HomeMy WebLinkAboutDraft Exhibit AJOINT PARTICIPATION AGREEMENT
BETWEEN MIAMI—DADE COUNTY AND THE CITY OF MIAMI FOR THE
DEVELOPMENT OF A
MICROMOBILITY NETWORK
This AGREEMENT made and entered into this _ day of , 2020, by and between
MIAMI-DADE COUNTY, a political subdivision of the STATE OF FLORIDA, hereafter
referred to as the "County" and the CITY OF MIAMI, a municipal corporation of the
STATE OF FLORIDA, hereafter refer to as the "City".
WITNESSETH
WHEREAS, the County's adopted Complete Streets policy directs planners
and engineers to promote the development of streets inclusive of all modes of
transportation in accordance to the character and context of a particular area; and
WHEREAS, thanks to the robust transit coverage, new mobility options and
the planned mixed development of the Greater Downtown Miami, there is a high demand
for infrastructure to support personal mobility; and
WHEREAS, the County wishes to work collaboratively with the City to
ensure the establishment and progressive construction of a safe micromobility network to
promote safe alternative modes of transportation such as bicycling, and scooter riding;
and
WHEREAS, the City has a dedicated funding source for the capital
improvement of micromobility infrastructure within its Commission District 2; and
WHEREAS, the City wishes to utilize the resources of the County to develop
1
and construct the Project, subject to the terms and conditions of this Agreement; and
WHEREAS, both parties have concurred on a proposed network of
roadways to be improved as described in Exhibit A, which may be modified from time,
hereafter refer to as the "Project",
NOW, THEREFORE, in consideration of the promises and covenants
contained herein, the parties agree:
1. RESPONSIBILITIES OF THE CITY:
1.1. Financial Provisions: The City agrees to provide funding, on a reimbursement
basis, in accordance with the Payment Schedule (Exhibit B) attached herein,
subject to availability of funds from Collected Micromobility Fees. The City agrees
that it will, no later than fourteen (14) calendar days from invoice submittal,
disburse to the County, as detailed in the Payment Schedule, funding for payment
of the City's share of the Project costs. If the bid amount exceeds the current
estimated cost of the Project, the City agrees to be responsible for 48.4% of the
additional costs, which corresponds to the City's proportional share of the
estimated costs. All construction cost records and accounts shall be subject to
audit by a representative of the City for a period of three (3) years after final close
out of the construction. The City will be notified of the final cost. Both parties
agree that in the event final accounting of the total construction costs pursuant to
the terms of this agreement is less than the total deposit to date, a refund of the
excess will be made by the County to the City, based on the total reconciled cost.
If the final accounting is not performed within one hundred eighty (180) calendar
days, the County is not relieved from its obligation to pay.
2
1.2. Project Cost Adjustment: The amount contributed by the City 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 options of
the parties, amendments may be entered into to revise the funds available for the
Project. Any such adjustments in the proportionate amounts to be paid shall be
consistent with Section 1.1. Provided that only the identified funding sources are
used, amendments required to further expand the micromobility network, may be
executed by the City Manager or City Manager's Designee and County Mayor or
County Mayor's designee without the need for approval by the City Commission
or County Commission. Otherwise, further funding commitments shall be subject
to the approvals of the parties' respective governing boards.
1.3.Permits and Approvals: The County's contractor shall obtain a Right -of -Way
permit from the City. The City agrees to prioritize, review and approve said permit
within fifteen (15) calendar days upon submission. Additionally, the City agrees to
waive all fees related to permitting for both City and County roads included in
Exhibit A.
1.4.Public Information and Involvement: The City will lead a Public Involvement
Plan (PIP), with assistance from the County, 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 will be used to
develop the goals and objectives to implement the PIP.
3
2. RESPONSIBILITIES OF COUNTY:
2.1. Publicity: By the acceptance of these funds, the County agrees that the activities
funded by this Agreement shall recognize and adequately reference the City as a
funding source.
2.2.Accountinq: The County shall at all times maintain separate accounting for the
costs of the 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 permit the City
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 City for inspection within five (5) business days upon written receipt of a written
request from the City.
2.3.Desiqn: The County agrees to develop the construction plans, technical
specifications, special provisions, pay items and cost estimates for the Project in
accordance with applicable engineering standards and sound engineering
judgment.
2.4.Construction: The County shall procure the services of a licensed contractor
holding and engineering contractor's license to construct the Project. The County
may award the contract through any available lawful means which, in the County'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 County contract(s), or the extension of unit -
prices provided in connection with prior competitive bid awards. Notwithstanding
any provision to the contrary, the County shall comply with all applicable County
4
contract compliance and oversight measures.
