Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25173
AGREEMENT INFORMATION AGREEMENT NUMBER 25173 NAME/TYPE OF AGREEMENT SEOPW CRA DESCRIPTION GRANT AGREEMENT/THEODORE GIBSON PARK IMPROVEMENTS/FILE ID: 16180/R-24-0233/MATTER ID: 24- 721 K/#6 EFFECTIVE DATE June 13, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 9/5/2024 DATE RECEIVED FROM ISSUING DEPT. 9/10/2024 NOTE CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Southeast Overtown/Park West Community Redevelopment Agency DEPT. CONTACT PERSON: Antonette English EXT. (305) 679-6814 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: City of Miami IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $1,000,000.00 FUNDING INVOLVED? ® YES TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT [] GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY): Grant agreement PURPOSE OF ITEM (BRIEF SUMMARY): SEOPW CRA, to allocate funds to the City of Miami, for the replacement of the football field at Theodore Gibson Park located at 350 N.W. 12`h Street, Miami, FL 333136. COMMISSION APPROVAL DATE: 06/13/2024 FILE ID:16180 ENACTMENT NO.: R-24-Q233 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ❑ YES ❑ NO h' NO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT "+ ¢ . ''. TING:. INFORMATION;: Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR PRINT: JAMES McQUEEN SIGNATURE: -� SUBMITTED TO RISK MANAGEMENT PRINT: ANN-MARIE SIGNATURE: SHARPE - SUBMITTED TO CITY ATTORNEY".i tARTTI;i -6U : Z"1-�-»K I �r PRINT: GEORGE K. WYSONG, III J 1 SIGNATURE: (/lJ APPROVAL BY ASSISTANT CITY MANAGER PRINT: SIGNATURE: APPROVAL BY DEPUTY CITY MANAGER PRINT: SIGNATURE: RECEIVED BY CITY MANAGER PRINT: ART NORIEGA, V. SIGNATURE: SUBMITTED TO CITY CLERK PRINT: TODD B. HANNON SIGNATURE: 1) ONE ORIGINAL TO CITY:.CLERK, 2) ONE COPY.TO CITYATTORNEY'S OFFICE, 3) REMAINING 'ORIGINAL(S):TO;.ORIGINAT ING DEPARTMENT PRINT: SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Southeast Overtown/Park West Community Redevelopment Agency DEPT. CONTACT PERSON: Antonette English EXT. (305) 679-6814 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: City of Miami IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? NO TOTAL CONTRACT AMOUNT: $1,000,000.00 FUNDING INVOLVED? YES TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT [] PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT D EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY): Grant agreement PURPOSE OF ITEM (BRIEF SUMMARY): SEOPW CRA, to allocate funds to the City of Miami, for the replacement of the football field at Theodore Gibson Park located at 350 N.W. 12th Street, Miami, FL 333136. COMMISSION APPROVAL BATE: 06/13/2024 FILE ID:16180 ENACTMENT NO.: R-24-0233 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: Q YES D NO ❑ PUBLIC WORKS AGREEMENT [� MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT 0 PURCHASE OR SALE AGREEMENT - ,ct• .?�,r ^-`S'iS� -5:;i:;:�ti.�;y':- 3,5'=rh7',: - - - - .SY;a.;;?,�. ��`�.,r;;:'y .:,.,,7�� � �,�1= !�GyF�'.0�1�1�1T1,0'�:;,:,-':,,��;:;.:«s: r,r. ` '' t p" D ate PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR PRINT: JAMES MCQUEEN SIGNATURE: . -*- SUBMITTED TO RISK MANAGEMENT PRINT: ANN-MARIE SHARPE SIGNATURE: SUBMITTED TO CITY ATTORNEY -IR PRINT: GEORGE K. WYSONG, III SIGNATURE: MArri i'D : 0- til 1-` t-19,1 V. APPROVAL BY ASSISTANT CITY MANAGER PRINT: SIGNATURE: APPROVAL BY DEPUTY CITY MANAGER /5 Ail j PRINT: ittkass,44. & else, i , (AM f/ SIGNATURE: ����Cat RECEIVED BY CITY MANAGER PRINT: ART 1�RIEGA, V. SIGNATURE: SUBMITTED TO CITY CLERK PRINT: TODD B. HANNON SIGNATURE: 1) ONE ORIGINALTO CITY CLERK, 2) ONE COPY TO CITY :ATTORNEY`S.OFFICE, 3) REMAINING ORIGINAL(S) TO- _ORIGINATING DEPARTMENT PRINT: SIGNATURE: PST: SIGNATURE: PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER GRANT AGREEMENT THIS AGREEMENT is entered into as of the 13 of June, 2024 by and between the SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY, of the City of Miami, a public agency and body corporate created pursuant to Section 163.356, Florida Statutes ("CRA"), and the CITY OF MIAMI, FLORIDA, a municipal corporation of the State of Florida ("CITY"). RECITALS A. WHEREAS, the CRA is a community redevelopment agency created pursuant to Chapter 163, Florida Statutes, and is responsible for carrying out Community Redevelopment activities and projects within its redevelopment area in accordance with the 2018 Southeast Overtown/Park West Redevelopment Plan Update (the "Plan"); and B. WHEREAS, under Florida Statutes, Section 163.340(9) of the Community Redevelopment Act, (the "Act"), "community redevelopment means projects of a ... community redevelopment