Loading...
HomeMy WebLinkAbout24065AGREEMENT INFORMATION AGREEMENT NUMBER 24065 NAME/TYPE OF AGREEMENT MIAMI-DADE COUNTY DESCRIPTION JOINT PARTICIPATION AGREEMENT/PERFORM UTILITY WORK IN CONNECTION WITH PROJECT NO. B-50421/FILE ID: 13-01281/R-13-0469 EFFECTIVE DATE ATTESTED BY TODD B. HANNON ATTESTED DATE 9/15/2022 DATE RECEIVED FROM ISSUING DEPT. 9/15/2022 NOTE DOCUSIGN AGREEMENT BY EMAIL DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D1 CITY OF MIAMI DOCUMENT ROUTING FORM * IMCORP HMV 18 98 C l ORIGINATING DEPARTMENT: Office of Capital Improvements DEPT. CONTACT PERSON: Charles McKinnon File No: OCI 21106 EXT: 1289 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Miami -Dade County IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT INVOLVED AMOUNT: S836,829.66 FUNDING INVOLVED $ TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) PURPOSE OF ITEM (BRIEF SUMMARY) Joint Participation Agreement ❑ YES ® YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT For the City of Miami to perform utility work in connection with Office of. ® NO ❑ NO Capital Improvements Project 40-B50421 located at SW 25th Street from SW 32nd Avenue to SW 27th Avenue. COMMISSION APPROVAL DATE: 21 November 2013 FIELD ID: 13-01281 ENACTMENT NO.: R-13-0469 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR PRINT: HECTOR BAD1A, DEPARTMENTAL DIRECTOR SIGNATURE: INTERIM p- DocuSigned by: 1 6 SUBMITTED TO RISK MANAGEMENT PRINT: ANN-MARIESHAR SIGNATURE: V36B542B... 1—DocuSigned by: FrAJAk InkAt11- SUBMITTED TO CITY ATTORNEY PRINT: VICTORIA SIGNATURE: MEND ,—DocuSigned \--FI-EF99A 5c6318214E7... by: o DS APPROVAL BY ASSISTANT CITY MANAGER PRINT: NZERIBE IHEKWABA SIGNATURE: EGFE0457.. DocuSigned by: I PS,Vi�il, (IA 1Wi�A RECEIVED BY CITY MANAGER PRINT: ART NOR1Elz SIGNATURE: a45F9436AFE40458... ,—DocuSigned by: Ari r'r NorieSa PRINT: SIGNATURE: 850CF6C372DD42A... ,-DocuSigned by: 1) ONE ORIGINAL TO CITY CLERK, PRINT: SIGNATURE: PRINT: SIGNATURE: —E46D7560DCF1459... 2) ONE COPY TO CITY ATTORNEY'S OFFICE, 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 CITY OF MIAMI & MIAMI-DADE COUNTY JOINT PARTICIPATION AGREEMENT City of Miami Project No. B-50421 Miami -Dade Water & Sewer Department Project No. PCTS #15017 Location: SW 25th Street from SW 32nd Avenue to SW 27th Avenue Date of Work: From 2nd Quarter Fiscal Year 2022 thru Fiscal Year 2023 THIS AGREEMENT, entered into this day of , year of , by and between the City of Miami (the "CITY") and Miami -Dade County (the "COUNTY"), WITNESSETH: WHEREAS, on or about March 21, 2014, the CITY and the COUNTY entered into an Interlocal Master Agreement, which was approved through CITY Resolution 13-01281 and COUNTY Resolution 227-14; and WHEREAS, the Interlocal Master Agreement provides the overall governing terms of the relationship and protocol for the CITY and the COUNTY to follow when they wish to enter into a Joint Participation Agreement ("JPA") in those instances where the CITY intends to engage in a project that involves constructing, reconstructing or otherwise changing or improving a public road (the "Project") and the COUNTY has utility facilities that must be protected, relocated, installed, adjusted or removed within the public road or area that the CITY intends to improve through the Project, NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, and consistent with the terms of the Interlocal Master Agreement, the CITY and COUNTY hereby agree as follows: 1. The CITY shall perform the: Design X Construction of the Utility Work to be done by the CITY in connection with its Project located at SW 25th Street from SW 32nd Avenue to SW 27th Avenue to be performed in or around the 2nd Quarter of Fiscal Year 2022 thru Fiscal Year 2023. 2. N/A As indicated in Paragraph 1 above, the CITY is to perform the design work for the Utility Work. Accordingly, consistent with Paragraph (3)(c)(7) of the Interlocal Master Agreement, the COUNTY shall pay the CITY a lump sum for the design work 1 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 within forty-five (45) days of the COUNTY's receipt of an invoice from the CITY for the design costs as agreed to based on the design cost proposal provided to the COUNTY by the CITY within two (2) weeks of the Mandatory Utility Meeting. 3. X As indicated in Paragraph 1 above, the CITY is to perform the construction of the Utility Work. Based on the cost estimate agreed to by the CITY and the COUNTY in advance of selection of the Contractor, the COUNTY agrees to pay: (a) 10 % of the estimated total cost of the construction portion of the Utility Work for an Allowance account to include the mobilization of equipment for Utility Work, additional maintenance of traffic costs for the Utility Work, (b) 10 % of the estimated total cost of the construction portion of the Utility Work for a Contingency Fund, which fund shall be dedicated to cover changes to the Utility Work during construction, and (c) a prorated share of the administrative costs for the Utility Work, which amount shall be 1% of the total estimated cost of the Utility Work. 4. X As indicated in Paragraph 1 above, the CITY is to perform the construction of the Utility Work. Accordingly, consistent with Paragraph (3)(f)(4) of the Interlocal Master Agreement, the COUNTY agrees that payments shall be made to the CITY for the construction work in the following manner or at the following times: X Invoice Submittal (City's reimbursement submittals for completed project utility instalment work will include certified copies of paid contractor payment requisition and proof of payment) N/A Percentage at completion of phases of construction based on submission of invoice from the CITY and review by COUNTY, which payments shall be made by the COUNTY within forty-five (45) days of receipt of CITY invoice Initial Payment of % at start of Project First payment at % at% of completion Second payment at % at% of completion Third payment at % at% of completion Final payment at % at % of completion and reconciliation of the project utility installment costs. 5. N/A As indicated in Paragraph 1 above, the CITY is to perform the construction of the Utility Work and the COUNTY is to pay the CITY for that work in the manner indicated in Paragraph 3; however, for the Utility Work related to this Project, the COUNTY is 2 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D1 entitled to reimbursement from . The documentation related to the COUNTY' s basis for the reimbursement is attached hereto as Exhibit 1. 6. X As indicated above, the CITY is to perfonn the construction of the Utility Work; however, the COUNTY will need to complete connection of the Utility Work to the COUNTY's existing system. 7. X The WASD accepts the Utility Construction Costs estimate of $836,829.66. In addition, the County agrees to pay $8368.29 (1% of the Utility Construction Cost estimate) as the City's administrative fee for a total of $845,197.95 The County agrees to reimburse the City in the manner indicated in Paragraph #4 above. COUNTERPARTS / ELECTRONIC SIGNATURES. This document may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same CONTRACT/AGREEMENT. The parties shall be entitled to sign and transmit an electronic signature of this CONTRACT/AGREEMENT (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed CONTRACT/AGREEMENT upon request. MIAMI-DADE COUNTY, FLORIDA, BY ITS BOARD OF COUNTY COMMISSIONERS Approved by County Attorney as to form and legal sufficiency Daniella Levine -Cava Assistant County Attorney County Mayor or Mayor's Designee CITY OF MIAMI, A Florida Municipal Corporation Arthur Noriega V City Manager LA DocuSigned by: r4 Jc1- . 