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 City and the County as joint obligees or
joint contracting public entities. The construction contract shall contain a
contingency amount to address unforeseen conditions and other required
changes which shall not exceed ten percent (10%) of the base amount of the
contract.
The City agrees that the selection, retention and discharge of such
contractor shall be the responsibility of the County.
2.5.Claims and Change Orders: The County shall notify the City in writing when
claims or change orders arise. The County shall also invite the City to participate
in negotiations of these claims and change orders. The City 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 County within ten (10) calendar days.
2.6.Construction Administration and Inspection: The County shall exercise all
responsibilities of the owner under the construction contract, including
construction administration and inspections. The County may delegate this
function to an authorized agent or Construction Engineering Inspection (CEI)
consultant. The City's inspector or a consultant of the City shall have an oversight
role in the routine daily inspections for the Project. In the case of a disagreement
over the interpretation of the plans, the County's Department of Transportation
5
and Public Works Director, or his/her designee, shall have final authority. The
City's designated representative and the County's designated representative shall
jointly perform the inspection of the Project which immediately precedes
substantial completion
2.7. Right -of -Way: No provisions for right-of-way acquisition are being made through
this Agreement.
2.8. Maintenance: Upon completion of construction, the County and the City agree to
perform maintenance as follows:
• City will perform maintenance of City roads only (as identified in Exhibit A)
• County will perform maintenance of County roads only (as identified in
Exhibit A)
• City will be financially responsible for the maintenance of all green paint on
both City and County roads included in the Project.
3. 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.
4. 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
6
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 County
to perform the work, the County shall, upon written request by the City, assign to the
City any and all of its rights under the affected contract for purposes of the City's
prosecution of claims, actions or causes of action resulting from such breach or non-
performance unless the County pursues such claims, actions or causes of action
through arbitration, administrative proceeding or lawsuit. 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) business days of receipt.
5. 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
7
party will bear its own attorney's fees and costs.
6. 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.
7. 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.
8. 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
8
after the finding by the court becomes final.
9. 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
With Copy to: County Attorney's Office
To the City:
Attention: City Manager
City of Miami
444 SW 2nd Ave
Miami, FL, 33130
305-416-1025
With Copy to: City Attorney's Office
9
IN WITNESS WHEREOF, the parties hereto set their hands and official seals the
day and year first above written,
ATTEST: MIAMI-DADE COUNTY, FLORIDA,
BY ITS BOARD OF
HARVEY RUVIN COUNTY COMMISSIONERS
CLERK OF THE BOARD
BY: BY:
Deputy Clerk County Mayor or County Mayor's Designee
Approved by County Attorney
as to form and legal sufficiency
ATTEST:
BY:
City Clerk
(Affix City Seal)
Approved by City Attorney
as to legal form and correctness
City Attorney
County Attorney
CITY OF MIAMI, a municipal
corporation of the State of Florida
BY:
Art Noriega
City Manager
10
EXHIBIT A — Project Details
MICROMOBILITY NETWORK
Proiect Scope
1. Create a network of separated or protected micromobility lanes connecting Government
Center, Brightline Station, Miami -Dade College, and several Metromover Stations among
other destinations. The lanes will be created along the following roadways:
• N/S Miami Ave (County road)
• NE/SE 1 Ave (County road)
• NW/NE 6 St (City road)
• NW/NE 5 St (City road)
(Road jurisdiction)
Proiect Boundaries:
• NE 2 Ave to the East
• NW 3 Ave to the West
• NW 11 Terr to the North
• SE 2 St to the South
2. Perform the following improvements: roadway milling and resurfacing, pavement markings
featuring high -emphasis crosswalks, green patterned pavement and bicycle boxes, and
raised concrete curbs.
Background Studies:
• 2017 Miami -Dade TPO Protected Bike Lanes Demonstration Plan
• 2009 City of Miami Bicycle Master Plan
• Downtown Miami Development of Regional Impact Increment III
Project may be amended from time to time in order to gradually build a safe network for bicyclists
and micromobility users. Additional roadways may be added upon mutual consent of City and
County through its City Manager or City Manager's Designee, and County Mayor or County
Mayor's Designee, provided that funding source(s) remains unchanged and both City and County
Boards have previously approved allocations to their respective capital budgets.
EXHIBIT B — Payment Schedule
Overall project cost:
$2,064,661
County's share
• $1,064,661 — identified funding source: Road Impact Fees (RIF)
City's share
• $1,000,000 — identified funding source: City District 2 - Collected Micromobility Fees
Disbursement Schedule from City to County
o 12.5% of City's share at Contract Award
o 25% of City's share at 30% Construction Progress Report
o 25% of City's share at 60% Construction Progress Report
o 25% of City's share at 90% Construction Progress Report
o 12.5% of City's share at Closing Report