HomeMy WebLinkAboutExhibitJOINT PARTICIPATION AGREEMENT
BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI
NE 42 STREET RAILROAD CROSSING AND FEDERAL HIGHWAY/NE 4 COURT
This AGREEMENT, made and entered into this
day of , 2018, 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 road
improvement project in MIAMI-DADE COUNTY, hereinafter referred to as the "Project"
described as follows:
The construction of roadway improvements at NE 42 Street railroad crossing and
Federal Highway/NE 4 Court; 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. 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.
1
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 County
Department of Transportation and Public Works ("DTPW").
1.2. Right -of -Way: The City shall acquire at its sole expense, any right-of-way
that is required to complete the construction of the Project.
1.3. 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 DTPW Director for review and concurrence
prior to its implementation.
Projects that exceed one million dollars ($1,000,000.00) in construction
costs shall comply with the process and guidelines for the preparation and
implementation of PIPs as established by Miami -Dade County Implementing
Order 10-13.
1.4. 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
2
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 a 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.
1.5. Accounting: The City shall at all times maintain separate accounting for the
costs of the Project so that 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 ten
(10) business days upon written receipt of a written request from the County.
1.6. 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
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
3
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
shall contact the County DTPW Capital Improvements Section and provide all
necessary documentation 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 in writing by designated representatives
of both 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 DTPW 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 DTPW 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 DTPW Director. The
County agrees that the selection, retention and discharge of such contractor
shall be the responsibility of the City.
1.7. Claims and Change Orders: The City shall notify the County DTPW
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.
1.8. 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 DTPW Director shall have final authority subsequent to an
independent final inspection conducted by and at the cost of 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 —the City shall only maintain the
public right of way and the cross streets —shall be subject to the final
5
acceptance of the Project by the County DTPW Director, which shall not be
unreasonably withheld.
1.9. Coordination with Miami -Dade County Public Schools: Due to potential
safety, operational and bus transportation impacts, the City shall coordinate
with Miami -Dade County Public Schools staff to implement maintenance of
traffic measures.
1.10. Nondiscrimination: During the performance of this Agreement, the City
agrees to not discriminate against any employee or applicant for employment
because of race, color, religion, ancestry, national origin, sex, pregnancy,
age, disability, marital status, familial status, sexual orientation, gender
identity or gender expression, status as victim of domestic violence, dating
violence or stalking, or veteran status, and on housing related contracts the
source of income, and will take affirmative action to ensure that employees
and applicants are afforded equal employment opportunities without
discrimination. Such action shall be taken with reference to, but not limited to:
recruitment, employment, termination, rates of pay or other forms of
compensation, and selection for training or retraining, including
apprenticeship and on the job training.
By entering into this Agreement, the City attests that it is not in violation
of the Americans with Disabilities Act of 1990 (and related Acts) or Miami -
Dade County Resolution No. R-385-95, as amended. If the City or any
owner, subsidiary or other firm affiliated with or related to the City is found by
the responsible enforcement agency or the County to be in violation of the Act
6
or the Resolution, such violation shall render this Agreement void. This
Agreement shall be void if the City submits a false affidavit pursuant to this
Resolution or the City violates the Act or the Resolution during the term of this
Agreement, even if the City was not in violation at the time it submitted its
affidavit. The provisions of Section 1.10 of this Agreement shall be included in
any agreement between the City and any contractor performing work on this
Project.
2. RESPONSIBILITIES OF COUNTY:
2.1. Funding Amount, Reimbursement of Project Costs: The County agrees
to provide funds in a not to exceed amount of one million four hundred one
thousand dollars ($1,401,000.00) (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 of this Agreement. 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:
Funding Amount Funding Source County Fiscal Year of
Commitment
$1,401,000.00 Road Impact Fee District 2 2017-2018
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, amendments may
be executed by the City Manager or City Manager's designee and the County
Mayor or County Mayor's designee without the need for approval by the City
Commission and County Commission. Otherwise, further funding
commitments shall be subject to the approvals of the parties' respective
governing boards.
3. ELIGIBLE COSTS: The parties agree that only the below identified costs that may
be incurred by the City that are directly related to the Project are eligible for
reimbursement, provided adequate documentation accompanies the
reimbursement request in the form of approved invoices, verified payment requests,
documented journal entries, and/or check vouchers. For purposes of this
Agreement, eligible costs are further defined as those pertaining to the construction
of Project elements that are the standard items normally provided for by the County
in County road 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 design,
8
construction or 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 DTPW
Director. Quarterly disbursement of County funds to the City shall be based upon
City invoices with certified copies of paid contractor invoices 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,
9
including but not limited to, the Small Business Enterprise Goods and Services
Program, the Small Business Enterprise Architecture and Engineering Program, the
Small Business Enterprise Construction Services Program, the Community
Workforce Program (CWP), the Resident First Training and Employment Program
(RFTE), 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 County's Internal Services Department
(ISD), Small Business Development Division Project Worksheet for the participation
of specified business entities and/or trades and for CWP requirements, as
administered by the County's ISD. ISD 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. PROJECT SIGNAGE: The County shall furnish and install a Project sign in each
direction of traffic indicating that this Project is being funded by Road Impact Fees,
in coordination with the City, in proximity to the start/end of the Project limits. The
use of the official City seal is permissible for the purposes stated herein. Should
Maintenance of Traffic (MOT) signage be required as part of the work, the Project
sign shall be placed an appropriate distance before the MOT signage range. The
Project signs shall remain in place for the duration of the work or as directed by the
Project engineer.
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,
10
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
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 damages 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 or arising out of this Agreement in
11
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 shall 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 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.
12
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.
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: Department of Transportation and Public Works
c/o Director
Miami -Dade County
701 NW 1 Court, Suite 1700
Miami, Florida 33136
(786) 469-5406
To the City:
Attention: Emilio T. Gonzalez, Ph.D.
City Manager, City of Miami
444 SW 2nd Avenue, 10th FL
Miami, Florida 33130
(305) 416-1025
With copies to:
Steven C. Williamson
Director, Office of Capital Improvements
444 SW 2nd Avenue, 8th FL
Miami, Florida 33130
(305) 416-1225
Victoria Mendez
City Attorney
444 SW 2nd Avenue, 9th FL
Miami, Florida 33130
(305) 416-1800
13
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:
Todd B. Hannon Emilio T. Gonzalez, Ph.D.
City Clerk City Manager
(Affix City Seal)
Approved by City Attorney Approved as to Insurance Requirements
as to form and legal sufficiency
Victoria Mendez, City Attorney Ann -Marie Sharpe, Director
Risk Management Department
14