HomeMy WebLinkAboutExhibit B-SUBTHIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT
END OF THIS DOCUMENT.
JOINT PARTICIPATION AGREEMENT
BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI
FOR THE SHENANDOAH NEIGHBORHOOD ROADWAY
PHASE A AND B
ROADWAY RESURFACING PROJECTS
This JOINT PARTICIPATION AGREEMENT (this "Agreement") is made and entered
this day of , 2018 (hereinafter. the "Effective Date"), by and
between Miami -Dade County, a political subdivision of the State of Florida (hereinafter refen-ed
to as the "COUNTY") and the City of Miami, a municipal corporation of the State of Florida
(hereinafter referred to as the "CITY" and collectively with the COUNTY, the "Parties").
WHEREAS, the COUNTY through its Water and Sewer Department ("WASD") operates
and maintains existing water and sewer facilities; and
WHEREAS, WASD is currently upgrading its water and sewer facilities located in the City
of Miami bounded by S.W. 17 Avenue, S.W. 27 Avenue, S.W. 8 Street and 22 Street (Shenandoah
Area) which includes replacing water mains and service conversions and replacing gravity sewer
mains and laterals within Project Number DB13-WASD-03 and DB13-WASD-04 (Phase A and
B of Shenandoah Projects); and
WHEREAS. the scope of work for Phase A and B of Shenandoah. Projects includes removal
of existing pavement and sod, milling and resurfacing of existing asphalt pavement where utility
work is being performed; and
WHEREAS, the City of Miami ("CITY") requested that the COUNTY incorporate into the
Contract certain roadway improvements within the CITY's jurisdiction in the Shenandoah neighborhood
located within Phase A and 13 to be funded by the CITY (see letter attached as Exhibit "A"); and
WHEREAS, per the CITY'S request WASD will construct on behalf of the CITY the
roadway improvements which include milling. resurfacing and crown reconstruction of the
roadways within the boundaries of the Shenandoah Neighborhood located within Phase A and B
of Shenandoah Projects; and
WHEREAS, the CITY and COUNTY deem it to be in the public's best interest to include
the CITY Project, as requested by the CITY, in the COUNTY'S design -build contract under
Project No. DB 13-WASD-03; Contact No. I4RMCFO01 with Ric -Man Construction of Florida,
Inc., and Project No. DB 13-WASD-t14; Contract No. 14LCCF0O1 with Lanza Construction Co.,
Florida (hereinafter referred to as "DESIGN -BUILDER" proposed for the CITY Project);
WHEREAS, performing the roadway resurfacing improvements together with the water
and sewer utility work is more efficient and will minimize the impact of the work on the residents;
and
Page 1 of 9
C.--,7:)41161 4- .L)1E)
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT
END OF THIS DOCUMENT.
WHEREAS, the DESIGN -BUILDERS currently working in the Shenandoah
Neighborhood are uniquely qualified to undertake the roadway improvements because they are
currently under contract with the COUNTY performing water and sewer improvements in the area.
NOW, THEREFORE, it is mutually agreed as follows:
1. COUNTY RESPONSIBILITIES:
1.1. SCOPE OF WORK: The DESIGN -BUILDER shall complete the scope of services as
described below:
• Impacted Roadways (roadways where the County has performed utility work
under Phase A and B of the Shenandoah Projects are illustrated by the blue roads
on Exhibit B (hereinafter referred to as the `'Blue Roads"). The scope of work
consists of implementing an additional asphalt leveling course as needed in excess
of the standard one -inch overlay to properly crown the roadways and where
drainage exists to properly slope roadways to drains.
• Un-impacted Roadways (roadways where the County has not performed utility
work under Phase A and B of Shenandoah Projects, are illustrated by the pink
roads on Exhibit B (hereinafter referred to as the "Pink Roads"), The scope of
work consists of resurfacing from edge to edge of pavement as needed to include
milling, leveling and additional overlay to properly crown the roadways and where
drainage exists to properly slope roadways to drains and install all pedestrian curb
ramps in compliance with the Americans with Disabilities Act.
The CITY Project will cover the work for the Blue Roads and the Pink Roads.
subject to the terms. conditions and limitations set forth in this Agreement.
1.2. PERMITS AND APPROVALS: The DESIGN -BUILDER shall obtain all necessary
permits. and utility adjustments; and coordinate the review of construction documents by
utilities and permitting agencies. The DESIGN -BUILDER shall make all necessary
adjustments as required for approval and/or permitting by those agencies. The COUNTY
and the CITY shall assist the DESIGN -BUILDER to obtain all necessary permits, and
utility adjustments for the CITY Project in accordance with applicable state, federal and
local laws and ordinances. The CITY shall pay for all resurfacing related permits required
to commence and complete the CITY Project. The COUNTY shall not pay for any permits
required for the CITY Project. The COi NTY sh.a!1 r n bufse the CITY for ed
ameufit-s-fer-peniiitting4ees-as-clesc-r-i-bed-ift-agaehed-Exhibit-E.
