HomeMy WebLinkAboutExhibitCITY OF MIAMI AND MIAMI-DADE COUNTY
VENETIAN CAUSEWAY STREETSCAPE IMPROVEMENTS PROJECT,
B-39911
JOINT PARTICIPATION AGREEMENT
This AGREEMENT, made and entered into this day of , 2009, by and
between the CITY OF MIAMI, FLORIDA, a municipal corporation of the STATE OF
FLORIDA, hereinafter referred to as the "CITY", and MIAMI-DA.DE COUNTY, a political
subdivision of the STATE OF FLORIDA, hereinafter referred to as the "COUNTY".
WITNESSETH
WHEREAS, both parties, along with the City of Miami Beach, whose involvement and
responsibilities are detailed under separate agreement with the COUNTY, herein wish to
facilitate the construction of a road improvement project in MIAMI-DADE COUNTY,
hereinafter referred to as the "Project" described as follows:
Improvements to Venetian Causeway from Biscayne Boulevard in the City of Miami to
Belle Island in the City of Miami Beach:
The work will consist of roadway improvements to include: stormwater improvements,
sidewalks, curb and gutter, raised landscape medians, continuous bike lanes, decorative
roadway lighting, tree planting, signalization, pavement markings, signage, and other
streetscape improvements including, but not limited to gateway signage and colored
concrete crosswalks; The improvements shall include elements of the CITY's
stormwater system that are located, traverse, or cross (trunk lines, cross -drains, manholes,
etc.) the COUNTY's right-of-way or roadway footprint as deemed necessary by the
CITY to accommodate future improvements to its stormwater system with minimum
impacts to the COUNTY road.
WHEREAS, the CITY wishes to utilize the resources of the COUNTY to contract,
construct and administer the Project, subject to the terms and conditions of this Agreement; and
WHEREAS, the CITY agrees to contribute to the funding of the Project; and
WHEREAS, the parties further wish to designate the maintenance responsibilities to be
assumed upon the completion of the Project;
NOW, THEREFORE, in consideration of the promises and covenants contained herein,
the parties agree:
I. EFFECTIVE DATE AND TERM, This Agreement shall become effective upon the
signatures of the CITY and the COUNTY, and shall remain in full force and effect until
such time when construction of the Project is completed and closed -out, and the COUNTY's
Contractor's accounts as well as those of the County Public Works Department and the
COUNTY's Agent (if applicable) are closed. The effectiveness of this Agreement is subject
to the execution by the City of Miami Beach and the COUNTY of their Joint Participation
Agreement for improvements of the Venetian Streetscape Project. In the event that contract
is not executed by December 31, 2009, this Agreement shall become null and void and of no
effect.
2. RESPONSIBILITIES OF THE COUNTY
2.1. Financial Contribution: The County's contribution of funds for the construction and
administration from Biscayne Boulevard in the City of Miami to Belle Island in the City
of Miami Beach is estimated at _ $2,135,000 .
2.2. Funding Source: The County funds available for this Project are:
2
Funding Funding Fiscal Year
Amount Source of Commitment
$1,000,000 Sunshine State Loan Funds 2008-2009
$585,000 Surface Transportation Enhancement 2008-2009
Funds through LAP Agreement
$550,000 Road Impact Fee District 8 2008-2009
2.3. Permits And Approvals. During the course of construction , the COUNTY, through its
Departments Public Works, shall identify all necessary permits and shall coordinate the
review of construction documents by utilities and permitting agencies such as the
Miami -Dade County Water and Sewer Department and the Department of
Environmental Resources Management. The COUNTY shall make all necessary
adjustments as required for approval and/or permitting by those agencies. The
COUNTY, through its Department of Public Works shall select the Contractor, shall
obtain all necessary permits, and utility adjustments for the Project in accordance with
applicable state, federal and local laws and ordinances.
