HomeMy WebLinkAboutexhibit1DRAFT
DR. MARTIN LUTHER KING, JR. BOULEVARD IMPROVEMENTS
FROM NW 37TH AVENUE TO NW 5TH PLACE
JOINT PARTICIPATION AGREEMENT
This AGREEMENT, made and entered into this day of , 2005, by and
between the CITY OF MIAMI, FLORIDA, a municipal corporation of the STATE OF
FLORIDA, hereinafter referred to as the "CITY", and MIAMI-DADE COUNTY, a political
subdivision of the STATE OF FLORIDA, hereinafter referred to as the "COUNTY".
WITNESSETH
WHEREAS both parties herein wish to facilitate the construction of a road improvement
project in MIAMI-DADE COUNTY, hereinafter referred to as the "Project" described as
follows:
NW 62nd Street from NW 37th Avenue to NW 5th Place: Work will consist of milling
and resurfacing, re -striping and replacement of substandard street signs, plus the redesign
of the sidewalks to be ADA compliant by reconstructing broken sidewalks and adding
pedestrian ramps.
NW 62nd Street from NW 12th Avenue to NW 5th Place: work will consist of all
elements described above, plus implementation of the streetscape elements portion of the
Dr. Martin Luther King Boulevard Jr. Master Plan, prepared by Kimley Horn &
Associates and dated March 2005. These Streetscape Elements include landscaping,
street furniture, decorative lighting, pavers and specialty items that convey the legacy of
Dr. Martin Luther King Jr.; and
•sR 44( dj OCD.4
revised 5/11/05 1
DRAFT
WHEREAS the COUNTY wishes to utilize the resources of the CITY to DESIGN,
contract, construct and administer the Project, subject to the terms and conditions of this
agreement; 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:
1 EFFECTIVE DATE AND TERM, This Agreement shall take effect upon its execution and
shall terminate upon completion and close-out of the Project. The duration of the Project
construction is anticipated to be fifteen (15) months.
2 RESPONSIBILITIES of CITY
2.1 Financial Contribution: CITY shall contribute funds, in the maximum amount of
$1,200,000, necessary to design all aspects of work through the bidding phase, and to
construct the Streetscape Elements identified for the portion of NW 62nd Street between
5th Place and 12th Avenue.
2.2 Design: The CITY will secure engineering design and consulting services pursuant to
existing Professional Services Agreements between CITY and qualified firms to perform
complete construction documents, to provide contract administration, and to manage and
facilitate technical reviews of all work associated with the development and preparation
of the construction documents for the Project. The COUNTY agrees that the selection,
retention and discharge of such firms shall be the responsibility of the CITY.
At successive design phases, the CITY shall submit documents for review by
COUNTY's Department of Public Works. CITY will ensure that comments and/or
revised 5/1 l /05 2
DRAFT
revisions requested by the COUNTY are incorporated in to the design documents. The
CITY shall complete the construction plans, technical specifications, special provisions,
pay items and cost estimates in accordance with standard COUNTY and/or CITY
contract documents, to the satisfaction of the Director of Capital Improvement &
Transportation or designee. CITY's design consultant shall be available to review shop
drawings and perform required post -design services.
2.3 Permits And Approvals. During the course of design, the CITY, through its
Departments of Capital Improvements and Transportation and 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 CITY
shall make all necessary adjustments as required for approval and/or permitting by those
agencies. It has been determined that acquisition of additional right of way is not
required. The CITY, through its Department of Capital Improvements and the selected
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 CITY shall procure the services of a properly licensed contractor
to construct the Project. The CITY may award the contract through any available lawful
means which, in the CITY's discretion, affords 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 CITY contraci.(s), or the
extension of unit -prices provided in connection with prior competitive bid awards. For
this Project, the CITY intends to secure a contractor pursuant to existing Job Order
revised 5/11/05 3
DRAFT
Contracting Agreements between CITY and qualified contractors to provide construction
services. Notwithstanding any provision to the contrary, the CITY shall comply with the
Community Small Business Enterprise (CSBE), Community Business Enterprise (CBE),
and Community Workforce Programs (CWP) in accordance with Section 11 of this Joint
Participation Agreement.