agency in a community redevelopment area for the elimination and prevention of the development or spread of slum and blight"; and C. WHEREAS, Section 2, Goal 6 of the Plan lists the "improv[ing] the quality of life for residents" as a stated redevelopment goal; and D. WHEREAS, Section 2, Principle 7 of the Plan lists "access to green space and parks" as a guiding principle; and E. WHEREAS, the Board of Commissioners of the CRA, by Resolution No. CRA-R-24- 0021, passed and adopted on February 22, 2024, authorized the issuance of a grant, in an amount not to exceed One Million Dollars and Zero Cents ($1,000,000.00) (the "Grant"), to the CITY for the replacement of the football field at Gibson Park, at 350 N.W. 12th Street, Miami, FL 33136; and F. WHEREAS, the Miami City Commission, by Resolution No. R-24-0233, File ID No. 16180, passed and adopted on June 13, 2024, authorized_acceptance of the Grant; and G. WHEREAS, the CITY and the CRA wish to enter into this Agreement to set forth the terms and conditions relating to the use of said Grant. NOW, THEREFORE, in consideration of the promises and the mutual covenants contained herein, the parties agree to as follows: THE GRANT 1. RECITALS. The recitals and all statements contained therein are true and correct and are hereby incorporated into this Agreement. 2. GRANT. Subject to the terms and conditions set forth herein and the CITY's compliance with all of its obligations hereunder, the CRA hereby agrees to make available to the CITY the Grant to be used for the purpose and disbursed in the manner hereinafter provided. 3. USE OF GRANT. The Grant shall be used as follows: to underwrite the costs associated with the CITY's replacement of the football field at Theodore Gibson Park, at 350 N.W. 12th Street, Miami, FL 33136, as set forth in Attachment "A" (the "Project"). 1 4. COMPLIANCE WITH POLICIES AND PROCEDURES. The CITY understands that the use of the Grant is subject to specific reporting, record keeping, administrative and contracting guidelines and other requirements affecting the activities funded by the Grant. The CITY covenants and agrees to comply, and represents and warrants to the CRA that the Grant shall be used in accordance, with all of the requirements, terms and conditions contained therein as the same may be amended during the term hereof. Without limiting the generality of the foregoing, the CITY represents and warrants that it will comply and the Grant will be used in accordance with all applicable federal, state and local codes, laws, rules and regulations. 5. RECORDS AND REPORTS/AUDITS AND EVALUATION. (a) The CITY understands and acknowledges that the CRA must meet certain record keeping and reporting requirements with regard to the Grant. In order to enable the CRA to comply with its record keeping and reporting requirements, the CITY agrees to maintain all records as required by the CRA. (b) At the CRA's request, and no later than thirty (30) days thereafter, the CITY shall deliver to the CRA such written statements relating to the use of the Grant as the CRA may require. (c) The CRA shall have the right to conduct audits of the CITY's records pertaining to the Grant and to visit the Project, in order to conduct its monitoring and evaluation activities. The CITY agrees to cooperate with the CRA in the performance of these activities. (d) The CITY's failure to comply with these requirements or the receipt or discovery (by monitoring or evaluation) by the CRA of any inconsistent, incomplete or inadequate information shall be grounds for the immediate termination of this Agreement by the CRA. 6. REVERSION OF ASSETS. Upon the expiration of the term of this Agreement, the CITY shall transfer to the CRA any unused Grant funds on hand at the time of such expiration, 7. REPRESENTATIONS AND WARRANTIES. The CITY represents and warrants the following: (a) Invoices for all expenditures shall be submitted to the CRA for review; (b) Funds disbursed under the grant shall be used solely for the Project; and (c) The CITY shall prominently display signage onsite acknowledging the CRA's contribution to the Project. The CRA's contribution shall also be acknowledged in all promotional materials. The CRA shall have the right to approve the form and placement of any acknowledgments. 8. DISBURSEMENT OF GRANT. Subject to the terms and conditions contained in this Agreement, the CRA shall make available to the CITY up to One Million Dollars and Zero Cents ($1,000,000.00). Payments will be made only on a reimbursement basis or directly to vendors, upon presentation of invoices and satisfactory documentation. In no event shall payments to the CITY under this Grant agreement exceed One Million Dollars and Zero Cents ($1,000,000.00). 