650CF6C3729rlA2 A... 3 APPROVED AS TO FORM AND CORRECTNESS: ,-DocuSigned by: F1 EF90AF6FE0457... DS Victoria Mendez City Attorney oG DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 ATTEST: Approved as to Insurance Requirements: DocuSigned by: ,- DocuSigned by: c BY: E40D7.,GODCF14,5... D 1 ` 27395C6318214E7... Todd Hannon City Clerk DocuSigned by: (Affix City Seal FV'atAlc gbwit") Ann -Marie Sharpe Director, Risk Management DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 Item Estimated No. Quantity Units COST ESTIMATE FURNISH AND INSTALL 8-IN D.I. WATER MAIN ALONG SW 25 STREET FROM SW 32ND AVENUE TO SW 27TH AVE PCTS. 15017 Description MIAM MIAMI-DADE &IMNE WATER AND SEWER DEPARTMENT Date: 7/8/2022 O ACCEPTED ❑ NOT ACCEPTED Checked: J.Diaz, P.M. Project ID• PCTS-15017 Reviewed: TAKEOFF QTY AMOUNT 1 Aggregate Sum For performing preparatory work and operations in mobilizing for beginning the work of the Project, including preparation and acceptance of MOT, but excluding materials and permit costs, both of which are paid under other payment items $ 60,104.17 1 60,104.17 2. 2,640 LF For selling and delivering to the Department 8-inch zinc -coated ductile iron pipe, fittings and valves for water main $ 72.00 2,640 190,080.00 3. 2,640 LF For installing 8-inch zinc -coated ductile iron pipe, fittings and valves for water main $ 43.00 2,640 113,520.00 4. 75 LF For selling and delivering to the Department 6-inch zinc -coated ductile iron pipe, fittings and valves for water main $ 121.00 75 9,075.00 5. 75 LF For installing 6-inch zinc -coated ductile iron pipe, fittings and valves for water main $ 70.00 75 5,250.00 6. 1 Each For making tapping connection(s) to existing water main(s) at: SW 25th Street and SW 27th Ave. (STA 35+98.99±) including furnishing and installing tapping sleeve(s) (stainless steel) and tapping valve(s), and cutting and capping existing main(s), as shown on the Plans, complete $ 10,000.00 1 10,000.00 7. 1 Each For making cut-inconnection(s) to existing water main(s) at: SW 25th Street and SW 31st Ave. (STA 10+45.50± along SW 31st Ave.; STA 19+87.22± along SW 25th Street) including furnishing and installing tapping sleeve(s) (stainless steel) and tapping valve(s), and cutting and capping existing main(s), as shown on the Plans, complete $ 9,300.00 1 9,300.00 8. 5 Each For selling and delivering to the Department fire hydrant assemblies with guard posts, complete $ 3,200.00 5 16,000.00 9. 5 Each For installing fire hydrant assemblies with guard posts, complete $ 2,500.00 5 12,500.00 10. 2 Each For removing and salvaging existing fire hydrant assemblies with elbow/shoe and guard posts, complete $ 2,500.00 2 5,000.00 11. 34 Each For furnishing and installing 1-inch single service short, including reconnection of $ 1,900.00 34 64,600.00 customer's service pipe and meter transfer complete 12. 44 Each For furnishing and installing 1-inch single service long, including reconnection of $ 2,200.00 44 96,800.00 customer's service pipe and meter transfer complete 13. 11 Each For furnishing and installing 1-inch dual service short including reconnection of $ 2,300.00 11 25,300.00 customer's service pipe and meter transfer complete, the price each of 14. 16 Each For furnishing and installing 1-inch dual service long, including reconnection of $ 2,700.00 16 43,200.00 customer's service pipe and meter transfer complete 15. 5 Each For constructing Air Release Valve Assemblies (ARVs) for water mains at the locations shown on the Plans, complete $ 3,300.00 5 16,500.00 16. 2,640 Each For furnishing and installing V-Bio polyethylene encasement for any size ductile iron pipe, fitting, or valve $ 0.60 2,640 1,584.00 17. 30 Each For trench overcut in 1-foot depth increments, for any size pipe $ 0.15 30 4.50 18. 60 Each For sheeting and shoring ordered left in place by the Engineer $ 0.15 60 9.00 19. 381 CY For removal, transport and legal disposal of unsuitable backfill materials, including tipping fees as ordered by the Engineer $ 25.00 381 9,525.00 20. 381 CY For furnishing and installing additional suitable backfill material as directed t y the $ 13.00 381 4,953.00 Engineer 21. 25 SY For constructing limerock base for Type "II" permanent pavement repairs $ 125.00 25 3,125.00 22. 30 SY For constructing Type "II" asphaltic concrete surface course permanent pavement repairs $ 188.00 30 5,640.00 23. 1,175 SY For constructing limerock base for Type "M" permanent pavement repairs $ 6.00 0 - 24. 1,490 SY For constructing Type "M" asphaltic concrete surface course permanent pavement repairs, the price per square yard of $ 9.00 0 - 25. 357 SY For cold milling FDOT roadway surface course for permanent pavement repairs (nominal 1-1/2 inch thick) (area as shown an Plans) $ 23.00 357 8,211.00 26. 1 Aggregate Sum For replacing pavement markings damaged, removed or obliterated by the Contractor's operation, the aggregate sum of $ 3,700.00 0.5 1,850.00 27. 1,392 SF For constructing concrete sidewalk restoration to match existing, the price per square foot of $ 2.00 0 - 28. 15 LF For constructing concrete curb and gutter restoration to match existing $ 31.00 0 - 29. 100 SY For restoring sodded area, the price per square yard of $ 5.00 0 - 30. Aggregate Aggreate Sum For furnishing traffic control $ 14,000.00 1 14,000.00 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 31. SUBTOTAL The SUM of Item Nos. 1 through 30 726,130.67 32. Dedicated For providing uniformed, off -duty police officers for the purpose of maintenance of traffic 16,302.00 33.Engineer Dedicated Allowance For cost of required permits, fees, inspections, impact fees, if authorized the 21,783.92 The sum of 3 % of the Subtotal Item No. 31, (.03) x (Subtotal, Item No. 31) 34 Contingency Allowance For unforeseen conditions, for minor construction changes, and for quantity adjustments, if ordered by the Engineer 72,613.07 The sum of 10% of the Subtotal Item No. 31, (.10) x (Subtotal, Item No. 31) 35. TOTAL BID The SUM of Item Nos. 31, 32, 33 & 34 836,829.66 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 RE.11 RESOLUTION Department of Capital Improvements Program 13-01281 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO EXECUTE AN INTERLOCAL MASTER AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH MIAMI-DADE COUNTY ("COUNTY"), TO PROVIDE UTILITY WORK FOR THE COUNTY, ESTABLISHING THE PROCEDURE FOR THE PERFORMANCE AND REIMBURSEMENT OF THE UTILITY WORK, INCLUDING THE UTILITY DESIGN WORK TO BE PERFORMED AND THE UTILITY CONSTRUCTION WORK TO BE CARRIED OUT; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE INDIVIDUAL JOINT PARTICIPATION AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM AS "EXHIBIT A", WITHOUT REQUIRING FURTHER CITY COMMISSION APPROVAL. Summary Form.pdf 13-01281 Legislation.pdf 13-01281 Exhibits.pdf Motion by Vice Chair Gort, seconded by Commissioner Carollo, that this matter be ADOPTED PASSED by the following vote. Votes: Ayes: 3 - Commissioner(s) Gort, Sarnoff and Carollo Absent: 2 - Commissioner(s) Suarez and Spence -Jones R-13-0469 FINAL ACTION DATE: 11/21/2013 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 City of Miami Legislation Resolution City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 13-01281 Final Action Date: A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO EXECUTE AN INTERLOCAL MASTER AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH MIAMI-DADE