HomeMy WebLinkAboutExhibit 1FINAL 11/20/12
INTERLOCAL AGREEMENT BETWEEN
MIAMI-DADE COUNTY, FLORIDA
AND
CITY OF MIAMI, FLORIDA FOR REMEDIATION AND CLOSURE OF THE VIRGINIA
KEY LANDFILL
This Interlocal Agreement, made and entered this day of
, 201_, by and between MIAMI-DADE COUNTY, FLORIDA, a political
subdivision of the State of Florida (hereafter "COUNTY") and the CITY OF MIAMI,
FLORIDA, a Florida municipal corporation (hereafter "CITY").
WITNESSETH
WHEREAS, pursuant to Resolution No. R-1309-04 of the Board of County
Commissioners, the COUNTY and the CITY entered into that certain Grant Agreement
dated August 24, 2004 whereby the COUNTY agreed to provide certain grant funds
($650,000) to be used toward funding the cost to prepare a contamination assessment
plan (CAP) and site assessment report (SAR) for the former Virginia Key Landfill
(Landfill); and
WHEREAS, the CITY completed the CAP and a portion of the work necessary
for the SAR ; and
WHEREAS, the parties desire to terminate the Grant Agreement and replace it
with this Landfill Closure Interlocal Agreement (Agreement); and
WHEREAS, the parties agree that it is in their mutual best interests and the best
interests of the citizens of Miami -Dade County to have the COUNTY conduct the
Landfill remediation and closure, including completion of the SAR, preparation of a
Remedial Action Plan (RAP), construction and implementation of the Regulatory and
FINAL 11/20/12
Economic Resources Department (RER) [formerly Department of Environmental
Resources Management (DERMA approved remedial system design, performance of
Landfill closure construction and securing Landfill closure certification; and
WHEREAS, taking into account the CITY's proposed use of the Landfill as a
public purpose park the COUNTY agrees to fund a portion of the post -closure
groundwater remediation costs, including those costs that may be attributable to the
COUNTY's use of the Landfill for sewage sludge disposal from the adjacent COUNTY
operated waste water treatment facility;
NOW, THEREFORE, IN CONSIDERATION of the mutual benefits
derived herefrom, the parties covenant and agree as follows:
I. STATUS OF FORMER AGREEMENTS
This Agreement shall replace all prior agreements between the COUNTY and the
CITY related to the remediation and closure of the Landfill.
II. SOURCE OF FUNDING
The source of funding for the Landfill remediation, closure and post closure costs
shall be exclusively from the Utility Service Fee (USF), which fee has been and may in
the future be used to secure the issuance of tax exempt bonds.. The current
remediation and closure cost estimate for the Landfill is $46 million.
2
FINAL 11 /20/ 12
III. LANDFILL REMEDIATION AND CLOSURE
The COUNTY shall be solely responsible for the complete remediation and
closure of the Landfill by performing all necessary studies, plans, reports, design plans,
permitting activities, agency coordination, construction and waste removal as may be
necessary to comply with all Federal, State, County and local environmental regulations
and requirements including but not limited to: (1) completion of the SAR, (2) preparation
of the RAP, (3) construction and implementation of the RER approved remedial system
design, (4) Landfill closure construction, (5) securing Landfill closure certification. The
plans submitted for approval and the work performed by the COUNTY shall be
specifically limited to those minimum activities, such as construction of monitoring wells,
soil probes and remedial system components required as part of the remediation and
closure of the LANDFILL without regard to any future planned use by the CITY. In no
instance, will funds be used for construction of facilities which are not required as part of
the minimum required remediation and Landfill closure, as set forth in the RER
approved remediation and Landfill closure plans.
In addition, the COUNTY shall bear the cost of any modifications to the Landfill
remediation and closure that may be required by regulatory agencies subsequent to
closure certification resulting from failure to meet any requirements in effect at the time
of closure certification.
Notwithstanding the above and to the extent feasible without affecting the cost to
the COUNTY of effecting a minimum safe closure of the Landfill, the remediation and
Landfill closure plans will attempt to complement the future recreational land use
envisioned for the Landfill, as depicted in the Virginia Key Master Plan, adopted by the
3
FINAL 11/20/12
City of Miami Commission on July 22, 2010, and as may be amended prior to
finalization of the remediation and closure plans.. During the closure construction and
in the event that the CITY desires to construct utility corridors, foundations or other
similar facilities for the future recreational use of the Landfill, the COUNTY will
coordinate with the CITY on this work, provided that the CITY pays the incremental cost
for such facilities, including hard and soft costs such as consulting fees.