9. TERM. The term of this Agreement shall commence on the date first above written and shall terminate upon the earlier of: i) full disbursement of One Million Dollars and Zero Cents ($1,000,000.00); ii) earlier termination as provided for herein; or iii) project completion as provided, however, that all rights of the CRA to audit or inspect, to require reversion of assets, to enforce representations, warranties and certifications, to default remedies, to limitation of liability and indemnification, and to recovery of fees and costs shall survive the expiration or earlier termination of this agreement. 10. REMEDIES FOR NON-COMPLIANCE. If the CITY fails to perform any of its obligations or covenants hereunder, or breaches any of the terms contained herein, then the CRA shall have the right to take one or more of the following actions: (a) Withhold payments, pending correction of the deficiency by the CITY; (b) Recover payments made to the CITY; (c) Disallow (that is, deny the use of the Grant for) all or part of the cost for the activity or action not in compliance; (d) Withhold further awards for the Project; or (e) Take such other remedies that may be legally permitted. 11. NON-DISCRIMINATION. The CITY, for itself and on behalf of its contractors and sub- contractors, agrees that it shall not discriminate as to race, sex, color, religion, national origin, age, marital status or handicap in connection with its performance under this Agreement. Furthermore, the CITY represents that no otherwise qualified individual shall, solely, by reason of his/her race, sex, color, religion, national origin, age, marital status or handicap be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving financial assistance pursuant to this. Agreement. 12. CONFLICT OF INTEREST. The CITY has received copies of, and is familiar with, the following provisions regarding conflict of interest in the performance of this Agreement by the CITY. The CITY covenants, represents and warrants that it will comply with all such conflict -of -interest provisions: (a) Code of the City of Miami, Florida, Chapter 2, Article V. (b) Dade County Code, Section 2-11.1. 13. CONTINGENCY CLAUSE. Funding for this Agreement is contingent on the availability of funds and continued authorization for Project activities and is subject to amendment or termination due to lack of funds or authorization, reduction of funds, and/or change in regulations. 14. CERTIFICATIONS RELATING TO THE GRANT. The CITY certifies that: (a) All expenditures of the Grant will be made in accordance with the provisions of this Agreement. (b) The Grant will not be co -mingled with any other funds and separate bank accounts and accounting records will be maintained. (c) The expenditures of the Grant will be properly documented, and such documentation will be maintained on file. (d) Periodic progress reports will be provided to the CRA as requested. (e) No expenditure of Grant funds shall be used for political activities. 3 (t) The CITY will be liable to the CRA for the amount of the Grant expended in a manner inconsistent with this Agreement. 15. DEFAULT. If the CITY fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then the CITY shall be in default. Upon the occurrence of a default hereunder, if such default remains uncured for a period of thirty (30) days after receiving written notice, the CRA, in addition to all remedies available to them by law, may immediately, upon written notice to the CITY, terminate this Agreement whereupon all payments, advances, or other compensation paid by the CRA to the CITY, while the CITY was in default, shall be immediately returned to the CRA. The CITY understands and agrees that termination of this Agreement under this section shall not release the CITY from any obligation accruing prior to the effective date of termination. 16. LIABILITY OF THE CRA. No officer, employee, agent, or principal, whether disclosed or undisclosed, of the CRA or the CITY shall have any personal liability with respect to any of the provisions of this Agreement. Any liability of the CRA or CITY under this Agreement shall be subject to the limitations imposed by Section 768.28, Florida Statutes. 