COUNTY ("COUNTY"), TO PROVIDE UTILITY WORK FOR THE COUNTY, ESTABLISHING THE PROCEDURE FOR THE PERFORMANCE AND REIMBURSEMENT OF THE UTILITY WORK, INCLUDING THE UTILITY DESIGN WORK TO BE PERFORMED AND THE UTILITY CONSTRUCTION WORK TO BE CARRIED OUT; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE INDIVIDUAL JOINT PARTICIPATION AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM AS "EXHIBITA", WITHOUT REQUIRING FURTHER CITY COMMISSION APPROVAL. WHEREAS, the Miami -Dade ("County") owns or may, in the future, own certain water and wastewater facilities, including but not limited to, gravity sewer pipes, pump stations, reclaimed water pipes, valves and valve covers, manholes and access covers, water pipes, sanitary sewage pipes, meters, hydrants, and all appurtenances thereto, which are or may, in the future, be located in the City of Miami's ("City's") public roads or lands (the "Facilities"); and WHEREAS, the Miami -Dade Water and Sewer Department ("WASD") operates the County's water and sanitary wastewater system; and WHEREAS, the City engages in projects that involve constructing, reconstructing or otherwise changing public roads and other improvements located on public roads or lands (hereinafter referred to as either the "Project" or the "Projects"); and WHEREAS, the City and the County may propose Projects that necessitate the installation, relocation (vertically or horizontally), replacement, adjustment or removal of the Facilities or some combination thereof (hereinafter referred to as "Utility Work"); and WHEREAS, the City and the County desire to minimize delays, costs, and impact to the public, which may result from lack of coordination and communication between or among them and their respective contractors performing the Project or the Utility Work; and WHEREAS, the City and the County desire to enter into a Master Agreement that establishes the procedure for the performance and reimbursement of the Utility Work, including the utility design work to be performed and the utility construction work to be carried out (the "Interlocal Master Agreement"); and WHEREAS, the purpose of the Interlocal Master Agreement and the individual Joint Participation Agreements (hereinafter, "JPAs") is to perform the Utility Work with the Project in an efficient, coordinated, economical and expeditious manner; and WHEREAS, the individual JPAs shall not require further City Commission approval; City of Miami Page I of 2 File Id: 13-01281 (Version: 1) Printed On: 10/28/2013 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 File Number: 13-01281 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings found in the Preamble to this Resolution are adopted by reference and incorporated as fully set forth in this Section. Section 2. The City Manager is authorized {1} to execute an Interlocal MasterAgreement, in substantially the attached form, with the County to provide utility work for the County, establishing the procedure for the performance and reimbursement of the utility work, including the utility design work to be performed and the utility construction work to be carried out. Section 3. The City Manager is further authorized {1} to execute individual JPAs, in substantially the attached form as "Exhibit A", without requiring further City Commission approval. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor. {2} APPROVED S TO FORM AND C•RRECTNESS: VIC(FORIA MI NDEZ CITY ATTORNEY 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 become effective immediately upon override of the veto by the City Commission. City of Miami Page 2 of 2 File Id: 13-01281 (Version: 1) Printed On; 10/28/2013 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 MEMORANDUM Agenda item No. 8(0) (1) TO: Honorable Chairwoman Rebeca Sosa and Members, Board of County Commissioners FROM: R. A. Cuevas, Jr. County Attorney DATE: March 4, 2014 SUBJECT: Resolution approving execution of an Interloeal Master Agreement between Miami -Dade County and the City of Miami regarding utility work for Miami - Dade County and establishing the procedures for the performance and reimbursement of the utility work; authorizing the County Mayor to execute individi l al Joint Participation, Agreements with the City of Miami as utility work projects are identified and to exercise any provisions contained therein Resolution No. R-227-14 The accompanying resolution was prepared by the Water & Sewer Department and placed on the agenda at the request of Prime Sponsor Commissioner Juan C. Zapata, RACilmp R. A. Cuas, County Attorney 1 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 MIAMI DAIS Memorandum cou�i t Date: . March 4, 2014 To: Honorable Chairwoman Rebeca So a and Members, Board of Cour l i imissionerr From: Carlos A. Gimenez Mayor Subject: Resolution approving an interlocai ster Agreement establishing procedures for the performance and reimbursement of utility work between the City of Miami and Miami - Dade County and authorizing Individual Joint Participation Agreements with the City on a project by project basis Recommendation It is recommended that the Board of County Commissioners (Board) approve the attached resolution approving the execution of an interlocal Master Agreement establishing procedures for the performance and reimbursement of utility work between the City of Miami and Miami -bade County, through its Water and Sewer Department (WASD), and authorizing Individual Joint Participation Agreements with the City on a project by project basis. The City of Miami engages in projects to construct/resurface public roads or other improvements that require utility work such as relocating or removing water and sewer facilities owned by the County, As such, the City of Miami and the County wish to enter into this Interlocal Master Agreement and individual Joint Participation Agreements to carry out the utility work needed without delay. Scope The utility work to be performed will take place inside the limits of the City of Miami which is located in Districts 2, 3, 5, 6 and 7, Commissioners Jean Monestime, Audrey M. Edmonson, Bruno A. Barreiro, Chairwoman Rebeca Sosa and Commissioner Xavier L. Suarez, respectively, Fiscal Impact/Funding Source The County will provide the funding for the utility work proposed for each specific project as the County. owns the water and wastewater system and related appurtenances located In the City of Miami. As projects are identified, individual Joint Participation Agreements will be. issued listing the appropriate funding sources depending on the type of upgrade, water or sewer. The various and or combination of funding sources that will potentially be used are listed below. Water Distribution Upgrades Water Renewal and Replacement Water Revenue Bonds Sold , Water Connection Charges General Obligation Bonds Future Revenue Bonds Sewer Collection Upgrades Wastewater Renewal and Replacement Wastewater Revenue Bonds Sold Wastewater Connection Charges General Obligation Bonds Future Revenue Bonds 2 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 Honorable Chairwoman Rebeca Rosa and • Members, Board of County Commissioners Page 2 • Track Record/Monitor WASD`s Deputy Director, Douglas L Yoder, will oversee the Implementation of this Interlocal Master Agreement and the associated individual Joint Participation Agreements, Background This Interlocal Master Agreement provides the procedures for the performance and reimbursement of the relocation, replacement or removal of water and sewer facilities owned