2.4. Construction, The COUNTY shall procure the services of a properly licensed
contractor to construct the Project. The COUNTY may award the contract through any
available lawful means which, in the COUNTY's discretion, is determined to provide
the most competitive price for construction of the Project and which may include, but is
not limited to, bid solicitation, request for proposals, the award of a change order on
existing COUNTY contract(s), or the extension of unit -prices provided in connection
with prior competitive bid awards. The construction contract shall provide that the
Project be completed not later than twelve 12 months after the issuance of a Notice
to Proceed. ' The construction contract shall also contain a requirement that the
3
contractor(s) provide a payment and performance bond at least in the amount and form
required by state law naming the COUNTY and CITY as joint obligees or joint
contracting public entities. The construction contract shall contain a contingency
amount to address unforeseen conditions and owner required changes which shall not
exceed ten percent (10 %) of the base amount of the contract, unless otherwise approved
by designated representatives of the CITY and COUNTY. Subsequent to the evaluation
of bids or proposals by the COUNTY and prior to the COUNTY's acceptance of a bid or
proposal, the COUNTY shall provide said evaluation to the CITY's Director of the
Department of Capital Improvements Programs ("CIP") for review and comment. Final
commitment of CITY funds for the Project shall occur upon review of the contract
award recommendation by the City CTP Director in accordance with Section 3.6 of this
Agreement. The CITY agrees that the selection, retention and discharge of such
contractor shall be the responsibility of the COUNTY.
2.5. Aceountin : The COUNTY shall at all times maintain separate accounting for the costs
of the Project so those costs may be independently verified and audited by the CITY, at
the request and cost of the CITY.
2.6. Public Involvement: The COUNTY will implement a Public Involvement Plan (PIP)
during the construction of the project, including but not limited to: public meetings,
project documentation and flyers, business signs, etc. Appropriate investigation of the
project stakeholders will be used to develop the goals and objectives to implement the
PIP.
2.7. Submission of Record Drawings: The COUNTY will submit record drawings to the
CITY for the elements of the CITY's stonnwater system within COUNTY's right -of -
0
way that are designed and constructed as part of this Project. Record drawings must be
signed and sealed by a Florida registered Professional Engineer and/or Professional Land
Surveyor. Deliverables will include three (3) CD's and three (3) hard copies.
3. RESPONSIBILITIES OF THE CITY
3.1. Funding Amount, Reimbursement of Project Design Costs. The CITY agrees to
provide funds in the amount of $26,465 solely for the design of elements of the CITY's
stormwater system that are Iocated, traverse, or cross (trunk lines, cross -drains,
manholes, etc,) the COUNTY's right-of-way or roadway footprint as deemed necessary
by the CITY to accommodate future improvements to its stormwater system with
minimum impacts to the COUNTY road.
3.2. Funding Amount, Reimbursement of Project Construction Costs. The CITY agrees
to provide funds in the amount of $2,170,000 for eligible costs, as defined in Section 6
incurred by COUNTY for the construction of the Project. This amount consists of
$1,900,000 for the Venetian Causeway improvements originally contemplated by the
COUNTY, and an additional not -to -exceed amount of $270,000 solely for elements of
the CITY stormwater system that are located, traverse, or cross (trunk lines, cross -drains,
manholes, etc.) the COUNTY's right -of. -way or roadway footprint as deemed necessary
by the CITY to accommodate future improvements to its stormwater system with
minimum impacts to the COUNTY road. The CITY shall disburse to the COUNTY
funds for the Project in the manner set forth in this Section. The CITY shall incur no
liability for any costs in excess of said funding amount unless there has been a duly
authorized increase approved by a CITY Commission vote as provided in Section 3.6 of
this Agreement.
5
3.3. Funding Source: The CITY funds available for this Project are:
Funding Funding Fiscal Year
Amount Source of Commitment
$1,900,000 STREETS BOND PROGRAM 2008-2009
$296,465 STREETS BOND 2008-2009
PROGRAM/FDEP
FUNDS/SUNSHINE STATE
LOAN —
3.4. Local Aaency Program Funding: The CITY will also pass through to the COUNTY
funds applied for by the CITY and obtained for this Project from the Florida Department
of Transportation (FDOT), through a Local Agency Program (LAP) Agreement
($1,000,000), which has been developed by the COUNTY on the CITY's behalf and
executed between the CITY and FDOT. The COUNTY will submit invoices to the
CITY. These invoices will be forwarded to FDOT for reimbursement of LAP funds.
Upon receipt of funds by the CITY, the funds will be forwarded to the COUNTY.