17. INDEMNIFICATION OF THE CRA. N/A. 18. INTERPRETATION. (a) Captions. The captions in this Agreement are for convenience only and are not a part of this Agreement and do not in any way define, limit, describe or amplify the terms and provisions of this Agreement or the scope or intent thereof. (b) Entire Agreement. This instrument constitutes the sole and only agreement of the parties hereto relating to the Grant, and correctly set forth the rights, duties, and obligations of the parties. There are no collateral or oral agreements or understandings between the CRA and the CITY relating to the Agreement. Any promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. This Agreement shall not be modified in any manner except by an instrument in writing executed by the parties, The masculine (or neuter) pronoun and the singular number shall include the masculine, feminine and neuter genders and the singular and plural number, The word "including" followed by any specific item(s) is deemed to refer to examples rather than to be words of limitation. (c) Construction. Should the provisions of this Agreement require judicial or arbitral interpretation, it is agreed that the judicial or arbitral body interpreting or construing the same shall not apply the assumption that the terms hereof shall be more strictly construed against one party by reason of the rule of construction that an instrument is to be construed more strictly against the party which itself or through its agents prepared same, it being agreed that the agents of both parties have equally participated in the preparation of this Agreement. (d) Covenants. Each covenant, agreement, obligation, term, condition or other provision herein contained shall be deemed and construed as a separate and independent covenant of the party bound by, undertaking or making the same, not dependent on any other provision of this Agreement unless otherwise expressly provided. All of the terms and conditions set forth in this Agreement shall apply throughout the term of this Agreement unless otherwise expressly set forth herein. (e) Conflicting Terms. In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached documents, the terms of this Agreement shall govern. 4 (0 Waiver. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing, (g) Severability. Should any provision contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida, then such provision shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, that same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. (h) No Third -Party Beneficiary Rights. No provision of this Agreement shall, in any way, inure to the benefit of any third parties so as to constitute any such third party a beneficiary of this Agreement, or of any one or more of the terms hereof, or otherwise give rise to any cause of action in any party not a party hereto. 19. AMENDMENTS. No amendment to this Agreement shall be binding on either party, unless in writing and signed by both parties. 20. OWNERSHIP OF DOCUMENTS. Upon the CRA's request, all documents generated in connection with the Project shall be delivered by the CITY to the CRA upon completion of this Agreement, and may be used by the CRA, without restriction or limitation. The CITY agrees that all documents maintained and generated pursuant to this Agreement shall be subject to all provisions of the Public Records Law, Chapter 119, Florida Statutes. It is further understood by and between the parties that any documents which are given by the CRA to the CITY pursuant to this Agreement shall at all times remain the property of the CRA and shall not be used by the CITY for any other purposes whatsoever, without the written consent of the CRA. 21. AWARD OF AGREEMENT. The CITY warrants that it has not employed or retained any person employed by the CRA to solicit or secure this Agreement, and that it has not offered to pay, paid, or agreed to pay any person employed by the CRA any fee, commission percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of the Grant. 22. NON-DELEGABILITY. The obligations of the CITY under this Agreement shall not be delegated or assigned to any other party without the CRA' s prior written consent, which may be withheld by the CRA, in their sole discretion. 23. CONSTRUCTION OF AGREEMENT. This Agreement shall be construed and enforced in accordance with Florida law. 24. TERMINATION OF CONTRACT. The CRA retains the right to terminate this Agreement at any time without penalty to the CRA. In that event, the CRA shall give thirty (30) days written notice of termination to the CITY. 25. NOTICE. All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail, addressed to the party 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 mail, on the fifth day after being posted, or the date of actual receipt, whichever is earlier. 