilaterally canceled by the DEPARTMENT for refusal by the GRANTEE to allow public access to all documents, papers, letters, or other material made or received by the GRANTEE in conjunction with t::is Agreement, unless the records are exempt from Section 24(a) of Article 1 of the State ^onstitution and Section 119.07(1), 171orida Statutes. 25. Prior to the closing of the PROJECT the DEPARTMENT shall have the right to demand a refund, either in whole or in part, of the FRDAP funds provided to the GRANTEE for non-compliance with the material terms of this Project Agreement. The GRANTEE, upon such written notification from the DEPARTMENT, shall refund, and shall forthwith pay to the DEPARTMENT, the amount of money demanded Y Page 6 of 11 03- 864 the DEPARTMENT. Interest on any refund shall begin the date that the GRANTEE was informed that a refund was required until refund and interest is paid to the Department. 26. The GRANTEE shall comply with all federal, state and local rules regulations and ordinances in acquiring and developing this PROJECT. The GRANTEE acknowledges that this requirement include; compliance with all federal, state and local health and safety rules and regulatic::s including all applicable building codes. The GRANTEE further agrees to ensure that the GRANTEE'S contract will include the requirements of this paragraph in all subcontracts made to perform this Project Agreement. 27. Land owned by the GRANTEE, which is developed or acquired with FRDAP funds, shall be dedicated -in perpetuity as an outdoor recreation site by the GRANT7': for the use and benefit of the public as stated in Administrative Rule 62D-5.059(1). Land under control other than by ownership of the GRANTEE such as by lease, shall be dedicated as an outdoor recreation area for the use and benefit of the general public for a minimum period of twenty-fivE (25) years from the completion date set forth in the PROJECT completion certificate. All dedications must be recorded -in the public property records by the GRANTEE. Such PROJECT shall be open at reasonable times and shall be managed in a safe and attractive manner appropriate for pub -'--.c use. 28. Failure to comply with the provisions of the RULE or the terms and conditions of this Project Agreement will result in cancellation of the Project Agreement by the DEPARTMENT. The DEPARTMENT shall give the GRANTEE in violation of the RULE or this Project Agreement a notice in writing of the particular violations stating a reasonable time to comply. Failure to comply within the time period stated in the written notice shall result in cancellation of the Project Agreement and may result ir the imposition of the terms in Paragraph 25. ^9. In the event c_` conflict in the p -„visions of the RUi”, the Project Agreement and the Project Application, the provisions of the Rule shall control over this Project Agreement and this Project Agreement shall control over the Project Application documents. Page '7 of ii 03- 864 30. If the DEPARTMENT determines that site control is not sufficie*-, under the RULE the DEPARTMENT shall give the applicant a notic in writing and a reasonable time to comply. If the deficiency cannot be reasonably corrected within the time specified in the notice, the DEPARTMENT shall cancel this Project Agreement. 31. The State of Florida's performance and obligation to pay under this Project Agreement is contingent upon an annual appropritio by the Florida Legislature. 32. This Project Agreement strictly prohibits the expenditure of FRDAP funds for the purpose of lobbying the legislative, judicial, or executive branch of local, state, or federal government. 33. A. No person on the grounds of race, creed, color, national origin, age, sex, marital status or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Project Agreement. B. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provid- goods or services to a public entit..-, may not submit a bid on a contract with a public entity for the construction or rept,-:- of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and intends to post the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity at 850/487-0915. 34. Each party hereto agrees that it shall be solely responsible for the wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of itE sovereign immunity or the provisions of s. 768.28, Florida Statutes. Page 8 of 11 03-- 864 35. The employment of unauthorized aliens by any GRANTEE is considered a violation of the Immigration and Nationality Act 8 USCA s.1324a(1)(A). If the GRANTEE knowingly employs unauthorized aliens, such violation shall be cause for unilatera cancellation of this Project Agreement. The GRANTEE shall be responsible for including this provision in all subcontracts wit private organizations made to perform this Project Agreement. 36. A person o� _ffiliate who has been placed on the cji.victed vendo list following a conviction for public entity crime may not perform work as a grantee, contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017, Florida Statutes, or Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 37. The Project Agreement has been delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of this Project Agreement shal. be interpreted in such manner as to be effective and valid under applicable Florida law, but if any provision of this Project Agreement shall be prohibited or invalid under applicable Florid law, such provision shall be ineffective to the extent of such prohibition or invalidity, withcit invalidating the remainder of such _>rovision or the remaining provisions _.f this Project Agreement. Any action hereon or in connection herewith shall be brought in Leon County, Florida unless prohibited by anplicable law. 38. No delay or failure to exercise any right, power or remedy accruing to either party upon breach or default by either party under this Project Agreement, shall impair any such right, power or remedy of either party; nor shall such delay or failure be construed as a waiver of any such breach or default, or any simi'a breach or defau thereafter. 