Loading...
HomeMy WebLinkAboutPre-LegislationCity of Miami Legislation Resolution City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12-00294 Final Action Date: A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING FUNDS IN THE AMOUNT OF $204,444.08, FROM MIAMI-DADE COUNTY, FOR A DRAINAGE IMPROVEMENT PROJECT ALONG SOUTH MIAMI AVENUE, MIAMI, FLORIDA; AUTHORIZING THE CITY MANAGER TO EXECUTE A JOINT PARTICIPATION AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, FOR SAID PURPOSE. WHEREAS, the City of Miami ("City") and Miami -Dade County ("County") wish to facilitate the construction of a drainage improvement project within the municipal limits of the City; and WHEREAS, the project is adjacent to the City's Mary Brickell Village Drainage improvements Project, B-30637; and WHEREAS, the scope of the project consists of drainage improvements along South Miami Avenue from Southwest/Southeast 12th Street to Southwest/Southeast 10th Street, Miami, Florida, 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; and WHEREAS, the City will be responsible for the construction, management and administration of the project; and WHEREAS, the attached Joint Participation Agreement ("JPA") provides that the County will contribute $204,444.08 towards the construction of the project; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as fully set forth in this Section. Section 2. Funds in the amount of $204,444.08,.from the County, for a drainage improvement project along South Miami Avenue, Miami, Florida, are accepted. Section 3. The City Manager is authorized {1} to execute a JPA, in substantially the attached form, for said purpose. Section 4. This Resolution shall become effective immediately upon its adoption and signature of City of Miami Page I of 2 File Id: 12-00294 (Version: 1) Printed On: 3/23/2012 File Number; 12-00294 the Mayor.{2} APPROVED AS TO FORM AND CORRECTNESS: CITY O. BRU /' CITYATTORNEY-'-'' ATTORNEY' f �l Footnotes: {1} The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. {2} if the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall became effective immediately upon override of the veto by the City Commission. City ofMianri Page 2 of2 File 1d: 12-00294 (Version: 1) Printed On: 3/23/2012 MIAMI•DADE COUNTY miamidade.gov July 19, 2012 Ms. Marto Darrington Capital Improvements Assistant City of Miami 444 SW Second Avenue Miami, FL 33130 Public Works and Waste Managernent Department ill NW 1st Street • Suiie 1 r, I I) lvli.aiiri, i I )ritid 1 +11-1971} 1 it15- S75-24E(1 I- i[ti- i75• SI)7(} RE: Joint Participation Agreement (JPA) for South Miami Avenue from SW/SE 12 Street to SW/SE 10 Street Dear Ms. Darrington: Transmitted herewith is a fully executed original copy of the JPA for South Miami Avenue from SW/SE 12 Street to SW/SE 10 Street. Should you have any questions, please do not hesitate to call Mr. Leandro Ona, P.E., Chief, Highway Division, at (305) 375-1909. Since ely, Gasp Assist Enclosure cc: anda, P.E. irector, Highway Engineering Kathleen Woods -Richardson Antonio Cotarelo, P.E. Chris Rose Leandro One, P.E. Alejandro Barrios Javier Heredia, P.E. Eric Steinberg JOINT 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 ,1 �f � , 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 Mlami- 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, directionai 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 HP. 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 shah 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 shaIR 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. 1n 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 hid amount exceed the funding provided by the County. If the hid amount exceeds the funding amount, the City reserves its rights to reject all bids and re -bid the Project, 2.2. County Payments of Pro1ect Costs: The County funds provided for eligible costs as defined herein, incurred for the construction of the Project are specified below: 6 Funding Amount $ 204,444.08 Funding Source County Fiscal Year of Commitment 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-perfonmance 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 (GO) 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. 1O.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.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. 12iSEVERANCE: 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 RUVI CLERK OF Td BY: .raaou�a� MIAMI-DADE COUNTY, FLORIDA, BY ITS BOARD OF COUNTY COMMISSIONERS 7 F.) Approved by County Aft r �•a" as to form and legal sufficiency ATTEST: BY: Deputy CI Priscilla A. Thompson, CMC City Clerk 5 -1 ®lam (Affix City Seal) Approved by City Attorney as to legal form and correctness: Jul e0. Bru City Attorney ty Mayor or County Mayor's Designee \ 7j County At it i CITY OF MIAMI, a municipal corporation of the State of Florida Johns Martinez, P.E. City Manager Approved as to Insure I ' � Calvin Ois �- em Risk Man 13 doe Requirements: Director g ent Department