5 To CRA: Southeast Overtown/Park West Community Redevelopment Agency 819 N.W. 2nd Avenue, 3`d Floor Miami, FL 33136 Attn.: James McQueen, Executive Director To CITY: City of Miami City Manager's Office 444 S.W. 2nd Avenue, 10" Floor Miami, FL 33130 Attn.: Arthur Noriega V, City Manager With copy to: City of Miami City Attorney's Office 444 S.W. 2nd Avenue, 9" Floor Miami, FL 33130 Attn.: George K. Wysong III 26. INDEPENDENT CONTRACTOR. The CITY, its contractors, subcontractors, employees and agents shall be deemed to be independent contractors, and not agents or employees of the CRA, and shall not attain any rights or benefits under the civil service or pension programs of the CRA, or any rights generally afforded its employees; further, they shall not be deemed entitled to Florida Workers' Compensation benefits as employees of the CRA. 27. SUCCESSORS AND ASSIGNS. This Agreement shall be binding upon the parties hereto, and their respective heirs, executors, legal representatives, successors, and assigns. 28. AUTHORITY. The CITY certifies that the CITY possesses the legal authority to enter into this Agreement. A resolution, motion or similar action has been duly adopted as an official act of the CITY's governing body, authorizing the execution of this Agreement, and identifying the official representative of the CITY to act in connection herewith and to provide such additional information as may be required by the CRA. 29. SOVEREIGN IMMUNITY. Nothing in this Agreement shall be construed to act as a waiver of either parry's sovereign immunity beyond the limitations set forth in Section 768.28, Florida Statutes. [SIGNATURES APPEAR ON FOLLOWING PAGE] 6 IN WITNESS WHEREOF, in consideration of the mutual entry into this Agreement, for other good and valuable consideration, and intending to be legally bound, the CITY and the CRA have executed this Agreement. CITY OF MIAMI, FLORIDA, a municipal Corporation of the State of Florida, ("CITY") ATTEST: By: By: ame: To Title: Clerk o le Board APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: Name: eorge K Title:City Attorney ATTEST: Name: :*:F Iannon Name: Arthur Noriega, V Title: City Manager APPROVED AS TO INSURANCE REQUIREMENTS: By: Name: Ann -Ma ie Sharpe Title: Director of Risk Management SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY, of the City of Miami, a public agency and body corporate created pursuant to Section 163.356, Florida Statutes ("CRA") By: ame: James McQueen Title: Clerk of the Board Title: Executive Director APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: Name: Vincent T. Brown, Esq. Title: Staff Counsel , 7 APPROVED AS TO INSURANCE REQUIREMENTS: By: Name: Ann -Marie Sharpe Title: Director of isk Management IN WITNESS WHEREOF, in consideration of the mutual entry into this Agreement, for other good and valuable consideration, and intending to be legally bound, the CITY and the CRA have executed this Agreement. ATTEST: By: Name: Todd B. Hannon Title: Clerk of the Board APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Name: eorge K Title: ity Attorn=y ongIII ATTEST: By: CITY OF MIAMI, FLORIDA, a municipal Corporation of the State of Florida, ("CITY") By: Name: Arthur Noriega, V Title: City Manager APPROVED AS TO INSURANCE REQUIREMENTS: By: Name: Ann -Ma ie Sharpe Title: Director of Risk Management SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY, of the City of Miami, a public agency and body corporate created pursuant to Section 163.356, Florida Statutes ("CRA") By: Name: Todd B. Hannon -'Naive: James McQueen Title: Clerk of the Board Title: Executive Director APPROVED AS TO FORM AND APPROVED AS TO INSURANCE LEGAL SUFFICIENCY: REQUIREMENTS: By: Name: Vincent T. Brown, Esq. Title: Staff Counsel , 7 By: Name: Ann -Marie Sharpe Title: Director of ' isk Management ATTACHMENT "A" The Project Cit f c�za��tr ARTFIUR NORIEGA, V City Manager November 30, 2023 Mr. James McQueen Executive Director Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2nd Avenue, 3rd Floor Miami, FL 33136 RE: Capital Contribution Request to SEOPW CRA for Theodore Gibson Park Improvements Dear Mr, McQueen: The City of Miami Parks and Recreation Department is requesting to partner with the SEOPW CRA for park improvements at Theodore Gibson Park located at 401 NW 12 Street in Miami, FL. The project will offer the opportunity to improve the amenities at Theodore Gibson Park by performing a full replacement of the existing synthetic turf football and baseball fields, as well as purchasing equipment necessary to properly maintain the new synthetic turf fields and tarp covering to protect the fields during large community events. The total estimated cost for these improvements at Theodore Gibson Park is One Million dollars ($1,000,000), to include the following individual amounts: Improvement Type Estimated Cost Athletic Turf Replacement $770,000.00 Field