39. This Project Agreement is not intended nor shall it be construed as granting any rights, privileges or interest in any third part: without mutual written agreement of the parties hereto. Page 9 of ii 43- 864 i- 40. This Project Agreement is an exclusive contract and may not be assigned in whole or in part without the written approval of t DEPARTMENT. 41. This Project Agreement represents the entire agreement of the parties. Any alterations, variations, changes, modifications or waivers of provisions of this Project Agreement shall only be valid when they have been reduced to writing, duly executed by each of the parties hereto, and attached to the original of this Project Agreement. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page to of 11 03- 8 G 4 IN WITNESS WHEREOF, the parties hereto have caused these presents to be duly executed on the day and year first above written. STATE OF FLORIDA DE?ARTMENT OF n2nTIRONMENTAL PROTECTION By: 4�11 /1'_' Division Director (or Designee) Division of Recreation and Parks Address: 3ureau of Design and Recreation Division of Recreation and Parks 3900 Commonwealth Bculevard Mail Station 585 Tallahassee, Florida 32399-3000 r DEP ran'k4anager CITY OF MIAMI By: t rized to Sign Carlos A. GiLmen z _Tinted Name City Manager Title Address: Services 444 SW 2nd Avenue, 3rd Floor Miami, Florida 33130 Appruved as to Form and Legality: This form has been pre -approved as to fori-_ and legality by Je_ome I. 4 Johnson, Assistant General Counsel, o July 26, 2002 for use for one year. DEP 42-058 Revised 04-05-2002 Page 11 of 11 �ranL'�e Attorney;g-� City Attorney Alejandro Vilarello Printed Name 03- 864 SINGLE AUDIT ACT - SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", "DEP", "FDEP" or "Grantor", or other name in the contract/agreement) to the recipient (which may be referred to as the "Contractor", Grantee" or other name in the contract/agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Section 215.97, F.S., as revised (see "AUDITS" be:cw), monitoring procedures may Include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring proceduresiprocesses deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Comptroller or Auditor General. AUDITS PART 1: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised. In the event that the recipient expends $300,000 or more in Federal awards in its fiscal year, the recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this Agreement indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, will meet the requirements of this part. In connection with the audit requirements addressed in Part I, paragraph 1., the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. If the recipient expends less than $300,000 in Federal awards in its fecal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the recipicti, expends less than $300,000 in federal awards in its fiscal year and ;:Iects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non -Federal resources (i.e.. the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at http://aspe.os.dhhs.gov/cfda. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 03- 864 rlav cc.�rn rm.nr page 1 of 4 PART I1: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(1), Florida Statutes. 1. In the event that the recipient expends a total amount of State financial assistance equal to or in excess of $300,000 in any fiscal year of such recipient, the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Executive Office of the Governor and the Comptroller; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EX 03IT 1 to this Agreement indicates State financial assistance awarded through the Department of Environmental Protection by this Agreement. In determining the State financial assistance expended in its fiscal year, the recipient shall consider all sources of State financial assistance, including State financial assistance received from the Department of EnvirotunenW Protection, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-Uhrough awards and resources received by a nonstate entity for Federal program matching requirements. In connection with the audit requirements addressed in Part 11, paragraph 1, the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2)(d), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than. 5300,000 in State financial assistance in its fiscal year, an audit concocted m accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $300,000 in State financial assistance in its fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -tate entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CFSA), a recipient should access the Florida Single Audit Act website located at htty://sun6.dms.state.fl.us/fsaa/catalog.htm or the Governor's of Policy and Budget websi.:: located at httn://www.eo¢.state.tl.us/ for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website http://www.le2.state.fl.us/, Governor's Website http://www.flsov.com/, Department of Banking and Finance's Website http://www.dbf.state.fl.us1, and the Auditor Cieneral's Website http://www..statc.i':.us/audqen. PART III: OTHER AUDIT KEQUIREMENTS (NOTE: This parr would be used to specify any additional audit requirements imposed by the Stare awarding entity