1.3. PUBLIC INFORMATION AND INVOLVEMENT: The CITY will implement a Public
Involvement Plan (PIP) during the construction of the CITY Project to provide
information to property owners, tenants, and area residents, including but not Iimited to:
public meetings. CITY Project documentation and flyers, and business signs. The CITY
will conduct an appropriate investigation of the CITY Project stakeholders and it shall be
used to develop the goals and objectives to implement the PIP. The COUNTY and the
Page 2 of 9
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT
END OF THIS DOCUMENT.
DESIGN -BUILDER shall provide Maintenance of Traffic devices, directional parking
signs, and schedules for major work to be performed in the area. The CITY Project shall
comply with the process and guidelines for the preparation and implementation of PIPS as
established by Implementing Order 10-13.
1.4. PUBLICITY: By acceptance of these funds, the COUNTY agrees that the Project
elements funded by this Agreement shall recognize and adequately reference the CITY as
a funding source. The COUNTY shall ensure that all publicity, public relations,
advertisements, and signs recognizes and references the CITY 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 stationary. The use ofthe official CITY logo is permissible for
the publicity purposes stated herein. The COUNTY shall submit sample or mockup of
such publicity or materials to the CITY for review and approval. The COUNTY shall
ensure that all media representatives, when inquiring about the activities funded by this
Agreement, are informed that the CITY is its funding source.
1.5. ACCOUNTING: The COUNTY shall always maintain separate accounting for the costs
of the CITY Project so those costs may be independently verified and audited by the CITY,
at the request and cost of the CITY. The COUNTY agrees to pennit the CITY auditors to
inspect the books, records, and accounts of the CITY Project for three (3) years after
completion of the CITY Project. Those records shall be made available to the CITY for
inspection within five (5) business days upon written receipt ofa written request from the
CITY.
1.6. CONSTRUCTION: Subject to approval or ratification by the Board of County
Commissioners in accordance with applicable Florida Statutes, Horne Rule Charter and
Code of Miami -Dade County, the COUNTY shall incorporate the scope of services for
the CITY Project through amendments to the existing design -build contracts for Project
No. DB13-WASD-03: Contract No. 14RMCF001 and Project No. DB13-WASD-04;
Contract No. 14LCCF001. The amended design -build contracts shall require the
DESIGN -BUILDER to provide a payment and performance bond for the CITY Project
naming the COUNTY and CITY as joint obligees. The design -build contracts 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 CITY Project.
unless otherwise approved by designated representatives ofthe COUNTY and CITY. The
COUNTY shall also require the DESIGN -BUILDERS to provide warranties to the CITY
and COUNTY for the CITY Project work.
Page 3 of 9
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT
END OF THIS DOCUMENT.
1.7. CLAIMS: The COUNTY shall notify the CITY Public Works Department Director in
writing when claims arise. The COUNTY shall also invite the CITY to participate in
negotiations of these claims. The CITY shall review and make a determination or approval
of all amendments or supplemental agreements, permits, modifications of plans, or other
requests for approvals submitted by the COUNTY within five (5) days of receipt.
I.S. CONSTRUCTION ADMINISTRATION AND INSPECTION: The COUNTY shall
exercise all responsibilities of the owner under the design -build construction contract,
including administration and overall inspections. The CITY shall pay the COUNTY a fee
of one percent (1%) of the estimated cost of construction of the CITY Project for
construction administration, construction inspection and construction management for the
impacted and un-impacted areas as depicted in Exhibit B. Final payment to the COUNTY
and obligation of maintenance responsibility to the Parties shall be subject to the final
acceptance of the Project by the CITY.
1.9. MAINTENANCE: The CITY shall be solely responsible for the operation and
maintenance ofthe CITY Project upon construction completion of the CITY Project which
includes all roadways within the Shenandoah Area.
1.10. COORDINATION WITH MIAMI-DADE COUNTY PUBLIC SCHOOLS: Schools have
been identified as being in close proximity to the construction of the CITY Project. Due
to potential safety, operational and bus transportation impacts, the COUNTY and CITY
shall coordinate with Miami -Dade County Public Schools staff to implement maintenance
of traffic measures.