Again, notwithstanding the above, the soil used as part of the COUNTY'S
remediation must meet, as a minimum, the COUNTY's Soil Re -Use guidelines and
requirements for Residential Soil. All soil must be tested off -site and the appropriate
environmental agencies must provide the City with the necessary clearances prior to the
soil being transported to the Landfill.
The CITY shall fully cooperate in the preparation of all plans and reports required
by this Agreement and shall provide any and all Owner approvals required by any
regulatory agency or contractor. The CITY shall fully cooperate in any construction or
work required to complete the closure of the Landfill.
The Department's Bond Engineer will provide oversight for the Landfill
remediation and closure work to ensure that the use of USF funds is limited to eligible
costs.
IV. TERM OF AGREEMENT
This Agreement shall be in full force and effect from the date hereof and shall continue
until the final certification of completion of the Landfill closure is obtained from the
appropriate regulatory agency and the POST CLOSURE MAINTENANCE AND
MONITORING funding terms prescribed in Section VI are fulfilled. Notwithstanding the
FINAL 11/20/12
above, the parties desire that the COUNTY'S completion of the Landfill remediation take
place on or before January 1, 2018.
V. COUNTY ACCESS TO LANDFILL
The COUNTY shall have unrestricted access to the Landfill for the purposes of
this Agreement, however, the COUNTY shall conduct the Landfill closure and
associated work in a manner that will attempt to minimize its interference with ongoing
CITY or third party activities taking place at Virginia Key, including but not limited to: the
CITY's clean yard trash mulching operation, the City's mountain bike and nature trails,
and the CITY's festivals and overflow event parking. Nothing herein shall require the
COUNTY to expend funds in excess of the cost of the approved closure plan to
accommodate these operations and events. This shall specifically include costs
associated with delays.
VI. POST CLOSURE MAINTENANCE AND MONITORING
The CITY shall be responsible to provide, at its sole cost, for any and -all post -
closure maintenance and monitoring for the Landfill, including operation, maintenance
and monitoring of any groundwater remediation system, until such time as this activity is
no longer required by RER, FDEP or EPA. The CITY shall also be obligated to provide
post -closure maintenance of the approved Landfill closure cover material.
Notwithstanding the above paragraph, and taking into consideration that the
future use of the Landfill is for a public purpose (park and associated facilities), the
COUNTY agrees to pay all costs approved by the Bond Engineer up to $1,000,000 per
year for the CITY'S post -closure ground water remediation and monitoring costs. The
COUNTY agrees to provide these funds on an annual basis beginning on the date that
5
FINAL 11/20/12
the CITY begins to incur any post -closure expenses for as long a period of time as the
CITY maintains an active waste disposal interlocal agreement with the COUNTY.
Further, in the event that the Landfill remediation and closure project is completed for
less than the estimated $46 million, the City may submit claims for reimbursement
against the remaining estimate balance for remediation, monitoring and long-term care
costs at the Landfill or, any other Utility Service Fee eligible cost, in accordance with
Section 24-34 of the Miami -Dade County Code, which reimbursement claims shall be
subject to approval by the Department's Bond Engineer.
VII. COUNTY PAYMENT TO CITY
The CITY has conducted partial studies related to the Landfill. Accordingly, the
COUNTY shall reimburse the CITY for any eligible prior work performed by the CITY
under this or the prior Grant Agreement related to the Landfill. Reimbursement eligibility
for prior work shall be determined by the Department's Bond Engineer. The COUNTY
shall reimburse the CITY within 45 days of a finding of eligibility.
VIII. CITY INDEMNIFICATION
Subject to the limitations set forth in Section 768.28, F.S., and all applicable laws,
the CITY shall indemnify and hold harmless the COUNTY from and for any losses,
claims, causes of action or damages of any nature whatsoever, arising from the act,
omission or performance or failure of performance of the CITY or the CITY's agents,
contractors, servants and employees hereunder relative to the performance on any
work on the Landfill. The CITY shall defend the COUNTY in any action including any
action in the name of the COUNTY. In addition, subject to the limitations set forth in
Section 768.28, F.S., and all applicable laws, the CITY shall indemnify and hold
6
FINAL 11/20/12
harmless the COUNTY for any existing or future environmental conditions or violations
at the Landfill that are unrelated to or not directly caused by the COUNTY's landfill
remediation and closure work. The duty to defend set out above shall be equally
applicable here.