The construction contract shall provide that the Project be completed not later
than 15 months after the issuance of a Notice to Proceed, The construction contract shall
also contain a requirement that the contractor provide a payment and performance bond
at least in the amount and form required by 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 CITY and prior to the CITY's acceptance of a bid
or proposal, the CITY shall provide said evaluation to the COUNTY's Director of Public
Works for review and comment. Final commitment of COUNTY funds for the Project
shall occur upon review of the contract award recommendation by the Public Works
Director. The COUNTY agrees that the selection, retention and discharge of such
contractor shall be the responsibility of the CITY.
2.5 Accounting: The CITY shall at all times maintain separate accounting for the costs of
the Project so those costs may be independently verified and audited by the COUNTY, at
the request and cost of the COUNTY.
revised 5/11/05 4
DRAFT
3 RESPONSIBILITIES OF COUNTY
3.1 Funding Amount, Reimbursement of Project Costs. The COUNTY agrees to
provide funds in the amount of $1,400,000.00 for eligible expenses, as defined herein,
incurred for the design, construction and administration of the Project. The COUNTY
shall disburse to the CITY funds for the Project in the manner set forth in this Section.
The COUNTY shall incur no liability for any costs in excess of said funding amount
unless there has been a duly authorized increase approved by the Board of County
Commissioners.
3.2 Funding Source: The COUNTY funds available for this Project are:
Funding Funding
Amount Source
COUNTY Fiscal Year
of Commitment
$1,400,000 Miami -Dade COUNTY People's 2005-06
Transportation Plan
3.3 Proiect Cost Adiustments: The amount shown above is 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 option of the parties,
amendments may be entered into to revise the funds committed for the Project. Provided
that there is no increase in the total amount of COUNTY funds required, such
amendments may be executed by the City and County Managers without the need for
approval by the City and County Commissions.
3.4 COUNTY Approvals: Wherever COUNTY approval is required through its
Department of Public Works and/or said Department Director, the COUNTY will not
unreasonably withhold or delay its approval. Failure of the COUNTY to respond, in
writing, to the CITY's request for approval within thirty (30) days shall be automatically
revised 5/11/05 5
DRAFT
deemed an approval by COUNTY, without the necessity of future action by the
COUNTY.
4 SCHEDULE & MANNER OF REIMBURSEMENTS: Upon execution, CITY shall
furnish COUNTY a copy of the estimated budget for the Project, and will similarly furnish
COUNTY with any and all revisions thereto. At the time of contract award for this Project,
the CITY shall submit the Estimated Quarterly Construction Payout Schedule for the Project
to the COUNTY Public Works Director. Quarterly disbursement of COUNTY funds to the
CITY shall be based upon CITY -approved invoices with certified copies of payment requests
attached.
5 CONSTRUCTION ADMINISTRATION AND INSPECTION. The CITY shall exercise
all responsibilities of the "owner" under the construction contract, including construction
administration and inspections. The CITY may delegate this function to an authorized agent
or Construction Engineering Inspector or Observer (CEIICEO consultant). The COUNTY
may assign an inspector who shall have an oversight role in the routine daily inspections. In
the case of a disagreement over the interpretation of the plans, the CITY's Capital
Improvement Department Director, or his/her representative, shall have final authority . The
CITY's Engineer and the COUNTY's designated representative shall jointly perform the
inspection of the Project which immediately precedes substantial completion. Final payment
to the CITY and obligation of maintenance responsibility to the parties shall be subject to the
final acceptance of the Project by the COUNTY Public Works Director or designee. The
revised 5/11/05 6
DRAFT
CITY shall certify upon completion that the Project has been constructed pursuant to the
design plans, specifications and approved change orders.
6 PEOPLE'S TRANSPORTATION PLAN PROJECT SIGNAGE. The COUNTY, in
coordination with CITY Project Engineer, shall furnish and install a Project sign in each
direction of traffic indicating that this Project is being funded by the People's Transportation
Plan; in proximity to the start/end of the Project limits. Should MOT signage be required as
part of the work, the Project sign shall be placed in an appropriate location before the MOT
signage range. The Project signs shall remain in place for the duration of the work or as
directed by the Project Engineer.
7 ELIGIBLE EXPENSES: The parties agree that all the below identified expenses that may
be incurred by the CITY and that are directly related to the Project, including both hard and
soft costs, 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, supervisory personnel, required insurance and bonding,
and/or the provision or installation of furnishings, fixtures and equipment. Project -related
soft costs that may be reimbursed shall be defined to mean and include fees for professional
engineers, architects, landscape architects, surveyors, mapping, other bona fide design
professionals, permitting and associated costs, and geotechnical testing. Project -related costs
incurred by the CITY no earlier than twelve (12) months prior to the effective date of this
revised 5/11/05 7
DRAFT
Agreement shall also be reimbursed provided they are also Eligible Expenses as defined
herein.