2. CITY RESPONSIBILITY:
2.1, FUNDING AMOUNT, REIMBURSEMENT OF PROJECT COSTS: The CITY Project
is currently estimated at three million dollars ($3.000.00 ,00) (this amount includes ten
percent (10%) contingency and dedicated allowances) as shown in Exhibit "C'', attached
hereto and by this reference made a part of this Agreement. The CITY shall pay the
COUNTY one hundred percent (100%) of the final cost of all contract items related to the
CITY Project. The CITY shall disburse to the COUNTY the funds for the City Project in
the form of a lump sum payment upon Substantial Completion which is defined as all Blue
and Pink roads being open to vehicular traffic. No County funds shall be used for the
CITY Project.
2.2. COUNTY AUTHORIZATIONS REQUIRED: The CITY acknowledges and agrees that
this Agreement shall become effective upon execution ofthe Mayor, subject to ratification
of the Board of County Commissioners. The CITY acknowledges and agrees that
commencement or performance of any work relating to the Pink Roads shall be expressly
conditioned upon the Board of County Commissioners approval of a waiver of competitive
bids relating to the performance of the work by the two existing. County contractors. It is
expressly agreed that the County may commence and perform the work on the Blue Roads,
Page 4 of 9
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT
END OF THIS DOCUMENT.
and the CITY agrees to reimburse any such work in accordance with the terms of this
Agreement. The CITY acknowledges that there are no assurances that the Board of County
Commissioners will approve the bid waiver relating to the Pink Roads. The County shall
notify the CITY when and if the Board of County Commissioners has approved the bid
waiver, whereupon the County shall be authorized and required to perform the work on
the Pink Roads as provided in this Agreement. The CITY hereby releases and indemnifies
the County from and against any claim relating to the County's performance of any work
under this Agreement prior to the County obtaining the necessary bid waiver.
2.3. PROJECT COST ADJUSTMENTS: The amount funded by the CITY is based on the
current estimated costs of the CITY 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 to revise the funds available for the CITY Project. Provided
that there is no increase in the amount of the CITY funds required as stated in Section 2.1.
approved for the CITY Project, amendments may be executed by the CITY Manager and
the County Mayor or the County Mayor's designee without the need for approval by the
CITY Commission and Board of County Commissioners. Otherwise further funding
commitments shall be subject to the approvals of the Parties respective governing boards.
The CITY shall be responsible to review and approve design plans, specifications, pernnits
and cost estimates for a complete CITY Project,
3. ELIGIBLE COSTS: The Parties agree that only the below identified costs that may be incurred
by the COUNTY that are directly related to the CITY 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 the Agreement, eligible costs are further defined as those pertaining
to the construction of CITY Project elements that are the standards items normally provided
for by the COUNTY in CITY roadway construction projects, and not enhancement of standard
items, The COUNTY shall not be assumed to be liable to provide reimbursement for the
construction or maintenance of such items that do not conform to this Section of the
Agreement.
4. 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 CITY Project. The Parties shall not unlawfully discriminate in the perforrnance
of their respective duties under this Agreement.
5. ❑EFAULT: If either the CITY or the COUNTY fails to perform its obligations under this
Agreement, the non -defaulting Party shall be entitled to reimbursement in full of all
documented costs it has expended in connection with the CITY Project. Further, any payments
that have been made as of the date of default by the non -defaulting Party, including all
Contingency/Allowance Funds and deposits, shall be refunded in full.
Page 5 of 9
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT
END OF THIS DOCUMENT.
6. FORCE MAJEURE: Neither the COUNTY nor the CITY shall be liable for any consequences
caused by force majeure, inevitable accident or occurrence or cause beyond the reasonable
control of the COUNTY or the CITY and such an act shall not constitute a breach of this
Agreement on the part of the COUNTY or the CITY_ Additionally, neither the COUNTY nor
the CITY shall be liable to the other entity, its agents, its inhabitants or its customers for any
damage resulting from such act or its consequences. As used herein, force majeure shall mean
an act of God. which includes but is not limited to: sudden, unexpected or extraordinary forces
of nature such as floods, washouts, storms, hurricanes, fires, earthquakes. landslides,
epidemics, explosions or other forces of nature. Inevitable accidents or occurrences shall mean
those which are unpreventable by the COUNTY or the CITY and shall include but not be
limited to: strikes;. lockouts; other industrial disturbances; wars; blockages; acts of terrorism;
insurrections; riots; federal, state county and local governmental restrictions, regulations. and
restraints: military action; civil disturbances; explosions; and conditions in federal. state,
county and local permits.
7. INDEMNIFICATION: 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 728.28, 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 negligence or breach of
contract.
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 in Section
728.28, 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 negligence or breach of contract.