IX. COUNTY INDEMNIFICATION
Subject to the limitations set forth in Section 768.28, F.S., and all applicable laws,
the COUNTY shall indemnify and hold harmless the CITY from and for any losses,
claims, causes of action or damages of any nature whatsoever, arising from the act,
omission or performance or failure of performance of the COUNTY or the COUNTY'S
agents, contractors, servants and employees hereunder relative to the performance on
any work on the Landfill. The COUNTY shall defend the CITY in any action including
any action in the name of the CITY. The duty to defend set out above shall be equally
applicable here.
X. FORCE MAJEURE
Neither party hereto shall be liable for its failure to carry out its obligations under
the Agreement during any period when such party is rendered unable, in whole or in
part, by Force Majeure to carry out such obligations, but the obligations of the party
relying on such Force Majeure shall be suspended only during the continuance of any
inability so caused and for no longer period of said unexpected or uncontrollable event,
and such cause shall, so far as possible, be remedied with all reasonable dispatch.
It is further agreed and stipulated that the right of any party hereto to excuse its
failure to perform by reason of Force Majeure shall be conditioned upon such party
giving, to the other party, written notice of its assertion that a Force Majeure delay has
7
FINAL 11/20/12
commenced within ten (10) working days after such commencement, unless there
exists good cause for failure to give such notice, in which event, failure to give such
notice shall not prejudice any party's right to justify any non-performance as caused by
Force Majeure unless the failure to give timely notice causes material prejudice to the
other party. It is further agreed and stipulated that each party hereto shall make all
reasonable efforts to carry out its obligations under this Agreement during any period
when such party is rendered, unable, in whole or in part, by Force Majeure to carry out
such obligations.
Force Majeure shall be defined as an act of God, epidemic, lightning,
earthquake, fire, explosion, storm, hurricane, flood or similar occurrence, strike, and
acts of a public enemy, or blockade, insurrection, riot, general arrest or restraint of
government and people, civil disturbance or similar occurrence, which has had or may
be reasonably expected to have a material adverse effect on the rights or obligations
under this Agreement, which by the exercise of due diligence the party relying thereon
as justification for not performing any obligation under this Agreement shall not have
been able to avoid, and which is not the result of willful or negligent action or omission
of such party.
XI. DEFAULT
A. Without limitation, the failure by the CITY to substantially fulfill any of its
material obligations in accordance with this Agreement, unless such failures are
justified by Force Majeure, shall constitute a "CITY event of default". If a CITY
event of default should occur, the COUNTY shall have all of the following rights
and remedies which it may exercise singly or in combination:
8
FINAL 11/20/12
B.
1. The right to declare that this Agreement together with all rights granted to
the CITY thereunder are terminated, effective upon such date as is
designated by the COUNTY. Provided, however, an event of default shall
be defined to consist of a default that shall occur by the default in
performance of any of the covenants and conditions required herein to be
kept and performed by the CITY and provided that such default continues
for a period of thirty (30) days after receipt of written notice from the
COUNTY of said default. Notwithstanding the above, if the nature of the
default is such that it cannot be cured in a period of thirty (30) days from
the date of the default, and the CITY commences reasonable efforts to
cure such default no later than thirty (30) days after such notice, and such
efforts are prosecuted to completion, to the COUNTY's reasonable
satisfaction, then it shall be deemed that no event of default shall•have
occurred under the provisions of this paragraph.
2. Any and all rights provided under the laws of the State of Florida.
Without limitation, the failure by the COUNTY to substantially fulfill any of
its material obligations in accordance with this Agreement, unless such failures
are justified by Force Majeure, shall constitute a "COUNTY event of default." If a
COUNTY event of default should occur, the CITY shall have all of the following
rights and remedies which it may exercise singly or in combination:
The right to declare that this Agreement together with all rights granted to
the COUNTY thereunder are terminated, effective upon such date as is
9
FINAL 11/20/12
designated by the CITY; provided, however, that an event of default shall
be defined to consist of default that shall occur by the default of
performance of any of the covenants and conditions required herein to be
kept and performed by the COUNTY and provided that such default
continues for a period of thirty (30) days after receipt of written notice
from the CITY of said default. Notwithstanding the above, if the nature of
the default is such that it cannot be cured in a period of thirty (30) days
from the date of the default, and the COUNTY shall commence
reasonable efforts to cure such default, no later than thirty (30) days after
such notice, and such efforts are diligently prosecuted to completion to
the CITY's.reasonable satisfaction, then it shall be deemed that no event
of default shall have occurred under the provisions of this subsection.
2. Any and ,all rights provided under the laws of the State of Florida and the
United States District Court for the Southern District of Florida.