Tarp Covering $150,000.00 Maintenance Equipment $20,000.00 Contingency $60,000.00 Total $1,000,000.00 Please see attached backup documentation for cost estimates/proposals received to date. The capital project number (40-B#) for this project will be created and vendors will be selected through proper Procurement methods upon confirmation of funds allocation by the SEOPW CRA. Should you have any questions, please contact Latoya Osborne, Parks Capital Program Administrator, at 305-416-1325 or LTOsborne tx(�miamigov.com. Sincerely, Chris Evans Parks and Recreation Department Director DEPARTMENT OF PARKS AND RECREATION 444 S.W. 2nd Avenue, 8'^Floor Miami, FL 33130 (305) 416-1300 Mailing Address: P.O. Box 330708 Miami, Florida 33233-0708 cc: Natasha Colebrook -Williams, Assistant City Manager Jorge L. Mora, Assistant Director of Construction, Parks and Recreation LaCleveia Morley -Snipes, Assistant Director of Administration, Parks and Recreation City of Miami Parks and Recreation Department Funding Request Breakdown Theodore Gibson Park Field Turf Replacement Project .THEODOREGIBSON` PARK :-SEOPW'CRA'FUNDING sREQUEST, <,a.-; :'-: i; :'• '.r.: Line Improvement Requested Improvement Detail Notes Estimated Costs Item. 1 Artificial Turf Replacement To replace the existing damaged and outdated football and baseball artificial turf fields with new and improved artificial turf. Proposal received from Field Turf dated 11/8/23 for field turf replacement ($705,000), including CoolPlay technology to control temperatures of the field for safe play ($56,000). The requested amount has been rounded up to the nearest $10,000. $ 770,000.00 2 Field Tarp Covering To purchase field tarp/hard covering to allow for events and activities to take place without damaging the field. Included in proposal from Field Turf dated 11/8/23 at $148,000. The requested amount has been rounded up to the nearest $10,000. $ 150,000.00 3 Additional Maintenance Equipment (Utility Vehicle) To purchase maintenance equipment to promote proper maintenance of the new artificial turf fields and prolong the life of the new surface. Proposal received from Wesco Turf dated 10/23/23 for Toro Workman utility vehicle ($15,55152), used to drag sweeper equipment across the field to allow for proper and regular maintenance. Additional $1,500 included in proposal from Field Turf dated 11/8/23 for Power Broom (which will be dragged by the utility truck listed above). The requested amounted has been rounded up to the nearest $10,000. $ 20,000.00 4 Contingency To allow for any additional agreed upon improvements to the park location, to address any unforeseen conditions, and/or to purchase any additional equipment that may be identified as a need during the field renovation process. N/A $ 60,000.00 TOTAL ESTIMATED COST $ 1,000,000.00 BUDGETARY PLANNING PROPOSAL 47"am_ : i�x FieIdlTUrfll •fC Tarkeft ports CBinbany -4144 ::- •u„ ;:.,:.:y.:. ,fit..,, . ,;, ie November 8, 2023 FieldTurf is pleased to offer to supply and install the following BUDGET: FIELD NAME = Gibson Park Stadium Field TURF SYSTEM - 3 Layer FieldTurf Classic HD-57mm SQUARE FOOTAGE 111,116 SF (includes new turf for all base locations; home plate and mound to remain natural clay) FIELD MARKINGS Sports Markings per current field and add soccer lines TOTAL PRICE* $705,000 ALTERNATES: 1. DEDUCT FOR XT-57mm (2-layer system): DEDUCT $100,000 2. ADD CoolPlay to the Classic HD-57mm system: ADD $56,000. 3. ADD for Shendowah/Power Broom for field maintenance: ADD $1,500• 4. ADD FOR Field tarp/hard covering: ADD: $148,000; CoverMaster MasterShield Vinyl Concert Cover; NOTE covering — 85,470 sf which is the FOOTBALL FIELD AND BORDER AREAS; DOES NOT COVER THE BASEBALL FIELD. 5. ADD FOR PERIMETER FENCING - TBD * Total Base Price includes approx. $20,000 in taxes that may be removed when current tax-exempt certificate is provided. **THIS IS A BUDGET UNTIL THE PROCUREMENT METHOD AND TIME -FRAME IS CONFIRMED ***OTHER PRODUCT UPGRADES (ORGANIC INFILL, FIELDGENIUS, OR A 10-YEAR INSURED WARRANTY - PRODUCTS) CAN BE PRICED SEPARATELY 1.,800.724.2.969 I Info@fleldturf.com I f'ueldtu&i.com BUDGETARY PLANNING PROPOSAL !jeIITUrf A iarkd. Worts CoinVany PRICE INCLUDES: a) Mobilization and layout of our work b) Removal and disposal of existing turf and infill c) Box drag the existing base for planarity only d) Supply & Installation of the artificial in -filled grass surface e) An Eight (8) year 3rd party pre -paid insured warranty on the FieldTurf artificial grass surface. f) All applicable taxes (may be removed when current TEC is provided) g) Maintenance Equipment: (1) FieldSweep h) Lined to match existing field layout