8 AUDIT. The CITY agrees to permit the COUNTY 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 COUNTY for inspection within five (5) working days upon
written receipt of a written request from the COUNTY. Audits shall be conducted at the
COUNTY's cost and expense,
9 INDEMNIFICATION. To the extent authorized by Florida law, the CITY hereby agrees to
indemnify, defend, save and hold harmless the COUNTY 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.
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 the limitations included with
section 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.
In the event of breach or non-performance by the persons selected by the CITY to perform
the work, the CITY shall, upon written request by the COUNTY, assign to the COUNTY
revised 5/11/05 8
DRAFT
any and all of its rights under the affected contract for purposes of the COUNTY's
prosecution of claims, actions or causes of action resulting from such breach or non-
performance. The CITY agrees to cooperate fully with the COUNTY in the prosecution of
any such claim or action. Any damage recovered by the COUNTY which is attributable to
expenditure by the CITY shall be returned to the CITY by the COUNTY, within sixty (60)
days of receipt.
10 MAINTENANCE RESPONSIBILITIES. Upon completion of the Project, the parties will
assume maintenance responsibilities as set forth below:
Maintenance Responsibility Maintenance Responsibility
by Miami -Dade COUNTY
Asphalt Pavement
Pavement Markings
Concrete Curb and Gutters
Drainage
Lighting
Signalization
Standard Tree Planting and Sod
by the CITY of Miami
Benches
Banner Brackets and Graphics
Trash Receptacles
Brick Sidewalks
Tree Grates
11 BUSINESS PROGRAM COMPLIANCE AND OVERSIGHT. The CITY agrees to
comply with applicable COUNTY regulations and procedures pertaining to the
Community Small Business Enterprise (CSBE) Program, Community Business
Enterprise (CBE) Program, and the Community Workforce Program for construction
projects. Specifically, the CITY agrees to abide by the goals for the participation of
specified business entities and/or trades, and for Community Workforce employment, as
approved by the Business Development Review Committee and administered by the
revised 5/11/05 9
DRAFT
COUNTY's Department of Business Regulation ("DBD"). The DBD shall have the right
to oversee and ensure compliance with the goals established, including but not limited to,
the right to audit and to require reports and documentation related to the Program goals.
12 CITIZENS' INDEPENDENT TRANSPORTATION TRUST APPROVAL. This
agreement shall only become effective upon approval by the Board of County
Commissioners and the Citizens' Independent Transportation Trust (CITT) or, if not
approved by the CITT, by the Board of County Commissioners reaffirmance of the award
by 2/3 vote of its membership, all pursuant to the applicable ordinance. In the event the
agreement is not approved, the agreement shall be null and void and be of no force or
effect.
13 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: Aristides Rivera, P.E., P.L.S.
Director, Public Works Department
Miami -Dade COUNTY
111 N. W. 1st Street, Suite 1640
Miami, Florida 33128
(305) 375-2960
To the CITY:
Attention: Mary H. Conway, P.E.
Director, Department of Capital Improvements and Transportation
City of Miami
444 S.W. 2nd Avenue, 10th Floor
Miami, Florida 33233-0708
(305) 416-1027
revised 5/11/05 10
DRAFT
14 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.
15 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
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.
16 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
revised 5/11/05 11
DRAFT
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.
17 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.
18 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.
revised 5/11/05 12
DRAFT
IN WITNESS WHEREOF, the parties hereto set their hands and official seals the day
and year first above written.
ATTEST:
HARVEY RUVIN
CLERK OF THE BOARD
MIAMI-DADE COUNTY, FLORIDA,
BY ITS BOARD OF
COUNTY COMMISSIONERS
BY: BY:
Deputy Clerk County Manager
Approved by County Attorney
as to form and legal sufficiency
ATTEST: CITY OF MIAMI, a municipal corporation
of the State of Florida
BY: BY:
Priscilla Thompson Joe Arriola
City Clerk City Manager
(Affix City Seal)
Approved by City Attorney
as to form and correctness: Approved to Insurance Requirements:
Jorge L. Fernandez Dania Carrillo, Administrator
City Attorney Risk Management
revised 5/11/05 13