by Miami -Dade County installed within the City of Miami limits such as pipes, pump•stations, meters and hydrants when the City engages in future roadway/resurfacing work or other improvements that require this type of utility work. The utility work, which Includes design and/or construction, will be authorized through individual Joint Participation Agreements (as shown in Exhibit A of the Interlocal Master Agreement) on a project by project basis after it has been determined by the City of Miami and the County that the work is necessary. Each Joint Participation Agreement will contain project specific terms,. conditions and costs, Observance of the procedures stipulated in this Interlocal Master Agreement may reduce 1) the number of project setbacks, 2) projects costs, and 3) traffic impacts to the public by improving the coordination efforts between the City of Miami, the County and the respective contractors performing the needed utility work. Approval of this interlooal Master Agreement will authorize the Mayor or Mayor's designee to execute the individual Joint Participation Agreements on an as needed basis with no further action from the Board, This Interlocal Master Agreement will remain in full force for a ten (10) year period from the effective date of the Agreement; however, it can be terminated at any time by either party with a thirty (30) day notice. The City of Miami Commission approved this Interlocal Master Agreement on November 21, 2013, under Resolution No, R-13-0469, as attached. Attachments 1 AiinT. Hudak Deputy Mayor 3 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 MEMORANDUIVI (Revised) TO: Honorable Chairwoman Rebeca Sosa DAI E: Match 4, 2014 and Members, Board. of County Commissioners FROM: R. A. Cuevas, Jr. County Attorney SUBJECT: Agenda. Item No. 8(0) (1) . Please 7aote any items eheeked, "3-Day Rule" for com>< H±ees applicable if raised 6 weeps required between first reading and public hearing 4 weeks notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required Statement of fiscal bnpaet required Ordinance creating a new board requires detailed County Mayor's report for public hearing No eonnnittee review Applicable legislation requires more than a majority vote (i.e., 2l3's , 315's , unanimous ) to approve Current information: regarding fanding source, index code and available balance, and available capacity (if debt is contemplated) required 4 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 Approved Mayor Agenda Item No. 8 (0) (1) Veto 3-4-14 Override RES OLUTION NO. R-227-I 4 RESOLUTION APPROVING EXECUTION OF AN INT ERLO CAL MASTER AGREEMENT BETWEEN MIAMI- DADE COUNTY AND THE CITY OF MIAMI REGARDING UTILITY WORK FOR MIAMI-DADE COUNTY AND ESTABLISHING THE PROCEDURES FOR THE PERFORMANCE AND REIMBURSEMENT OF THE UTILITY WORK; AUTHORIZING THE COUNTY MAYOR OR MAYOR'S DESIGNEE TO EXECUTE INDIVIDUAL JOINT PARTICIPATION AGREEMENTS 'WITH THE CITY OF MIAMI AS UTILITY WORK PROJECTS ARE IDENTIFIED AND TO EXERCISE ANY PROVISIONS CONTAINED TBEREIN. WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein. by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF M MI-DADE COUNTY, FLORIDA, that this Board hereby approves the execution of an Interlocal Master Agreement between Miami -Dade County and the City of Miami regarding utility work for Miami -Dade County. The Interlocal Master Agreement establishes the procedures for the performance and reimbursement of the utility work, including the utility design work to be performed and the utility construction work to be carried out. The Board also authorizes the County Mayor or Mayor's designee to execute individual joint participation agreements with the City of Miami for the specific utility projects as they are identified, in substantially the form attached hereto and made a part hereof. The foregoing resolution was offered by Commissioner Dennis C. Moss who moved its adoption. The motion was seconded by Commissioner Jn's0-`.P. ." Diaz and upon being put to a vote, the vote was as follows: DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 Agenda Item, No. 8(0) (1)_ Page IIo. 2 Rebeoa Sosa, Chairwoman Lynda Bell, Vice Chair Bruno A. Barreiro aye Esteban L. Bovo, Jr. Jose "Pepe" Diaz aye Audrey M. Edmonson Sally A. Heyman absent Barbara J. Jordan Jean Monestime aye Dennis C. Moss Seri, Javier D. Saute aye Xavier L. Suarez Juan C. Zapata absent aye absent aye absent aye aye aye The Chairperson thereupon declared the resolution duly passed and adopted this 41,111 day of March, 2014. This resolution shall become effective ten (10) days after the date of its adoption unless vetoed by the Mayor, and if vetoed, shall become effective only upon an override by this Board. Approved by County Attorney as to form and legal sufficiency. Sarah Davis MIAMI-DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS HARVEY RUVIN, CLERK By: Deputy Clerk DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-4483263301D1 copy INTERLOCAL MASTER AGREEMENT BETWEEN MIAMI-DADE COUNTY AND .CITY.OEMIAMI TO PROVIDE- MI/TY WORK FOR MfAMI-DADE COUNTY o <541' .aNT, entered into this .0 day of Viee/t,L , 211', by and between Miami -Dade County, a political subdivision of the State of Flotlaa (the "COUNTY") and the City of a nimricipal corporation organized awl eAsting -under the laws of the State, ofElorida (the "CITY"); WITNESSOI: WEBREAS, the COUNTY owns or may; in tile future, ova certain watq and wastewater ,including butt tinted to, .graVity SeikerpteS, pump statiOns, teelaimed .water pipes, 441:TATeVP covers, manholes Read 40.00s0 covers:, water 80n1tary sewage pipes, meters, hydrant, and all appurtenances thereto., which are or may; mtheBI:tire, he located in the CTIY's public roads or lands (the "FACILITIES"); and. WIWBA5? the Miami -Dade Water & Sowei. Department ("WASD") operates the 00tINTY18 wat.drald Nast _3-f•ateltr; mi WHE: REAR,. the CITY engages in projeots that involve eenstnicting, reconstructing or otherwise ehai30$ pane roads and other improvements located on public roads or lands (hetein referred te asWho. 1h"Project" or the "PrOjeets1; and "grgERUS;thCr.f..Y Rua tlao COUNTY trf8Y propose PX016..0t8. that tWaggItatb the installation) relocation:(vertioally and/or horizontally), roplaxement, adjustment oi retnovat Of the combitiatim. thereof (lea..,einafter referred to as 'Utility Wolkv); -and VM-13A-$, the MY 04 the COUNTY do4re to toiliitiso dday.§, costs, and impact to which may 'res.