3.5. Project Cost Adjustments: The amounts committed by the CITY are based on the
current estimated costs of the Project. The parties recognize that adjustments to the
above -referenced costs may be required in the future and that at the options of the
p
parties, amendments may be entered into to revise the funds available for the Project.
Funding commitments shall be subject to the approvals of the parties' respective
governing boards.
3.6. CITY Approvals: Wherever CITY approval is required through its Department of
Capital Improvements Program, the CITY will not unreasonably withhold or delay its
approval. Failure of the CITY to respond, in writing, to the COUNTY's request for
6
approval within thirty (30) days shall be automatically deemed an approval by CITY,
without the necessity of future action by the CITY.
4. RESPONSIBILTIES OF THE CITY OF MIAMI BEACH:
The City of Miami Beach's financial contribution, involvement and responsibilities are
detailed under separate agreement with the COUNTY.
5. SCHEDULE & MANNER OF REIMBURSEMENTS: Upon execution, COUNTY shall
furnish CITY a copy of the estimated budget for the Project, and will similarly furnish CITY
with any and all revisions thereto. At the time of contract award for this Project, the
COUNTY shall submit the Estimated Quarterly Construction Payout Schedule for the
Project to the CITY CIP Director. Quarterly disbursement of CITY funds to the COUNTY
shall be based upon COUNTY -approved invoices with certified copies of payment requests
attached.
6. ELIGIBLE COSTS: The parties agree that the below identified costs incurred by
COUNTY that are directly related to the Project, are eligible for reimbursement, provided
adequate documentation accompanies the reimbursement request in the form of approved
invoices, verified payment requests, documented journal entries, and/or check vouchers.
For purposes of this Agreement, Project -related hard costs that may be reimbursed shall be
defined to mean and include fees for labor, materials, supplies, equipment, required
insurance and bonding, and/or the provision or installation of furnishings, fixtures and
equipment, pennitting and associated costs.
7. CONSTRUCTION ADMINISTRATION AND INSPECTION. The COUNTY shall
exercise all responsibilities of the "owner" under the construction contract, including
oversight of construction administration and inspections. The COUNTY may delegate this
7
function to an authorized agent or Construction Engineering Inspector or Observer
(CEI/CEO consultant). The CITY may assign an inspector who shall have an advisory role
in the routine daily inspections. In the case of a disagreement over the interpretation of the
plans, the COUNTY's Director of Public Works, or his/her representative, shall have final
authority. The COUNTY's representative and the CITY's designated representative shall
jointly perform the inspection of the Project which immediately precedes substantial
completion. Final payment to the COUNTY and obligation of maintenance responsibility to
the parties shall be subject to the final acceptance of the Project by the CITY's CIP Director
or designee. The COUNTY shall certify upon completion that the Project has been
constructed pursuant to the design plans, specifications and approved change orders.
8. AUDIT. The COUNTY agrees to permit the CITY auditors to inspect the books, records
and accounts of the Project for three years after completion of the Project. These records
shall be made available to the CITY for inspection within five (5) business days upon
written receipt of a written request from the CITY. Audits shall be conducted at the CITY's
cost and expense.
9. INDEMNIFICATION. To the extent authorized by Florida law, the COUNTY hereby
agrees to indemnify, defend, save and hold harmless the CITY to the extent of all limitations
included in §768.28, Florida Statutes from all claims, demands, liabilities and suits of any
nature whatsoever arising out of, because of or due to the breach of this Agreement by the
COUNTY, its agents or employees. It is specifically understood and agreed that this
indemnification clause does not cover or indemnify the CITY for its sole negligence or
breach of contract.
To the extent authorized by Florida law, the CITY hereby agrees to indemnify, defend,
save and hold harmless the COUNTY to the extent of all the limitations included in §768.28,
Florida Statutes, from all claims, demands, liabilities and suits of any nature whatsoever
arising out of, because of or due to the breach of this Agreement by the CITY, its agents or
employees. It is specifically understood and agreed that this indemnification clause does not
cover or indemnify the COUNTY for its sole negligence or breach of contract.
In the event of breach or non-performance by the persons selected by the COUNTY to
perform the work, the COUNTY shall, upon written request by the CITY, assign to the
CITY any and all of its rights under the affected contract for purposes of the CITY's
prosecution of claims, actions or causes of action resulting from such breach or non-
performance. The COUNTY agrees to cooperate fully with the CITY in the prosecution of
any such claim or action. Any damage recovered by the CITY which is attributable to an
expenditure by the COUNTY shall be returned to the COUNTY by the CITY, within sixty
(60) days of receipt.
