HomeMy WebLinkAboutExhibit 1JOINT PARTICIPATION AGREEMENT
BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI
DRAINAGE IMPROVEMENTS ALONG SOUTH MIAMI AVENUE
This AGREEMENT, made and entered into this day of , 2012, 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 drainage
improvement project in MIAMI-DADE COUNTY, hereinafter referred to as the "Project"
described as follows:
Drainage improvements along South Miami Avenue from SW/SE 12 Street to
SW/SE 10 Street which includes the construction and installation of drainage
structures, exfiltration trench, grading, sodding, and miscellaneous roadway
restoration (including construction of concrete curb and gutters, and sidewalks);
and
WHEREAS, the County wishes to utilize the resources of the City to contract and
construct the Project, subject to the terms and conditions of this Agreement;
NOW, THEREFORE, in consideration of the promises and covenants contained
herein, the parties agree:
1
1. RESPONSIBILITIES OF CITY:
1.1. Permits and Approvals: The City shall obtain all necessary permits, and
utility adjustments; and coordinate the review of construction documents by
utilities and permitting agencies. The City shall make all necessary
adjustments as required for approval and/or permitting by those agencies.
The City shall obtain all necessary permits, and utility adjustments for the
Project in accordance with applicable state, federal and local laws and
ordinances. The City shall not pay for any permits required by the Miami -
Dade County Public Works and Waste Management Department.
1.2. Public Information and Involvement: The City will implement a Public
Involvement Plan (PIP) during the construction of the Project to provide
information to property owners, tenants, and area residents, including but not
limited to: public meetings, Project documentation and flyers, business signs,
directional parking signs, and schedules for major work to be performed in the
area. Appropriate investigation of the Project stakeholders shall be used to
develop the goals and objectives to implement the PIP. The City shall submit
a copy of the PIP to the County Public Works and Waste Management
Director for review and concurrence prior to the Notice to Proceed for
construction.
Projects that exceed $1,000,000 in construction costs shall comply with
the process and guidelines for the preparation and implementation of PIPs as
established by Implementing Order 10-13.
2
1.3. 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 its funding source.
1.4. 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. 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 available to the County for inspection within five (5) business days
upon written receipt of a written request from the County.
1.5. Construction: The City shall procure the services of a licensed contractor
holding an engineering contractor's license to construct the Project. The City
may award the contract through any available lawful means, in accordance
with Section 255.20, Florida Statutes, which in the City's discretion, affords
3
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 contract(s), or the extension of unit -prices
provided in connection with prior competitive bid awards. Notwithstanding
any provision to the contrary, the City shall comply with all applicable County
contract compliance and oversight measures relating to the expenditure of
County funds, in accordance with Section 6 of this Agreement. Prior to the
advertisement to solicit a licensed contractor to construct the Project, the City
will contact the County's Public Works and Waste Management Contracts and
Specifications Section to ensure this compliance.
The construction contract shall also contain a requirement that the
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
County and City. The commitment for the expenditures of any contingency
funds shall not be made by the City without the prior written approval of the
County Public Works and Waste Management Director. The County shall
respond, in writing, within thirty (30) business days of receiving written
requests from the City to approve the commitment of contingency funds.
Subsequent to the evaluation of bids or proposals by the City and the
City's determination of the most advantageous bid or proposal, the City shall
provide said evaluation to the County Public Works and Waste Management
Director for review and approval. Final commitment of County funds for the
Project shall occur upon approval of the contract award recommendation by
the County Public Works and Waste Management Director. The County
agrees that the selection, retention and discharge of such contractor shall be
the responsibility of the City.
1.6. Claims and Change Orders: The City shall notify the County Public Works
and Waste Management Director in writing when claims or change orders
arise. The City shall also invite the County to participate in negotiations of
these claims and change orders. The County shall review and make a
determination or approval of all change orders or supplemental agreements,
permits, modifications of plans, or other requests for approvals submitted by
the City.