* from lack of cooti:litlatiOn and cot between or among tkom and their respect:1w contractors p-aforming the. Projea and/ot to Utility %jig and AS,. the CITY and the COUNTY deSke to ardor into a master agreement that stbhshe 0.1015.1.:00010 or thO.p41.0-ot aid yoiktibitgazit ofthe Utthty We*, inclifdirig the laity rtoin wpk, to be pre-deo:1110 and the thhty COnstroiien Work to be eanied out (the "Interineal MasterAgreemenn and VITZUAN,,thput of this Interlocal Faster Agreement and the individual joint participation -We:Monts (hereinpfter,. "-RA!) IS to poatm tb.0 Inv Work with the Project in an effleienti coordipted, economical and .ekpoditiott. Ittp.tiftq, NOW, THIBkBFOF.B, m coiisidbtatioii of the pietnises and the mutual covenants cotai-ned, he -rein, the OZTY .ftzt the COUNTY13,00.13.y age -a as. 1. Every November, the CITY will prepare and provide to the COUNTY a list of Projects that it itYtends to begin engineering design for in the next two years. This list of Projeots DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 will include anything involving roadway or subsurface work as well as Projects involving landscaping, resurfacing, drainage and lighting. The list of Projects will include the scope of work and schedule/timing for each Project. Such list may be amended after the exchange, but it is the intent of the CITY to give the COUNTY advance notice of anticipated Projects with sufficient lead time for planning and funding purposes. Within sixty (60) days of the exchange of the list of Projects, the COUNTY will review and identify the Projects from the CITY's list that are potential candidates for proposed WASD infrastructure improvements within the limits of any Project that is new to the list. Additionally, at this time, the COUNTY will notify the CITY of any projects on the CITY's list that do not correspond with projects that WASD has placed on its Capital Improvements Plan and, therefore, will constitute Utility Work that is being taken out of order for WASD. 2. In the event the CITY and the COUNTY determine and agree that Utility Work may be necessary for any Project, a Joint Participation Agreement ("JPA"), in substantially the same form as the JPA attached hereto as Exhibit A, will be executed by the CITY and the COUNTY. A JPA will be entered into for design work, if applicable, and a separate JPA will be entered into for construction work, if applicable. Each JPA will specify the Project -specific terms, conditions and costs associated with the design and/or construction of all Utility Work for each Project. 3. Utility Coordination and Identifying/Implementing Projects For any Project where the CITY or COUNTY determines that Utility Work may be necessary, the following procedure will be utilized (although the CITY and the COUNTY may mutually agree to combine or eliminate any portion of the procedure that may not be applicable to a specific Project) for purposes of implementing a JPA: a. Identifying Projects/Utility Coordination (1) (3) Upon receipt of the list of Projects from the City every November, WASD will have sixty (60) days to advise the CITY of its possible interest in entering into a JPA for the Utility Work necessary for the Projects identified. In the event that the CITY is able to undertake additional Projects due to new funding sources not identified in the fiscal budget, the CITY will notify WASD, and all of the above terms will apply. (2) Upon completion of 30% of the design work for a particular CITY Project, the CITY shall send a written notice to WASD, including the 30% design work (the "Notice") (see Paragraph 10 herein for requirements of notices), which will set forth the scope and timeline of the particular CITY Project. WASD shall inform the CITY of its interest in entering into a JPA or not within thirty (30) days of the Notice and submittal of 30% of the design of the CITY's Project by the CITY. To the extent possible at this point in DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 the Project, WASD shall inform the CITY of the preliminary proposed scope for the Utility Work and whether the JPA will be for design and/or construction by the CITY. b. Mandatory Utility Meeting (1) If WASD sends a written response to the CITY's Notice expressing a desire to enter into a JPA for design and/or construction of the Utility Work, the CITY shall propose in writing a time, date and location for a mandatory meeting (the "Meeting Notice") between the representatives of the CITY and WASD who will be managing and/or supervising the Utility Work to discuss the parameters of the Project and implement the process for a mutually beneficial Project (hereinafter, the "Mandatory Utility Meeting"). Within two business days of receipt of the Meeting Notice, WASD will confirm its availability for the Mandatory Utility Meeting at the time, date and location specified on the Meeting Notice or will suggest in writing other possible dates, times or locations for the Mandatory Utility Meeting. (2) The CITY's and WASD's representatives will bring any information pertinent to the Project to the Mandatory Utility Meeting, including but not limited to, the CITY's thirty percent (30%) design work for the Project as well as reports and as -built drawings of the existing WASD Facilities. (3) At the Mandatory Utility Meeting, the CITY and WASD will discuss and identify the scope of the Utility Work to be done by the CITY, and if applicable, the scope of the Utility Work to be done by WASD. Additionally, the minimum qualifications for the CITY designer and contractor will be discussed, if the CITY is to do the design work for the Utility Work. At the Mandatory Utility Meeting, if the CITY and WASD disagree as to the scope of the Utility Work to be performed by each party and the Mandatory Utility Meeting is adjourned before an agreement can be reached, the CITY and WASD will not move forward with a JPA for the design or construction of the Utility Work. WASD, at its own discretion, will decide whether to proceed with the Utility Work and when it will proceed with such work. (4) If a JPA is not entered into at the conclusion of the Mandatory Utility Meeting, the CITY will, nevertheless, execute a Letter of Intent to proceed with the Project. The Letter of Intent will be in substantially the same form as that attached hereto as Exhibit B. The purpose of the Letter of Intent is to ensure that, if WASD moves forward with the design work required for the Utility Work necessary for the Project and incurs the expenses associated with such design work, the CITY will not discontinue DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 (5) or unreasonably delay the Project and WASD's resources will not be wasted. Regardless of whether the CITY or WASD is performing the design work, the roadway plans shall be designed in a manner to reduce and minimize any conflicts with WASD Facilities. Where conflicts are identified, the CITY and WASD agree to resolve the conflicts in the most cost-effective manner that is the least disruptive to the general public and is the least costly to the residents of Miami -Dade County. (6) Regardless of whether the CITY or WASD is performing the design aspect of the Utility Work, each will fully cooperate with all Right -Of - Way ("ROW") users in the preparation of the design. To the extent a conflict arises in the design process with a ROW user other than WASD or the CITY, the CITY and WASD agree to resolve the conflicts in the manner that is least disruptive to the general public and is the least costly to the residents of Miami -Dade County. c. CITY to Design Utility Work (1) Within two (2),weeks after the Mandatory Utility Meeting, if the parties desire to enter into a JPA for the design work, the CITY will provide a design cost proposal to WASD for the design work to be performed by the CITY for the Utility Work. (2) If WASD agrees with the design cost proposal provided by the CITY for the design work, it will provide written confirmation of its agreement with the design cost proposal within ten (10) business days of its receipt of the design cost proposal. In its written confirmation, WASD will also reconfirm its desire to enter into a JPA with the CITY for the design work. (3) If WASD does not agree with the design cost proposal provided by the CITY for the design work, it will advise the CITY of its disagreement in writing within five (5) business days of receipt of the proposal and will propose a date, time and location for a second meeting between WASD and the CITY to discuss the design cost proposal for