XII. GOVERNING LAW
This Agreement shall be governed by and construed in accordance with the laws
of the State of Florida. The COUNTY and the CITY agree to submit to service of
process and jurisdiction of the State of Florida for any controversy or claim arising out of
or relating to this Agreement or a breach of this Agreement. Venue for any court action
between the parties for any such controversy arising from or related to this Agreement
shall be in the Eleventh Judicial Circuit in and for Miami -Dade County, Florida.
10
FINAL 11 /20/ 12
XIII. ENTIRETY OF AGREEMENT
This Agreement incorporates and includes all prior negotiations, correspondence,
conversations, agreements, and understandings applicable to the matters contained
herein. The parties agree that there are no commitments, agreements or
understandings concerning the subject matter of this Agreement that are not contained
in this Agreement, and that this Agreement contains the entire agreement between the
parties as to matters contained herein. Accordingly, it is agreed 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 any oral representations or
modifications concerning this Agreement shall be of no force or effect, and that this
Agreement may be modified, altered or amended only by a written amendment duly
executed by both parties hereto and their authorized representatives.
XIV. HEADINGS
Captions and headings in this Agreement are for ease of reference only and do
not constitute a part of this Agreement and shall not affect the meaning or interpretation
of any provisions herein.
XV. RIGHTS OF OTHERS
Nothing in this Agreement expressed or implied is intended to confer upon any
person other than the parties hereto any rights or remedies under or by reason of this
Ag reement.
11
FINAL 11/20/12
XVI. REPRESENTATION OF CITY
The CITY represents that (I) this Agreement has been duty authorized, executed
and delivered by the CITY, and (II) it has the required power and authority to perform
this Agreement. -
XVII. REPRESENTATION OF COUNTY
The COUNTY represents that (I) this Agreement has been duly authorized,
executed and delivered by the Board of County Commissioners, as the governing body
of the COUNTY, and (II) it has the required power and authority to perform this
Agreement.
XVIII. WAIVER
There shall be no waiver of any right related to this Agreement unless in writing
signed by the party waiving such right. No delay or failure to exercise a right under this
Agreement shall impair such right or shall be construed to be a waiver thereof. Any
waiver shall be limited to the particular right so waived and shall not be deemed a
waiver of the same right at a later time, or of any other right under this Agreement.
XIX. INVALIDITY OF PROVISIONS, SEVERABILITY
Wherever possible, each provision of the Agreement shall be interpretedin such
manner as to be effective and valid under applicable law, but if any provision of this
Agreement shall be prohibited or invalid under applicable law, such provision shall be
ineffective to the extent of such prohibition or invalidity, without invalidating the
remainder of such provision or the remaining provisions of this Agreement, provided
that the material purposes of this Agreement can be determined and effectuated.
12
FINAL 11/20/12
XX. INTERGOVERNMENTAL COOPERATION
The CITY agrees that the CITY shall not pursue a landfill remediation cost
recovery action pursuant to CERCLA or RCRA or other Federal or State law against the
COUNTY.
XXII. NOTICE
Notices to CITY provided for herein shall be sufficient if sent by Federal
Express or certified mail, return receipt requested, postage prepaid, addressed to:
City Manager
City of Miami City Hall
3500 Pan American Drive
Miami, Florida 33133
with copy to:
City Attorney
City of Miami Riverside Center
444 SW 2nd Avenue
Miami, Florida 33130
and notices to COUNTY, if sent by Federal Express or certified mail, return receipt
requested, postage prepaid addressed to:
with copy to:
County Mayor
Miami -Dade County
Stephen P. Clark Center
111 N.W. 1st Street, 29th Floor
Miami, FL 33128
County Attorney
Miami -Dade County
Stephen P. Clark Center
111 N.W. 1st Street, 28th Floor
Miami, FL 33128
13
FINAL 11/20/12
Or such other respective address as the parties may designate to each other in writing
from time to time.
IN WITNESS WHEREOF, the parties hereto have set their hands and
seals the day and year first above written.
ATTEST:
HARVEY RUVIN, CLERK
MIAMI-DADE COUNTY, FLORIDA
BY ITS BOARD OF COUNTY
COMMISSIONERS
By: By:
DEPUTY CLERK Carlos A. Gimenez
County Mayor
ATTEST:
CITY OF MIAMI, a Florida Municipal
Corporation
By: By:
Dwight S. Danie Johnny Martinez, P.E.
CITY CLERK City Manager
Approved as to form and legal Approved asto form and legal
sufficiency: sufficiency:
Thomas H. Robertson
Assistant County Attorney
14
Julie 0. Bru
City Attorney