1.7. 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 Inspection
consultant. The County's inspector shall have an oversight role in the routine
daily inspections. In the case of a disagreement over the interpretation of the
plans, the County Public Works and Waste Management Director or their
designee shall have final authority subsequent to an independent final
5
inspection by the County. The City's designated representative and the
County's designated representative shall jointly perform the inspection of the
Project which immediately precedes substantial completion. The City shall
certify upon completion that the Project has been constructed pursuant to the
design plans, specifications and approved change orders. 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 and
Waste Management Director or their designee.
2. RESPONSIBILITIES OF COUNTY:
2.1. Funding Amount, Reimbursement of Project Costs: The County agrees
to provide funds up to $204,444.08 (this amount includes ten percent (10%)
contingency) for eligible costs, as defined herein, incurred by the City for the
construction of the Project. The County shall disburse to the City funds for
the Project in the manner set forth in Section 4. 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 not be obligated to commence work should the bid amount
exceed the funding provided by the County. If the bid amount exceeds the
funding amount, the City reserves its rights to reject all bids and re -bid the
Project.
2.2. County Payments of Project Costs: The County funds provided for eligible
costs as defined herein, incurred for the construction of the Project are
specified below:
6
Funding Amount Funding Source County Fiscal Year of
Commitment
$ 204,444.08 Stormwater Utility Funds 2011-2012
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 cost, 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, or of City funding
amounts approved for the Project, 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 Council 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 construction of Project elements
that are the standard items normally provided for by the County in County drainage
improvement 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 construction or
7
maintenance of such items that do not conform to this section of the Agreement. If
enhancements to standard items are constructed in this Project, the City may
request County reimbursement only to a maximum amount corresponding to that
which would be expended in providing the normal standard version of that item for a
project of the same scope. The parties further agree that eligible costs will not
include fees for construction management, construction inspections, and project
management.
4. SCHEDULE AND MANNER OF REIMBURSEMENTS: Upon execution of the
Agreement, the City shall furnish the County with a copy of the estimated budget for
the Project, and will similarly furnish the 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
and Waste Management Director. Quarterly disbursement of County funds to the
City shall be based upon City invoices with certified copies of paid contractor
estimates attached and shall not include any other charges. The quarterly submittal
for invoices shall also include a certified copy of payment to Sub -Contracted firms.
5. 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. BUSINESS PROGRAM COMPLIANCE AND OVERSIGHT: Whenever County
funds are used, the City agrees to comply with applicable County regulations
8
including but not limited to the Community Small Business Enterprise (CSBE)
Program, Community Business Enterprise (CBE) Program, the Community
Workforce Program (CWP), and the Responsible Wages and Benefits Ordinance
(Ordinance No. 90-143). Specifically, the City agrees to abide by the applicable
contract measure recommendation(s) established by the Small Business
Development Project Worksheet for the participation of specified business entities
and/or trades, and for CWP requirements, as administered by the County's
Sustainability, Planning and Economic Enhancement Department (SPEED). The
Small Business Development Division of SPEED 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.
7. MAINTENANCE: The County will be responsible for improvements within the
County's right-of-way.
8. 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 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 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 Section 768.28, Florida Statutes, from all claims, demands, liabilities and
9
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 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 unless the City, at its option, 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 City shall be returned to the City by the County, within sixty (60)
business days of receipt.
9. 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. Each
party will bear its own attorney's fees.
10. 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
10
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.
11.JOJNT 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.
12.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.
11
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: Kathleen Woods -Richardson
Director, Public Works and Waste Management Department
Miami -Dade County
111 NW First Street, Suite 1640
Miami, Florida 33128
(305) 375-2960
To the City:
Attention: Alice Bravo, P.E.
Assistant City Manager/Chief of Infrastructure City of Miami
444 SW Second Avenue
Miami, Florida 33130
(305) 416-1025
12
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
City Clerk
(Affix City Seal)
Johnny Martinez, P.E.
City Manager
Approved by City Attorney Approved as to Insurance Requirements:
as to legal form and correctness:
Julie O. Bru
City Attorney
Calvin Ellis, Director
Risk Management Department
13