the design work. The second meeting shalltake place no later than ten (10) business days from WASD's receipt of the CITY's design cost proposal for the design work. If either WASD or the CITY do not wish to have a second meeting to discuss the CITY's design cost proposal, whichever party declines the second meeting will also make it clear in writing that it no longer wishes to proceed with a JPA for the Utility Work. (4) If the CITY' s design cost proposal is not acceptable to WASD but the parties conduct a second meeting and reach an agreement as to the design DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 (5) cost proposal, WASD will provide written confirmation of its agreement with the revised design cost proposal and a reconfirmation of its desire to proceed with a JPA for the design work. If the parties cannot reach an agreement as to the CITY's design cost proposal, WASD will be responsible for the design work. As set forth in Section 3(d) below, the CITY and COUNTY may enter into a construction JPA where WASD will provide the design work to the CITY for inclusion in the CITY' s construction contract documents. (6) If the CITY and WASD agree that the CITY will perform the design work based on the design cost proposal or revised design cost proposal, as applicable, the CITY will prepare, execute and forward two originals of the JPA for the Utility Work to WASD for approval. The COUNTY will execute both original JPAs and return a copy to the CITY within ten (10) business days of its receipt of the CITY' s executed JPA. (7) Once the JPA is executed by WASD, the CITY will submit an invoice to WASD for the design work for a lump sum amount. WASD will pay the invoice within forty-five (45) days of receipt of the invoice. WASD shall have the right to review and audit the CITY' s records regarding use of the lump sum payment. (8) The CITY shall submit the Utility design materials to WASD for review and approval when the design of the Utility Work is thirty percent (30%) complete, again when the design is sixty percent (60%) complete, and again when the design is ninety percent (90%) complete. In the event WASD finds deficiencies in the design materials, it will notify the CITY of such deficiencies in writing within ten (10) business days after each submittal. The CITY's Procurement and Risk Management Directors shall have the right to review WASD's comments to ensure that they comply with the CITY's Code. Within thirty (30) days of the CITY's receipt of WASD's notification of deficiencies, the CITY will correct the deficiencies and return the corrected documents for WASD's review and approval. (9) When the design is one -hundred percent (100%) complete, the CITY shall provide WASD with a final set of coordinated design documents (the "Plans Package"). The Plans Package shall, at a minimum, include: final accepted engineering design drawings; "dry -run" permit approvals; technical specifications and special provisions; an estimated opinion and probable construction cost, including contingency and allowance account funds for the construction of the Utility Work; and the minimum contractor qualifications. The Plans Package will also identify any and all activities and work necessary for the Utility Work, including but not DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 limited to, clearing and grubbing; survey work; and a traffic control plan. WASD shall review and provide final acceptance in writing to the CITY of the Plans Package within ten (10) business days. (10) If the CITY requests information from WASD's files, WASD shall furnish such information to the CITY within ten (10) business days from the CITY' s request. The CITY, however, shall remain solely responsible for the proper preparation of the design materials in accordance with. WASD Design and Construction Standards. d. WASD to Design Utility Work (1). After the Mandatory Utility. Meeting, if the CITY and WASD agree that WASD will perform the design work, then WASD and the CITY will develop a mutually agreeable timeline and coordinate their utility and roadway design efforts. (2) WASD shall submit the Utility design materials to the CITY for review and approval when the design is thirty percent (30%) complete, again when the design is sixty percent (60%) complete, and again when the design is ninety percent (90%) complete. In the event the CITY finds deficiencies in the design materials, it will notify WASD of such deficiencies in writing within ten (10) business days after each submittal. Within thirty (30) days of WASD's receipt of the CITY's notification of deficiencies, WASD will correct the deficiencies and return the corrected documents. (3) Ultimately, WASD will submit to the CITY a Plans Package, which shall, at a minimum, include: final accepted engineering design drawings; "dry - run" permit approvals; technical specifications and special provisions; an estimated opinion and probable construction cost, including contingency and allowance account funds for the construction of the Utility Work; and the minimum contractor qualifications. The Plans Package will also identify any and all activities and work necessary for the Utility Work, including but not limited to, clearing and grubbing; survey work; and a traffic control plan. The CITY shall review and provide final acceptance in writing to WASD of the Plans Package within ten (10) business days. (4) If WASD requests information from the CITY's files, the CITY shall furnish such information to WASD within ten (10) business days from WASD's request; however, if WASD is to perform the utility design work, it shall, at all times, remain solely responsible for the proper preparation of the design materials. DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 e. Construction of Utility Work (1) Upon completion of the design work by either the CITY or WASD, and approval of the design work by the party who did not perform the design work, the CITY will incorporate its design plans or WASD's Plans Package into a request for solicitation. WASD will receive a copy of the request for solicitation fifteen (15) business days before it is advertised and will provide its comments regarding such request for solicitation within ten (10) business days. WASD shall provide any and all procurement language required by the County that may need to be included in the CITY's solicitation. This should include any COUNTY code requirements or COUNTY procurement requirements that m.ay be necessary. Language should be included in the CITY's solicitation that notifies the bids that the Utility Work is being funded by a JPA with WASD and that funding for the Utility Work will be released after satisfactory inspection by WASD. The solicitation shall include a separate bid item for the Utility Work. The CITY shall procure a contract for construction of the Project, including the Utility Work, in accordance with the CITY' s legal and statutory requirements. (2) Regardless of whether the CITY or the COUNTY will be performing the construction aspect of the Utility Work, the CITY and the COUNTY agree that the Facilities shall, at all times, remain the property of the COUNTY. (3) CITY to Construct Utility Work (i) Before the CITY selects a contractor from the bids received in response to the request for solicitation, WASD shall have an opportunity to review the Utility Work portion of the bids for balance and shall have the right to recommend and/or provide comments/evaluation to the CITY as to which contractor