In the event of breach or non-performance by the contractor performing the work, the
COUNTY shall, upon written request by the CITY. assign to the CITY any and all of its right
under the affected contract for purpose of the CITY'S prosecution of claims, actions or causes
of action resulting from such breach or non-performance unless the COUNTY, at its option,
pursues such claims, actions or causes of action through administrative proceeding or
litigation. The COUNTY agrees to cooperate fully with the CITY in the prosecution of any
such claim or action. 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)
businesses days of receipt.
8. DISPUTE RESOLUTION, APPLICABLE LAW: The COUNTY and the CITY 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
Page 6 of 9
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT
END OF THIS DOCUMENT.
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 County, Florida. Each party will bear its
own attorneys- fees and costs.
9. TERMINATION OF AGREEMENT: Either Party may terminate this Agreement with or
without cause at any time for convenience upon thirty (30) calendar days prior written notice
to the other Party. In the event the CITY terminates this Agreement, CITY shall reimburse the
COUNTY for all costs incurred by the COUNTY for this CITY Project.
10. DURATION OF AGREEMENT: The CITY Project is expected to be completed by May 22.
2018. However. this Agreement shall terminate when the CITY Project is completed and the
COUNTY has been reimbursed for the actual costs of the CITY Project as specified in this
Agreement.
11. ENTIRE AGREEMENT. AMENDMENTS: This document incorporates and includes all
prior negotiations, correspondence, conversations. agreements and understandings applicable
to the hatters 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 terrns
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.
12. ASSIGNMENT: This Agreement shall not be assigned, transferred or otherwise conveyed to
any other Party without the express written consent of the COUNTY.
13. NO THIRD PARTY BENEFICIARIES: Neither the COUNTY nor the CITY intends to
directly nor substantially benefit any third party by this Agreement. Therefore, the Parties
agree that there are no third party beneficiaries to this Agreement and no third party shall be
entitled to assert a claim against either of them based upon this Agreement.
14. 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
on this provision shall be made within seven (7) business days after the finding by the court
become final.
15. NOTICES: All notices required pursuant to the terms hereof may be sent by first class United
States Mail, facsimile transmission, electronic mail, hand delivery or overnight delivery and
shall be deemed to have been received by the end of five (5) business days from the proper
Page 7 of 9
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT
END OF THIS DOCUMENT.
sending thereof unless proof of prior actual receipt is provided. The Parties shall have a
continuing obligation to keep one another apprised of the appropriate persons for notices to be
sent to pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent
to the following addresses:
1) If to the COUNTY:
Miami -Dade Water and Sewer Department
Attn: Director
3071 S.W. 38 Avenue, 5 Floor
Miami, Florida 33146
With a copy to:
Attn: Rena Chen, Senior Professional Engineer
WASD Engineering and Construction
3501 N.W. 46 Street
Miami, Florida 33142
2) If to the CITY:
CITY of Miami
Attn: Jeovanny Rodriguez. P.E., Director
Office of Capital Improvements
444 S.W. 2" `� Avenue, 8 Floor
Miami, Florida 33130
With a copy to
Attn: Wendy Jaratnillo, Special Projects Coordinator
Office of Capital Improvements
444 S.W. 2' Avenue, 8 Floor
Miami, Florida 33130
(The rest of this page is intentionally left blank)
Page 8 of 9
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT
END OF THIS DOCUMENT.
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement as of the day
and year first written above.
ATTEST:
HARVEY RUVIN
CLERK OF THE BOARD
MIAMI-DADE COUNTY, FLORIDA,
BY ITS BOARD OF
COUNTY COMMISSIONERS
BY: BY:
Deputy Clerk County Mayor
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:
City Clerk City Manager
(Affix City Seal)
Approved by City Attorney Approved as to Insurance Requirements
as to farm and legal sufficiency
City Attorney Risk Management Director
Page 9 of 9
SUBSTITUTED
JOINT PARTICIPATION AGREEMENT
BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI
FOR THE SHENANDOAH NEIGHBORHOOD ROADWAY
PHASE A AND B
ROADWAY RESURFACING PROJECTS
This JOINT PARTICIPATION AGREEMENT (this "Agreement" s made and entered
this day of , 2018 (hereinafter, the " fective Date"), by and
between Miami -Dade County, a political subdivision of the State of F rida (hereinafter referred
to as the "COUNTY") and the City of Miami, a municipal corporion of the State of Florida
(hereinafter referred to as the "CITY" and collectively with the C • TY, the "Parties").