that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(7)(m), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section z x.07, Florida Statutes. In such cnz event, the State awarding agency .ruSr arrange r: funding the full cost of such ada:::orial audits.) PART IV: REPORT SUBMISSION Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by PART I of this Agreement shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at each of the following addresses: Mary Ann Lee Florida Department of Environmental Protection Bureau of Dcsign and Recreation Service: 3900 Commonwealth Boulevard, MS# 585 03— 864 Tallahassee, FL 32399-3000 nro cc.,nz rn, nr r1- 0, lc s c C Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 2600 Blair Stone Road Tallahassee, Florida 32399-2400 B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bu: -a u of the Census 1201 East 10th Street Jeffersonville, IN 47132 C. Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised. 2. Pursuant to Section .320(f), OMB Circular A-133, as revised, the recipient shall submit a copy of the repotting package described in Section .320(c), OMB Circular A-133, as revised, and any management letters issued by the auditor, to the'Department of Environmental Protection at each of the following addresses: Mary Ann.Lee Florida Department of Environmental Protection Bureau of Design and Recreation Services 3900 Commonwealth Boulevard, MS#585 Tallahassee, FL 32399-3000 Audit Director Flor.da Department of Environmental Protection Office of the Inspector Geucral, MS 40 2600 Blair Stone Road Tallahassee, Florida 32399-2400 Copies of financial reporting packages required by PART 1I of this Agreement shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at each of the following addresses: Mary Anr, Lce Florida Department of Environmental Protection Bureau of Design and Rer-r-anon Services 3900 Commonwealth Bouicva;d, MSO 585 Tallahassee, FL 32399-3000 Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 2600 Blair Stone Road Tallahassee, Florida 32399-2400 B. The Auditor General's Office at the following address: DEP 55-203 (02-03) State of Florida Auditor General Room 401, Claude P:; .; -:r Building 111 West Madison Street Tallahassee, Florida 32399-1450 03- 864 Page 3 of 4 4. Copies of reports or management letters required by PART III of this Agreement shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at each of the following addresses: Mary Ann Lee Florida Department of Environmental Protection Bureau of Design and Recreation Services 3900 Commonwealth Boulevard, MS# 585 Tallahassee, FL 32399-3000 Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 2600 Blair Stone Road Tallahassee, Florida 32399-2400 5. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organization::), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordai*,e with OMB Circular A-133, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and foc-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 (specify appropriate number of years, should be at least five years) years from the date the audit report is issued, and shall allow. the Department of Environmental Protection, or its designee, Comptroller, or Auditor G --neral access to such records upon request. The recipient shall ensure that audit working papers are mads available to the Department of Environmental Protection, or its designee, Comptroller, or Auditor General upon request for a period of 3 (specify appropriate number of years) years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 03- 884 DEP 55.203 (02-03) - Page 4 of 4 Ea T— 1 FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Federal Resources Awarded to the Reci ient Pursuant to this Agreement Consist of the Following: Federal Program Number Federal Agency CFDA Number CFDA Title State Appropriation Funding Amount Category 02/03 37017 FRDAP 200 OGd.00 140002 State Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following Matching Resources for Federal r-lrams• _deral State Program Appropriation Number Federal Agency CFDA CFDA Title Fundinq Amount Category State Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following Resources Subject to Section 215.97 F.S.: State Program Funding Source -nber Catalog of State Financial%° CSFA Title State Assistance or Fiscal Year Number Funding Source Description Funding ;-mount State Appropriation Category ru3416 LATF 02/03 37017 FRDAP 200 OGd.00 140002 Total Award I For each program identified above, the recipient shall comply with the program requirements described in the Feder;! Catalog of Domestic Assistance (CFDA) <<htto://asoe.os.dhhs.aov/cfda] and/or the Florida Catalog of State Financial Assistance (CFSA) [hIto: //sun6.dms.state. Fl us/fsaa/cat( :"a.htm]. The services/purposes for which the (ands are to be used are included in the Contract scope of services/work. Any match required by the reci: , nt is clearly indicated in ti . Contract. EXHIBIT "F" Ichimura Miami -Japanese Garden Park Rules and Regulations To be attached prior to execution 03- 864 TO FROM CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM The Honora ayor and ers o the Ci y Commission i Joe Arriola Chi f Administrator RECOMMENDATION: 25.