should receive the award. (ii) If the portion of the bid of the contractor selected by the CITY for performance of the Utility Work is within ten (10) percent of the cost estimate provided in the Plans Package and agreed to by the CITY and WASD in advance of the publication of the request for solicitation, the CITY will prepare, execute and forward to WASD two (2) originals of the JPA for the construction aspect of the Utility Work. WASD will execute the JPA and return a copy to the CITY within ten (10) business days of its receipt of the CITY's executed JPA. If the bid of the contractor selected by the CITY for the performance of the Utility Work is more than ten (10) percent of the cost estimate provided in the Plans Package and agreed to by the CITY and WASD in advance of the publication of the request DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 for solicitation, WASD shall have the right to reject the bid for the Utility Work and take over construction of the Utility Work itself. (iii) Immediately upon award of the contract for the construction aspect of the Project, WASD will receive notice of the award from the CITY and will provide the funds to the CITY in accordance with the terms of the executed construction JPA. (iv) The CITY' s contractor shall begin construction on the Project, including the Utility Work, once a Notice to Proceed has been issued by the CITY. (v) The CITY shall obtain all necessary permits and utility adjustments and will coordinate the review of construction documents by the utilities and permitting agencies. The CITY shall obtain all necessary permits for the Project, including the Utility Work, in accordance with applicable state, federal and local laws and ordinances. WASD will use good faith efforts to assist the CITY in expeditiously obtaining all permits from COUNTY departments. (vi) WASD shall fully cooperate with the CITY's contractor in all matters relating to the performance of the Utility Work. (vii) WASD shall perform all construction inspections, testing and monitoring of the Utility Work to insure that it is properly performed in accordance with the Plans Package or the CITY's designs. When the Utility design work was completed by the CITY, the CITY shall be responsible for reviewing contractor - furnished engineering submittals and will provide its written acceptance of the submittals to WASD for its review and approval. When the Utility design work was completed by WASD, WASD shall be responsible for reviewing contractor -furnished engineering submittals and will provide its written acceptance of the submittals to the CITY for its review and approval. Except for the inspection, testing, monitoring and reporting to be performed by WASD, the CITY will perform all contract administration for its contract. (viii) The CITY's engineer has full authority to supervise the Project. The CITY's engineer shall confer with WASD when any adjustments and/or changes to the Plans Package or the CITY's designs affect the Utility Work portion of the Project. If WASD does not agree with the adjustments/changes proposed by the CITY's engineer, WASD will provide the CITY with an explanation from its engineer based on the WASD Standard Utility DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 Specifications, which Specifications will ultimately control in the event of any disagreements related to adjustments or changes to the Plans Package and are available on the WASD website or by request. (ix) Change Orders related to Utility Work are subject to review and approval of WASD prior to any compensation to the Contractor. (x) The CITY' s Contractor will be required to provide a payment and performance bond in accordance with Florida Statute Section 255.05 that includes the COUNTY as an additional named party on the bond. The CITY's Contractor will also be required to provide a one-year maintenance bond (one-year from the date of completion and final inspection of the work), which bond shall name and benefit the COUNTY directly. (4) WASD to Construct Utility Work (i) If the portion of the bid of the contractor selected by the CITY for performance of the Utility Work exceeds the cost estimate agreed to by the CITY and WASD by more than ten (10) percent, WASD may decline to enter into a JPA with the CITY for the construction aspect of the Utility Work. WASD will notify the CITY that it will not enter into a JPA for the construction work in writing within fourteen (14) days of its receipt of the bid/contractor materials. (ii) If WASD elects to perform the construction of the Utility Work, WASD shall proceed with the construction, as set forth in the Plans Package or the CITY's designs, within fourteen (14) days of its notification to the CITY in writing of its choice to forgo the JPA for construction of the Utility Work and its intent to proceed with the work itself. (iii) If WASD is to perform the construction, WASD shall be responsible for obtaining all necessary permits and will coordinate the review of construction documents by the utilities and permitting agencies. The CITY will use good faith efforts to assist WASD in expeditiously obtaining all permits from CITY departments. f. Cost of Utility Work (1) The Utility Work will be performed at the sole cost and expense of WASD, unless WASD is entitled to reimbursement or funding for the DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 Utility Work from another source, including but not limited to the following circumstances (collectively, "Reimbursable Work") • when the Project is federal aid eligible, meaning 50% or more of the Utility Work is for existing facilities; • when a written agreement incidental to a right-of-way acquisition process requires the CITY to compensate WASD for the costs of any subsequent relocation of the Facilities; or • when WASD holds a compensable land interest under Florida condemnation law in the existing location of the Facilities at the time of the Project. (2) Failure of WASD to provide documentation for the basis to obtain reimbursement under one of the bulleted scenarios in provision 3(f)(1) above before it makes payment to the CITY shall result in the Utility Work being deemed non -reimbursable. (3) WASD shall be responsible for all reasonable and necessary costs of the portion of Utility Work that is WASD's responsibility and all costs associated with any adjustments or changes to the Utility Work that conform to the WASD Standard Utility Specifications and are determined by the CITY's engineer to be necessary, including but not limited to, the cost of changing the Plans Package or the CITY's designs and the increase in the cost of performing the Utility Work, unless such adjustments and changes are necessitated by an error or omission of the CITY; however, WASD shall not be responsible for any costs that exceed ten (10) percent above the probable construction cost, unless such additional costs are a direct result of a change to WASD's Standard Utility Specifications, or change in scope of work initiated by WASD, after the design was completed or construction has begun. The City shall not bear the burden of costs related to unforeseen construction conditions that may arise. After the Contingency/Allowance Fund (which may be used in accordance with the provisions of Paragraph 3(f)(5) below) has been depleted, no additional funds will be available from WASD or the COUNTY for completion of the Project and the costs for completion of the Utility Work will become the sole responsibility of the CITY and/or its contractor. Additionally, WASD shall not be responsible for the cost of delays caused by such adjustments or changes unless such changes or adjustments are as a result of errors or omissions made by WASD. (4) The JPA for the CITY's construction of the Utility Work shall specify the manner and, where applicable, the percentage of payment from the COUNTY. The JPA for the CITY's construction of the Utility Work shall also specify the amounts set aside for Allowance and Contingency accounts. 