10. MAINTENANCE. Upon completion of the Project, the parties will assume maintenance
responsibilities as set forth below:
Maintenance Responsibility by Miami -Dade
County
COUNTY's drainage system within the
COUNTY's right-of-way
Asphalt Pavement
Pavement Markings
Concrete Curb and Gutters
Sidewalks
Lighting
Signage
Tree Planting and Sod
Gateway Signs
6
Maintenance Responsibility by the City of
Miami
CITY's drainage system within the
COUNTY's right-of-way
11. NOTICES. Any and all notices required to be given under this agreement shall be sent by
first class mail, addressed as follows:
To the COUNTY:
Attention: Esther L. Calas, P.E.
Director, Public Works Department
Miami -Dade COUNTY
111 N. W. I" Street, Suite 1640
Miami, Florida 33125
(305) 375-2960
To the CITY:
Attention: Ola 0. Aluko, Director
Department of Capital Improvements Program
City of Miami
444 S.W. 2" d Avenue, 8"' Floor
Miami, Florida 33130
(305) 416-1225
12. DISPUTE RESOLUTION APPLICABLE LAW. The parties shall resolve any disputes,
controversies or claims between them arising out of this Agreement in accordance with the
"Florida Governmental Conflict Resolution Act", Chapter 164, Florida Statutes, as
amended. This Agreement shall be governed by the laws of the State of Florida. Venue in
any proceedings shall be in Miami -Dade, Florida.
13. ENTIRE AGREEMENT, AMENDMENTS. This document incorporates and includes all
prior negotiations, correspondence, conversations, agreements and understandings
applicable to the matters contained herein and the parties agree that there are no
commitments, agreements, or understandings concerning the subject matter of this
10
agreement that are not contained in this document. Accordingly, the parties agree that no
deviation from the terms hereof shall be predicated upon any prior representations or
agreements, whether oral or written. It is further agreed that no modification, amendment or
alteration in the terms contained herein shall be effective unless set forth in writing in
accordance with this section. No modification, amendment or alteration in the terms or
conditions contained herein shall be effective unless contained in a written document
prepared with the same or similar formality as this Agreement and executed by the parties.
14. JOINT PREPARATION. The parties acknowledge that they have sought and received
whatever competent advice and counsel as was necessary for them to form a full and
complete understanding of all rights and obligations herein and that the preparation of this
Agreement has been their joint effort. The language agreed to expresses their mutual intent
and the resulting document shall not, solely as a matter of judicial construction, be construed
more severely against one of the parties from the other.
15. COMPLIANCE WITH LAWS. The parties shall comply with applicable federal, state
and local laws, codes, ordinances, rules and regulations in performing their respective
duties, responsibilities, and obligations pursuant to this Agreement and with all applicable
laws relating to the Project. The parties shall not unlawfully discriminate in the
performance of their respective duties under this Agreement.
16. SEVERANCE. In the event a portion of this Agreement is found to be invalid by a court of
competent jurisdiction, the remaining provisions shall continue to be effective unless the
CITY or COUNTY elect to terminate this Agreement. An election to terminate this
Agreement based upon this provision shall be made within seven (7) days after the finding
by the court becomes final.
11
IN WITNESS WHEREOF, the parties hereto set their hands and official seals the day
and year first above written.
ATTEST:
HARVEY RUVIN
CLERIC OF THE BOARD
BY:
Deputy Clerk
Approved by County Attorney
as to form and legal sufficiency
ATTEST:
BY:
Priscilla Thompson
City Clerk
(Affix City Seal)
Approved by City Attorney
as to Legal form and correctness:
Julie O. Bru
City Attorney
12
MIAMI-DADE COUNTY, FLORIDA,
BY ITS BOARD OF
COUNTY COMMISSIONERS
BY:
County Mayor or County Mayor's Designee
CITY OF MIAMI, a municipal corporation
of the State of Florida
Pedro G. Hernandez
City Manager
Approved to Insurance Requirements:
LeeAnn Brehm, Director
Risk Management