-B DATE: JUL 17 20t}3 FILE: SUBJECT: Management Agreement between the City of Miami & Parrot Jungle Island, Inc. REFERENCES: ENCLOSURES: The administration recommends that the Miami City Commission adopt the attached Resolution authorizing the City Manager to execute a professional services agreement, in substantially the attached form, between the City of Miami and Parrot Jungle Island, Inc. (PJI), f/k/a Parrot Jungle & Gardens, Inc., a Florida Corporation, for the design, construction, management and maintenance of the Japanese Garden to be located on approximately 1 acre on Watson Island (the "Garden"), with an initial term of 7 years, provided, however, that PJI's maintenance obligations shall continue throughout the term of its Lease with the City dated September 2, 1997, as amended. In consideration of the services to be provided by PJI, the City agrees to pay to PJI an amount equal to the actual cost of PJI's provision of services, based on the Management Budget and Management Plan to be approved by the City, to the extent funds are available. BACKGROUND: The City of Miami (the "City") entered into a Lease and Development Agreement on September 2, 1997, as amended by Modification of Lease and Development Agreement on April 14, 2000 (the "Lease") for the development of a botanical garden attraction and related uses, to be known as the Parrot Jungle, on 18.6134 acres of City owned land located at Watson Island, Miami, Florida. The Ichimura Miami -Japan Garden, known as the "Japanese Garden" (the "Garden") is a City owned park that was gifted to the City by Mr. Kiyoshi Ichimura and is located in a one -acre parcel within the Leased Property. Section 13.9 of the Lease allows PJI, at its sole cost and expense, to relocate the Garden to a comparable site within the property adjacent to the Leased Property, subject to the approval of the City Commission of the proposed location, amenities, layout, design, and construction schedule. 03- 864 The Honorable Mayor and Members Of the City Commission Page 2 The Lease requires PJI to maintain the Garden to a standard of quality that will ensure its preservation as a unique and special cultural resource for the use and enjoyment of all residents and visitors to the City. The Lease further provides for the City to grant PH a non-exclusive right and easement for access, ingress and egress, and the installation, operation, maintenance and repair of the relocated Japanese Garden. The City has received a total of $657,000 in grant funds from several agencies to assist in the design and construction of the Garden. PH retained the services of Lester Pancoast, FAIA and ASLA to prepare the design plans for the Garden and will retain the services of Sunhouse Construction Inc. to rebuild the Garden in accordance with the plans. Given the close proximity of the proposed location of the Garden to PJI's, and PJI's obligation under the Lease to maintain the Garden throughout the term of the Lease, PJI wishes to be responsible for the management of the Garden. y PH and the City wish to enter into this Agreement to set forth the terms and conditions for the relocation and the construction of the Garden, and to establish the rights and obligations of the parities hereto with respect to the management of the Garden. It is recommended that the City Commission approve this Management Agreement in order to provide for the continued operation of the site to ensure its preservation as a unique and special cultural resource for the use and enjoyment of all residents and visitors to the City. Highlights of the Agreement are as follows: Japanese Garden: Approximately 1 acre located on Watson Island Purpose: PH shall manage the Garden for the purposes of a passive park for the members of the public. Initial Term: 7 years, which will commence upon execution of the Management Agreement. Option to Renew: 5 years, at the sole option of the City, subject to the existing requirements of law at the time of the expiration of the initial term. t 03- 864 The Honorable Mayor and Members of the City Commission Page 3 Service Providers: PJI acknowledges its sole responsibility for the preparation, administration and enforcement of the construction contract for the Garden. Insurance: PJI shall be required to maintain general liability, all risk for its improvements, automobile and worker's compensation insurance in amounts requested by Risk Management. The City shall be named additional insured. Utilities: PJI shall pay all utilities. Improvements: PJI is to relocate, redesign and rebuild the Garden in accordance wie Plans. The City will assist the PJI financially in the design and construction of the Garden up to a total maximum cost of $657,000 with grant funds received from several agencies. Maintenance: PJI shall provide all maintenance and repairs at the Garden. Right to Terminate: The City may terminate this Agreement should PH fail to provide �ii the agreed maintenance obligations. JA7LMH/K B/ABBMMayor CC — Management Agreement with Parrot Jungle and Botanical Gardens.doc 03. 864 Budgetary Impact Analysis Department Economic Development Division: Commission Meeting Date: July 24, 2003 Title and brief description of legislation or attached ordinance/resolution: Resolution authorizing execution of management agreement with Parrot Jungle Island for construction and management of Japanese Garden 1. Is this item related to revenue? No ® Yes ❑ Revenue Source: 2. Is this item an expenditure? No ❑ Yes ® Amount: _ General Fund Account No: Special Revenue Fund Account No: . CIP Project No: 3. Are there sufficient funds in Line Item? No: ❑ Yes: ❑ C.,fr: ;o t f—nrlc -All ho tr ncfPrrPrl from the fnllnwina line itemc- ACTION ACCOUNT NUMBER::, TOTAL From No Budgetary impact $ From $ To $ To $ A io th;v ;tam V—Aarl by WnmPhnr) r)PfPncP/UPiahhnrhnnrl ImnrnvemP.nt Rnnrlc9 Nn 17 Ves n Project Name Total Bond Allocation V Series Appropriation Total Allocations/ Encumbrances Balance Dollars Spent to Date Comments: A prove by: (A l f13 T�irertnr/l�ecianee Date V �t. dfegrlarking, Budged g �forman e p Dater APPROVALS Verified by CIP: (If applicable) Director/Designee Date. 03- 864