WHEREAS, the COUNTY through its Water and Sew: Department ("WASD") operates
and maintains existing water and sewer facilities; and
WHEREAS, WASD is currently upgrading its wa r and sewer facilities located in the City
of Miami bounded by S.W. 17 Avenue, S.W. 27 Aven S.W. 8 Street and 22 Street (Shenandoah
Area) which includes replacing water mains and se ice conversions and replacing gravity sewer
mains and laterals within Project Number DB13- ASD-03 and DB13-WASD-04 (Phase A and
B of Shenandoah Projects); and
WHEREAS, the scope of work for P . . se A and B of Shenandoah Projects includes removal
of existing pavement and sod, milling an resurfacing of existing asphalt pavement where utility
work is being performed; and
WHEREAS, the City of Mi. i ("CITY") requested that the COUNTY incorporate into the
Contract certain roadway improvem is within the CITY's jurisdiction in the Shenandoah neighborhood
located within Phase A and B to b: unded by the CITY (see letter attached as Exhibit "A"); and
WHEREAS, per the CITY' S request WASD will construct on behalf of the CITY the
roadway improvements hich include milling, resurfacing and crown reconstruction of the
roadways within the b • d ndaries of the Shenandoah Neighborhood located within Phase A and B
of Shenandoah Proj e ' ' s; and
WHERE , the CITY and COUNTY deem it to be in the public's best interest to include
the CITY Pro ct, as requested by the CITY, in the COUNTY'S design -build contract under
Project No. i :13-WASD-03; Contact No. 14RMCF001 with Ric -Man Construction of Florida,
Inc., and : oject No. DB13-WASD-04; Contract No. 14LCCF001 with Lanzo Construction Co.,
Florida ereinafter referred to as "DESIGN -BUILDER" proposed for the CITY Project);
a
nd
WHEREAS, performing the roadway resurfacing improvements together with the water
sewer utility work is more efficient and will minimize the impact of the work on the residents;
Page 1 of 9
SUBSTITUTED
WHEREAS, the DESIGN -BUILDERS currently working in the Shenandoah
Neighborhood are uniquely qualified to undertake the roadway improvements because they a
currently under contract with the COUNTY performing water and sewer improvements in the , ea.
NOW, THEREFORE, it is mutually agreed as follows:
1. COUNTY RESPONSIBILITIES:
1.1. SCOPE OF WORK: The DESIGN -BUILDER shall complete the scope services as
described below:
• Impacted Roadways (roadways where the County has perfo ed utility work
under Phase A and B of the Shenandoah Projects are illustr. --d by the blue roads
on Exhibit B (hereinafter referred to as the "Blue Road ' . The scope of work
consists of implementing an additional asphalt leveling •urse as needed in excess
to the standard one -inch overlay shall be impleme ' ed to properly crown the
roadways and where drainage exists to properly sloe roadways to drain.
• Un-impacted Roadways (roadways where th
work under Phase A and B of Shenandoa
roads on Exhibit B (hereinafter referred
work consists of resurfacing from edg
milling, leveling and additional overl
drainage exists to properly slope r
ramps in compliance with the A ericans with Disabilities Act.
County has not performed utility
rojects, are illustrated by the pink
as the "Pink Roads"). The scope of
o edge of pavement as needed to include
to properly crown the roadways and where
dways to drains and install all pedestrian curb
The CITY Project will co r the work for the Blue Roads and the Pink Roads,
subject to the terms, contons and limitations set forth in this Agreement.
1.2. PERMITS AND APPROV
permits, and utility adjus
utilities and permittin
adjustments as requi
and the CITY sh
utility adjustme
local laws an
S: The DESIGN -BUILDER shall obtain all necessary
ents; and coordinate the review of construction documents by
agencies. The DESIGN -BUILDER shall make all necessary
d for approval and/or permitting by those agencies. The COUNTY
assist the DESIGN -BUILDER to obtain all necessary permits, and
s for the CITY Project in accordance with applicable state, federal and
ordinances. The CITY shall pay for all resurfacing related permits required
to commen ' e and complete the CITY Project. The COUNTY shall not pay for any permits
required 'or the CITY Project. The COUNTY shall reimburse the CITY for any unused
amou s for permitting fees as described in attached Exhibit C.
1.3. P .: LIC INFORMATION AND INVOLVEMENT: The CITY will implement a Public
nvolvement Plan (PIP) during the construction of the CITY Project to provide
information to property owners, tenants, and area residents, including but not limited to:
public meetings, CITY Project documentation and flyers, and business signs. The CITY
will conduct an appropriate investigation of the CITY Project stakeholders and it shall be
used to develop the goals and objectives to implement the PIP. The COUNTY and the
Page 2 of 9
SUBSTITUTED
DESIGN -BUILDER shall provide Maintenance of Traffic devices, directional parking
signs, and schedules for major work to be performed in the area. The CITY Project sh
comply with the process and guidelines for the preparation and implementation of PIP: as
established by Implementing Order 10-13.
