HomeMy WebLinkAboutExhibit 1JOINT PARTICIPATION AGREEMENT
BETWEEN THE CITY OF MIAMI AND MIAMI-DADE COUNTY
FLORIDA EAST COAST RAILWAY QUIET ZONE STUDY
This AGREEMENT, made and entered into this day of , 2011, 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 application to the
Department of Transportation Federal Railroad Administration ("FRA") for a waiver to
establish a new Quiet Zone in the Florida East Coast Railway ("FEC") corridor located
within the City in MIAMI-DADE COUNTY, in order for railroad trains to be exempt from
blowing their whistles at each crossing, hereinafter referred to as the "Project" described.
as follows:
The process of establishment of new Quiet Zones includes data collection of
crossing ----information,, assemblingdiagnostic—filed—reviewsofthe--crossings,
analysis/coordination with FRA processes and public notifications. An existing rail
line runs directly to the Port of Miami ("POM") on the FEC owned right of way. A
4.4 mile segment of the existing rail corridor will be reconstructed to allow for
both cargo and passenger rail lines in the future. The Project per this Agreement
includes the identification of the upgrades needed to the existing eighteen active
ciz t-//4e,
1
grade crossing equipment (gates and flashers) from Northeast 71 Street (Little
River) to the POM, so the City can petition the FRA for a new Quiet Zone.
WHEREAS, local communities such as the City can qualify for Quiet Zone status
per the requirements outlined in the FRA Final Rule 49 CFR, Parts 222 and 229, as it
pertains to Quiet Zone designation, subject to the terms and conditions of this
Agreement,
WHEREAS, the County agrees to be a funding partner of the City in its effort to
initiate and complete the Project,
NOW, THEREFORE, in consideration of the promises and covenants contained
herein, the parties agree:
1. RESPONSIBILITIES OF CITY:
1.1. Management: The City will secure consulting services from its existing
— Miscellaneous -Civil -Engineering—Services Professional -Services_ Agreement,
pursuant to §287.055, of the Florida Statutes, to conduct the diagnostic review of
the railroad crossings in accordance with FRA technical guidelines, prepare
findings and recommendations of each Quiet Zone crossing and railroad
signaling improvements in the study corridor, and submit the new Quiet Zone
application to the FRA. The County agrees that the selection, retention and
discharge of the engineering consultant shall be the responsibility of the City in
accordance with applicable laws and City procedures. Notwithstanding any
provision to the contrary, the City shall comply with all applicable County
contract compliances and oversight measures relating to the expenditure of
County funds, in accordance with Section 6 of this Agreement. Prior to the
advertisement to solicit design services from qualified firms, the City will contact
the County's POM/SBD to ensure this compliance.
1.2. Publicity: By the acceptance of these funds, the City agrees that the Project
elements funded by this Agreement shall recognize and adequately reference
the County as a funding source. The City shall ensure that all publicity, public
relations, advertisements and signs recognizes and references the County for
the support of all contracted activities. This is to include, but is not limited to, all
posted signs, pamphlets, wall plaques, cornerstones, dedications, notices,
flyers, brochures, news releases, media packages, promotions, and stationery.
The use of the official County logo is permissible for the publicity purposes
stated herein. The City shall submit sample or mock up of such publicity or
materials to the County for review and approval. The City shall ensure that all
media representatives, when inquiring -about- the --activities funded by this
Agreement, are informed that the County is a funding source.
1.3.Accountinq: 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. The City agrees to permit
the County auditors to inspect the books, records and accounts of the Project for
three (3) years after completion of the Project. These records shall be made
3
available to the County for inspection within five (5) business days upon written
receipt of a written request from the County.
1.4.Additional Work: The City shall notify the POM Director in writing before
additional work is authorized beyond the allocated amount. The City shall also
invite the County to participate in negotiations of any additional work. The
County shall review and make a determination or approval of all additional work
or supplemental agreements or other requests for approvals submitted by the
City.