with change of center of field logo and added soccer lines I) Field protection system as described above PRICE DOES NOT INCLUDE: a) The base upon which the FieldTurf artificial turf surface will be placed. FieldTurf shall not be responsible for the planarity, stability, porosity, nor the approval of the base upon which the FieldTurf surface will be installed. b) The drainage system, nor any construction or modification of existing installations around the fields with the exception of item c above. c) Site security during the work days and duration of our work; 4-5 weeks d) Turf on the batter's box circle and pitcher's mound. e) Any costs associated with necessary changes relating to delineation of the field. f) The supply or installation of the field edging and perimeter nailer board. g) Any and all testing including but not limited to GMAX, FIFA, etc. h) Any alteration or deviation from specifications Involving extra costs, which alteration or deviation will be provided only upon executed change orders and will become an extra charge over and above the offered price. I) Site restoration, sodding, landscaping or grow -in, repair or resurfacing existing asphalt j) Permit fees and inspection fees though none are expected k) Maintenance Equipment to tow FieldTurf maintenance equipment. I) All prevailing wages, union labor and other labor law levies. m) Performance and Payment Bond fees. n) Anything not explicitly noted in the inclusions. 1.800.724.2969 I infra@fieldfurf.coiti I fieldturr.rom Price is based on current square footage shown above in this proposal. Any changes in square footage,. sports markings, or added logos could be subject to price change. The price is valid for a period of 30 days. The price is subject to increase if affected by an increase in raw materials, freight, or other manufacturing costs, a tax increase, new taxes, levies, or any new legally binding imposition affecting the transaction. The parties recognize that the impacts of the COVID-19 pandemic are currently unpredictable and could lead to limitations in labor availability and delays in the supply and delivery of materials, equipment, or products. In addition, as these contingencies have not been factored into this proposal; materials, equipment and/or products to be used in performing the work may become subject to a price increase. Accordingly, it is acknowledged that the seller/FieldTurf shall (a) not be subject to any damages for any delay due to events beyond its control and, (b) be allowed an equitable adjustment of the time and/or of the price of this proposal or any contractual document resulting therefrom. Please note that the seller/FieldTurf shall use its best efforts to ensure that it fulfills its commitments and will strive to minimize any negative impacts as they may arise. Turf Delivery Date to be a minimum of 30 days after receiving a fully executed contract and final approvals on shop drawings. Thank you for your understanding. Please feel free to reach out to me with any questions. Chris Wedge Regional Sales Manager (352) 242 7520 Chris.Wedoee..FieldTurf.com 1..800.72.4.2969 j info©fieldfurf.corm I fieldturfi.com BUDGETARY PLANNING PROPOSAL eIdTufrfi, A Tarke4t Sports Coinbany 1 CONDITIONS Notwithstanding any other document or agreement entered into by FieldTurf in connection with the supply and installation only of its product pursuant to the present bid proposal, the following shall apply: a) This bid proposal and its acceptance is subject to strikes, accidents, delays beyond our control and force majeure. b) FieldTurf's preferred payment terms are as follows: (i) 50% of the Price upon Customer's execution of contract; (ii) 40% of the Price upon shipment of materials from FieldTurf's manufacturing facility; and (iii) Remaining balance of ten percent (10%) upon substantial completion of the field, which shall be achieved when Customer is able to use the field for its intended purpose, even if punchlist items remain and the Certificate of Completion has not been executed by Customer. c) Accounts overdue beyond 30 days of invoice date will be charged at an interest rate of 10% per annum. d) FieldTurf requires a minimum of 21 days after receiving a fully executed contract or purchase order and final approvals on shop drawings to manufacture, coordinate delivery and schedule arrival of installation crew. Under typical field size and scenario, FieldTurf further requires a minimum of 28 days per field to install the Product subject to weather and force majeure f) g) h) i) e) FieldTurf requires a suitable staging area. Staging area must be square footage of field x 0.12, have a minimum access of 15 feet