1.4. PUBLICITY: By acceptance of these funds, the COUNTY agrees that e Project
elements funded by this Agreement shall recognize and adequately referenc: he CITY as
a funding source. The COUNTY shall ensure that all publicity, p •lic relations,
advertisements, and signs recognizes and references the CITY for e support of all
contracted activities. This is to include, but is not limited to, all pos d signs, pamphlets,
wall plaques, cornerstones, dedications, notices, flyers, brochures news releases, media
packages, promotions and stationary. The use of the official CI logo is permissible for
the publicity purposes stated herein. The COUNTY shall s mit sample or mockup of
such publicity or materials to the CITY for review and a, droval. The COUNTY shall
ensure that all media representatives, when inquiring aly, t the activities funded by this
Agreement, are informed that the CITY is its funding urce.
1.5. ACCOUNTING: The COUNTY shall always m tain separate accounting for the costs
of the CITY Project so those costs may be indep:. dently verified and audited by the CITY,
at the request and cost of the CITY. The CO TY agrees to permit the CITY auditors to
inspect the books, records, and accounts %; the CITY Project for three (3) years after
completion of the CITY Project. Those . ecords shall be made available to the CITY for
inspection within five (5) business da : upon written receipt of a written request from the
CITY.
1.6. CONSTRUCTION: Subject • approval or ratification by the Board of County
Commissioners in accordan with applicable Florida Statutes, Home Rule Charter and
Code of Miami -Dade Co ty, the COUNTY shall incorporate the scope of services for
the CITY Project throu, amendments to the existing design -build contracts for Project
No. DB13-WASD-0 , Contract No. 14RMCF001 and Project No. DB13-WASD-04;
Contract No. 14L ' CF001. The amended design -build contracts shall require the
DESIGN-BUIL I R to provide a payment and performance bond for the CITY Project
naming the C r TY and CITY as joint obligees. The design -build contracts shall
contain a c• tingency amount to address unforeseen conditions and owner required
changes . ich shall not exceed ten percent (10%) of the base amount of the CITY Project,
unless • erwise approved by designated representatives of the COUNTY and CITY. The
CO I TY shall also require the DESIGN -BUILDERS to provide warranties to the CITY
an . COUNTY for the CITY Project work.
Page 3 of 9
SUBSTITUTED
1.7. CLAIMS: The COUNTY shall notify the CITY Public Works Department Director in
writing when claims arise. The COUNTY shall also invite the CITY to participate i
negotiations of these claims. The CITY shall review and make a determination or appro .1
of all amendments or supplemental agreements, permits, modifications of plans, or , her
requests for approvals submitted by the COUNTY within five (5) days of receipt.
1.8. CONSTRUCTION ADMINISTRATION AND INSPECTION: The CO ; TY shall
exercise all responsibilities of the owner under the design -build constru- ion contract,
including administration and overall inspections. The CITY shall pay the " OUNTY a fee
of one percent (1%) of the estimated cost of construction of the ITY Project for
construction administration, construction inspection and constructio management for the
unimpacted areas as depicted in Exhibit B. Final payment to the
of maintenance responsibility to the Parties shall be subject to
Project by the CITY.
1.9. MAINTENANCE: The CITY shall be solely res
maintenance of the CITY Project upon construction c
includes all roadways within the Shenandoah Area
UNTY and obligation
e final acceptance of the
nsible for the operation and
pletion of the CITY Proj ect which
1.10. COORDINATION WITH MIAMI-DADE CO . TY PUBLIC SCHOOLS: Schools have
been identified as being in close proximity . the construction of the CITY Project. Due
to potential safety, operational and bus trsportation impacts, the COUNTY and CITY
shall coordinate with Miami -Dade Cou r y Public Schools staff to implement maintenance
of traffic measures.
2. CITY RESPONSIBILITY:
2.1. FUNDING AMOUNT, RE :URSEMENT OF PROJECT COSTS: The CITY Project
is currently estimated at t e million dollars ($3,000,000.00) (this amount includes ten
percent (10%) continge and dedicated allowances) as shown in Exhibit "C", attached
hereto and by this ref- ence made a part of this Agreement. The CITY shall pay the
COUNTY one huned percent (100%) of the final cost of all contract items related to the
CITY Project. T , CITY shall disburse to the COUNTY the funds for the City Project in
the form of a lu - p sum payment upon Substantial Completion which is defined as all Blue
and Pink ro.. s being open to vehicular traffic. No funds shall be used for the CITY
Proj ect.