2. RESPONSIBILITIES OF COUNTY:
2.1. Funding Amount, Reimbursement of Project Costs: The County agrees to
provide funds of $99,418.20 for eligible costs from the total Project cost of
$149,933.50, as defined herein, incurred by the City for the initiation and
completion of the Project. The City agrees to provide funds of $50,515.30. 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. 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 the City Commission.
2.2. County Payments of Project Costs: The County funds provided for eligible
costs as defined herein, incurred for the initiation and completion of the Project
are specified below:
4
Funding Amount
$ 99,418.20
Funding Source County Fiscal Year of
Commitment
Port of Miami 2010-2011
2.3. Project Cost Adjustments: The amount contributed by the County 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 available for the Project. Provided that there is no increase in the amount
of County funds required as stated in Section 2.1, amendments may be
executed by the City Manager and the County Mayor or County Mayor's
designee without the need for approval by the City Commission and County
Commission. Otherwise, further funding commitments shall be subject to the
approvals of the parties' respective governing boards.
3. ELIGIBLE COSTS: The parties agree that only the below identified costs that may
be incurred by the City 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, eligible -
costs are further defined as those pertaining to the management and completion of
Project elements that are the standard items normally provided for by the County in
County projects, and not the enhancement of standard items, or the incorporation of
items which are in addition to those standard items. The County shall not be
assumed. to be liable to provide reimbursement for the identification of such items
that do not conform to this section of the Agreement.
5
4. SCHEDULE AND MANNER OF REIMBURSEMENTS: Upon execution, the City
shall furnish the County with a copy of the estimated budget for the Project, and will
similarly furnish the County with any revisions thereto. Quarterly disbursement of
County funds to the City shall be based upon City invoices with certified copies of
paid consultant billings attached and shall not include any other charges, including
administrative charges. The quarterly submittal for invoice shall also include a
certified copy of payment to Sub -Contracted firms, if applicable.
5. BUSINESS PROGRAM COMPLIANCE AND OVERSIGHT: Whenever County
funds are used, the City agrees to comply with applicable County regulations,
including, but not limited to, the Community Business Enterprise Program.
Specifically, the City agrees to abide by the applicable contract measure
(recommendation(s) established by the Department of Small Business Project
Worksheet for the participation of specified business entities and/or trades as
administered by the County's Department of Small Business (SBD). SBD shall have
the right to oversee and perform compliance monitoring, including, but not limited to,
the right to audit and to require reports and documentation related to the Code of
-- -Miami-Dade- County, -Florida.
— — —
6. 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.
6
7. INDEMNIFICATION: 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 with §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.
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 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.
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 -any -and -all -of -its Tights-undertheaffected-contract for -purposes -of - the
-
County's prosecution of claims, actions or causes of action resulting from such
breach or non-performance, unless the City pursues such claims, actions or causes
of action through arbitration, administrative proceeding or lawsuit. 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 an expenditure by the
7
City, shall be returned to the City by the County, within sixty (60) business days of
receipt.
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) business
days of receipt.
8. 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.
9. 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.
8
10.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.
11.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)
business days after the finding by the court becomes final.
12.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: Bill Johnson,
Director
Port of Miami
1015 N. America Way
Miami, Florida 33132
To the City:
Attention: Johnny Martinez, P.E.
Deputy City Manager
City of Miami
444 SW Second Avenue, 10th Floor
Miami, Florida 33130
(305) 416-1025
9
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 Mayor or County Mayor's Designee
Approved by County Attorney
as to form and legal sufficiency
County Attorney
ATTEST: CITY OF MIAMI, a municipal
corporation of the State of Florida
BY: BY:
Priscilla A. Thompson, CMC Tony E. Crapp, Jr.
City Clerk
(Affix City Seal)
City Manager
Approved by City Attorney Approved as to Insurance Requirements:
as to form and legal sufficiency
Julie O. Bru
City Attorney
Gary Reshefsky,-Director
----
Risk Management Department
10