wide by 15 feet high, and, no more than 100 ft from the site. A 25-foot wide by j) 25 foot long hard or paved clean surface area located within 50 feet of the playing surface shall be provided for purposes of proper mixing of infill material. Access to any field will include suitable bridging over curbs from the staging area to permit suitable access to the field by low clearance vehicles. Staging area surface shall be suitable for passage with motor vehicles used to transport materials to the site and/or staging area. FieldTurf shall not be liable for any damages to the staging area or its surface unless such damages are caused by FieldTurfs intentional misconduct or negligence. This proposal is based on a single mobilization. If the site is not ready and additional mobilizations are necessary, additional charges will apply. Upon substantial completion of FieldTurfs obligations, the Customer shall sign FieldTurfs Certificate of Completion in the form currently in force; to accomplish this purpose, the Customer will ensure that an authorized representative is present at the walk-through to determine substantial completion and acceptance of the field, which may include a list of punch list items. FieldTurf shall not be a party to any penalty clauses and/or liquidated damages provisions. FieldTurf shall be entitled to recover all costs and expenses, including attorney fees, associated with collection procedures in the event that FieldTurf pursues collection of payment of any past due Invoice. All colors are to be chosen from FieldTurfs standard colors. THE TARKETT SPORTS FAMILY - LEADERS IN SPORTS SURFACING eTarkettsPoRTs 1 • FieldTurf° A TeM1at(5 orR Company I /FIFA QUALITY Preferred Producer TURF USA FOOTBALL OFFICIAL PARTNER • BEYNON" ' renner A fAnNtSpo+U Comgiry Ape'M Sans Canvey • cradetocradie GSASSMASTEA PLAYMASTEB 6v rnh115,w1+ \1800 1.800.724.2969 info fieldturf.norn I fieldturf.00m WffURf Ian Stringer Grounds Manager City of Miami 1950 Northwest 12th Avenue Miami, FL 33136 Dear Ian Stringer, Thank you for your interest in Wesco Turf. Per your request, I am pleased to submit the enclosed quotation for your review. Should you have any further questions regarding this proposal, please do not hesitate to contact me or our office. My direct phone number and email address are listed below for your convenience. Once again, thank you for your consideration of Wesco Turf. Best Regards, &Axis F'orcZneil Commercial Sports Fields & Grounds Territory Manager (941) 650-1257, chris.fordney@wescoturf.com WESCOIURF 2101 Cantu Court, Sarasota FL 34232 300Technology Park, Lake Mary FL 32746 7037-37 Commonwealth Avenue, Jacksonville FL 32220 Prepared For: Ian Stringer Grounds Manager City of Miami 1950 Northwest 12th Avenue Miami, FL 33136 Bill To: TBD Q-18968 Date: October 23, 2023 Expires: November 19, 2023 Ship To: TBD Sourcewell Cooperative Contract Number: Toro 031121-TTC. Ventrac 031121TTC-2. Effective 4/31/2021- 4/30/2025 Total Qty Model No. Units 1 1 07235 1 07324 1 07326 1 07389 1 07278 1 TDELIVERY 1 TSETUP Description MSRP Each Price Each Extended Price Toro Workman MDX $16,582.00 $12,933.96 $12,933.96 Canopy WM MD/MDX $882.00 $687.96 $687.96 Folding Windshield for WM MD/MDX $403.00 $314.34 $314.34 Electric Cargo Bed Lift Kit $1,049.00 $818.22 $818.22 Receiver Hitch $255.00 $198.90 $198.90 Toro Delivery Fee $299.07 $299.07 Toro Setup Fee $299.07 $299.07 Total $15,551.52 Terms: Equipment Total Sales Tax Totals: Net 30 $15,551.52 $0.00 Warranty The above quote meets or exceeds ANSI Safety Specification. Toro Commercial Equipment carries a two-year or 1500 hour warranty. $15,551.52 The undersigned hereby orders from Wesco Turf the equipment detailed in this quotation. This order is subject to our ability to obtain such equipment from the manufacturer and Wesco Turf shall be under no liability if delivery of the equipment is delayed or prevented due to labor disturbances, transportation difficulties, or for any reason beyond our control. The price indicated is subject to your receipt of the Equipment prior to any change in price by the manufacturer. Please indicate your acceptance of this quote as an order by signing below and returning via email to chris.fordney@wescoturf.com or fax 941.487.6889. Payment terms are subject to credit approval. Time of delivery may vary; please check when placing order. Signed: Name: Date: Thank you for considering Wesco Turf, Inc. for your equipment needs. If I can be of any further assistance, please do not hesitate to contact me. Sincerely, &kris Ford neu Commercial Sports Fields & Grounds Territory Manager (941) 650-1257, chris.fordney@wescoturf.com a51-0 Page 2 of 2