2.2. CO ► Y AUTHORIZATIONS REQUIRED: The CITY acknowledges and agrees that
thi greement shall become effective upon execution of the Mayor, subject to ratification
the Board of County Commissioners. The CITY acknowledges and agrees that
commencement or performance of any work relating to the Pink Roads shall be expressly
conditioned upon the Board of County Commissioners approval of a waiver of competitive
bids relating to the performance of the work by the two existing County contractors. It is
expressly agreed that the County may commence and perform the work on the Blue Roads,
Page 4 of 9
SUBSTITUTED
and the CITY agrees to reimburse any such work in accordance with the terms of this
Agreement. The CITY acknowledges that there are no assurances that the Board of Coun
Commissioners will approve the bid waiver relating to the Pink Roads. The County all
notify the CITY when and if the Board of County Commissioners has approved e bid
waiver, whereupon the County shall be authorized and required to perform the ork on
the Pink Roads as provided in this Agreement. The CITY hereby releases and demnifies
the County from and against any claim relating to the County' s performance, of any work
under this Agreement prior to the County obtaining the necessary bid wa 'er.
2.3. PROJECT COST ADJUSTMENTS: The amount funded by the C Y is based on the
current estimated costs of the CITY Project. The Parties recogniz- at adjustments to the
above -referenced cost, may be required in the future, and that a e option of the Parties,
amendments may be entered to revise the funds available for e CITY Project. Provided
that there is no increase in the amount of the CITY funds rep ired as stated in Section 2.1,
approved for the CITY Project, amendments may be exe ted by the CITY Mayor and the
County Mayor or the County Mayor' s designee withou he need for approval by the CITY
Commission and Board of County Commissi• ers. Otherwise further funding
commitments shall be subject to the approvals of e Parties respective governing boards.
The CITY shall be responsible to review and approve design plans, specifications, permits
and cost estimates for a complete CITY Proj - t.
3. ELIGIBLE COSTS: The Parties agree that o y the below identified costs that may be incurred
by the COUNTY that are directly related • the CITY Project are eligible for reimbursement,
provided adequate documentation acc• panies the reimbursement request in the form of
approved invoices, verified payme requests, documented journal entries, and/or check
vouchers. For purposes of the Agr: ment, eligible costs are further defined as those pertaining
to the construction of CITY Pro -ct elements that are the standards items normally provided
for by the COUNTY in CITY • adway construction projects, and not enhancement of standard
items. The COUNTY sha not be assumed to be liable to provide reimbursement for the
construction or mainten ce of such items that do not conform to this Section of the
Agreement.
4. COMPLIANCE TH LAWS: The Parties shall comply with applicable federal, state and
local laws, cod- , ordinances, rules and regulations in performing their respective duties,
responsibiliti: , and obligations pursuant to this Agreement and with all applicable laws
relating to e CITY Project. The Parties shall not unlawfully discriminate in the performance
of their rspective duties under this Agreement.
5. DE. ULT: If either the CITY or the COUNTY fails to perform its obligations under this
reement, the non -defaulting Party shall be entitled to reimbursement in full of all
ocumented costs it has expended in connection with the CITY Project. Further, any payments
that have been made as of the date of default by the non -defaulting Party, including all
Contingency/Allowance Funds and deposits, shall be refunded in full.
Page 5 of 9
SUBSTITUTED
6. FORCE MAJEURE: Neither the COUNTY nor the CITY shall be liable for any consequence
caused by force majeure, inevitable accident or occurrence or cause beyond the reason
e
control of the COUNTY or the CITY and such an act shall not constitute a breach o this
Agreement on the part of the COUNTY or the CITY. Additionally, neither the CO Y nor
the CITY shall be liable to the other entity, its agents, its inhabitants or its custom:. s for any
damage resulting from such act or its consequences. As used herein, force majeu shall mean
an act of God, which includes but is not limited to: sudden, unexpected or extra dinary forces
of nature such as floods, washouts, storms, hurricanes, fires, earthq es, landslides,
epidemics, explosions or other forces of nature. Inevitable accidents or oc rrences shall mean
those which are unpreventable by the COUNTY or the CITY and s 1 include but not be
limited to: strikes; lockouts; other industrial disturbances; wars; blo ages; acts of terrorism;
insurrections; riots; federal, state county and local governmental r:.trictions, regulations, and
restraints; military action; civil disturbances; explosions; and onditions in federal, state,
county and local permits.
7. INDEMNIFICATION: To the extent authorized by Flo ' , a law, the COUNTY hereby agrees
to indemnify, defend, save and hold harmless the C to the extent of all the limitations
included in Section 728.28, Florida Statutes, from a claims, demands, liabilities and suits of
any nature whatsoever arising out of, because of o due to the breach of this Agreement by the
COUNTY, its agents or employees. It is ecifically understood and agreed that this
indemnification clause does not cover or indnify the CITY for its negligence or breach of
contract.
To the extent authorized by Flor . a law, the CITY hereby agrees to indemnify, defend,
save and hold harmless the COUN ' to the extent of all the limitations included in Section
728.28, Florida Statutes, from 11 claims, demands, liabilities and suits of any nature
whatsoever arising out of, bec
agents or employees. It is s
does not cover or indemn
se of or due to the breach of this Agreement by the CITY, its
cifically understood and agreed that this indemnification clause
the COUNTY for its negligence or breach of contract.
In the event of b ach or non-performance by the contractor performing the work, the
COUNTY shall, up written request by the CITY, assign to the CITY any and all of its right
under the affecte contract for purpose of the CITY' S prosecution of claims, actions or causes
of action resul ' g from such breach or non-performance unless the COUNTY, at its option,
pursues suc' claims, actions or causes of action through administrative proceeding or
litigation. he COUNTY agrees to cooperate fully with the CITY in the prosecution of any
such cl m or action. Any damage recovered by the CITY which is attributable to an
expe p iture by the COUNTY shall be returned to the COUNTY by the CITY, within sixty (60)
bu 'nesses days of receipt.
ISPUTE RESOLUTION, APPLICABLE LAW: The COUNTY and the CITY 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
Page 6 of 9
SUBSTITUTED
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 County, Florida. Each party will bear it
own attorneys' fees and costs.
9. TERMINATION OF AGREEMENT: Either Party may terminate this Agreement - ith or
without cause at any time for convenience upon thirty (30) calendar days prior wri -n notice
to the other Party. In the event the CITY terminates this Agreement, CITY shall r= mburse the
COUNTY for all costs incurred by the COUNTY for this CITY Project.
10. DURATION OF AGREEMENT: The CITY Project is expected to be co ' .leted by May 22,
2018. However, this Agreement shall terminate when the CITY Projec s completed and the
COUNTY has been reimbursed for the actual costs of the CITY Pr•'ect as specified in this
Agreement.
11. ENTIRE AGREEMENT, AMENDMENTS: This documen incorporates and includes all
prior negotiations, correspondence, conversations, agreeme ► s and understandings applicable
to the matters contained herein and the Parties agre: that there are no commitments,
agreements, or understandings concerning the subject atter 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 repre ntations or agreements, whether oral or
written. It is further agreed that no modific. on, amendment or alteration in the terms
contained herein shall be effective unless set '.rth in writing in accordance with this section.
No modification, amendment or alteration ithe terms or conditions contained herein shall be
effective unless contained in a written d• ument prepared with the same or similar formality
as this Agreement and executed by the arties.
12. ASSIGNMENT: This Agreement . all not be assigned, transferred or otherwise conveyed to
any other Party without the exp 'Ass written consent of the COUNTY.
13. NO THIRD PARTY BE ' FICIARIES: Neither the COUNTY nor the CITY intends to
directly nor substantiall benefit any third party by this Agreement. Therefore, the Parties
agree that there are n• hird party beneficiaries to this Agreement and no third party shall be
entitled to assert a c . im against either of them based upon this Agreement.
14. SEVERANCE. In the event a portion of this Agreement is found to be invalid by a court of
competent j sdiction, the remaining provisions shall continue to be effective unless the CITY
or COUN elect to terminate this Agreement. An election to terminate this Agreement based
on this ► ovision shall be made within seven (7) business days after the finding by the court
beco ' e final.
15. • TICES: All notices required pursuant to the terms hereof may be sent by first class United
States Mail, facsimile transmission, electronic mail, hand delivery or overnight delivery and
shall be deemed to have been received by the end of five (5) business days from the proper
Page 7 of 9
SUBSTITUTED
sending thereof unless proof of prior actual receipt is provided. The Parties shall have a
continuing obligation to keep one another apprised of the appropriate persons for notices to ' e
sent to pursuant to this Agreement. Unless otherwise notified in writing, notices shall be ent
to the following addresses:
1) If to the COUNTY:
Miami -Dade Water and Sewer Department
Attn: Director
3071 S.W. 38 Avenue, 5 Floor
Miami, Florida 33146
2) If to the CITY:
CITY of Miami
Attn: Wendy Jaramillo
Project Manager
444 S.W. 2nd Avenue, 8 Floor
Miami, Florida 33130
(The rest of is page is intentionally left blank)
1
Page 8 of 9
SUBSTITUTED
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement as of the day
and year first written above.
ATTEST:
HARVEY RUVIN
CLERK OF THE BOARD
MIAMI-DADE COUNTY, FLORID
BY ITS BOARD OF
COUNTY COMMISSIONERS
BY: BY:
Deputy Clerk Cou Mayor
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:
City Clerk City Manager
(Affix City Seal)
Approved by ' ity Attorney
as to form . d legal sufficiency
City Attorney
Page 9 of 9