10 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 (5) Upon final payment by the CITY to its contractor, the CITY will have its final and complete accounting of all costs incurred in connection with the work performed on the Project, including the Utility Work completed. The CITY shall provide the COUNTY with Final Releases from the Contractor. All project cost records and accounts shall be available to WASD for a period of three (3) years after the final close of the Project for purposes of review and audit. (6) Within thirty (30) days after the final close-out of the Project, the CITY will notify WASD of the final cost of the Utility Work. In the event the final cost of the Utility Work is less than the total of deposits by WASD in connection with the Project, a refund of the excess will be made by the CITY to WASD within sixty (60) days of the final close-out. 4. Claims Against the Parties Related to Utility Work a. In the event the CITY's contractor submits a notice of intent to make a claim against the CITY related to the Utility Work being constructed by WASD, the CITY will notify WASD of the notice of intent to make a claim, and WASD will cooperate with the CITY in analyzing and resolving the claim. In addition, upon notification of the contractor's notice of intent, WASD will keep and maintain daily field reports and records related to the intended claim. b. In the event the CITY's contractor submits a notice of intent to make a claim against the CITY related to the Utility Work being constructed by the CITY, the CITY will notify WASD of the notice of intent to make a claim, and WASD will cooperate with the CITY in analyzing and resolving the claim. In addition, upon notification of the contractor's notice of intent, the CITY will keep and maintain daily field reports and records related to the intended claim. c. After the CITY and WASD have analyzed all contractor claims, each party will be responsible for paying its respective liability for its portion of any claim as determined by the analysis by the CITY and WASD. However, each party reserves all rights and defenses to any such claims. 5. Compliance with the Law The CITY and the COUNTY shall each 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, including the Utility Work. Neither the CITY nor the COUNTY shall unlawfully discriminate in the performance of their respective duties under this Agreement. 11 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 Moreover, whenever COUNTY funds are used, the CITY agrees to comply with applicable COUNTY procurement requirements and regulations, 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). The CITY also agrees to comply with the COUNTY's Ordinance 2-1076 regarding the Inspector General. Specifically, the CITY agrees to abide by the applicable contract measure recommendation(s) established by the Department of Business Development Project Worksheet for the participation of specified business entities and/or trades, and for CWP requirements, as administered by the COUNTY's Department of Small Business Development (SBD). SBD shall have the right to oversee and perform compliance monitoring, including but not limited to, the right to audit and require reports and documentation related to the Miami -Dade County Code. 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 restrains; military action; civil disturbances; explosions; and conditions in federal, state, county and local permits. 7. Dispute Resolution 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 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. 8. Default If either the CITY or the COUNTY fails to perform its obligations under this Agreement or any project -specific JPA between the CITY and COUNTY, the non -defaulting party shall be entitled to reimbursement in full of all documented costs it has expended in connection with the Utility Work. Moreover, in accordance with the provisions of 12 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 Paragraph 7 above, the non -defaulting party may, but is not required to, seek specific performance against the defaulting party. Further, any payments that have been made as of the date of default by the non -defaulting party, including all Contingency/Allowance Funds, deposits, etc., shall be refunded in full. 9. Entire Agreement, Amendments, Joint Preparation, Severability a. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements and understandings applicable to the matters contained herein, with the exception of the individual JPAs to be entered into on a Project by Project basis. b. No modifications, amendments or alterations in the terms herein shall be effective unless made in writing, approved and signed by all parties hereto. c. Additionally, the CITY and the COUNTY acknowledge that this Agreement was prepared jointly, and each party had an opportunity to seek and receive whatever advice and counsel was necessary for them to form a full and complete understanding of all rights and obligations herein. The language agreed to expresses their mutual intent, and, as a matter of judicial construction, the resulting document shall not_ be construed more severely against one of the parties. d. 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 the COUNTY elect to terminate this Agreement. An election to terminate this Agreement based upon this provision shall be made within ten (10) business days after the finding by the court becomes fmal. 10. Notice a. 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 business days from the proper 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/WASD: Miami -Dade Water & Sewer Department Attn: Director 3071 S.W. 38th Avenue, 5th Floor Miami, FL 33146 13 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 With a copy to: Miami -Dade County Attn: County Attorney 111 N.W. 1st Street, Suite 2810 Miami, FL 33128 (2) If to the CITY: City of Miami Attn: City Manager 3500 Pan American Drive Miami, FL 33133 With copies to: City of Miami Attn: City Attorney 444 S.W. 2nd Avenue, Suite 945 Miami, FL 33130 City of Miami Attn: Director of Public Works 444 S.W. 2nd Avenue, Suite 325 Miami, FL 33130 11. Term This Agreement shall be and remain in full force and effect for a period of ten (10) years from the effective date of this Agreement, provided, however, that this Agreement may be terminated at any time. If either party wishes to terminate this Agreement, that party must provide thirty (30) days notice to the other party. If one of the parties seeks to terminate this Agreement, all projects that have been proceeding pursuant to the terms of this Agreement will survive and be completed in accordance with the Agreement's terms. 12. Miscellaneous The CITY and the COUNTY agree that time is of the essence in the performance of all obligations under this Agreement. [SIGNATURES APPEAR ON NEXT PAGE] DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-4483263301D1 WR.80-' .p.10.3Krfirst 4-bovqmittolly "ar CLEVIC-.01ff TEM.BOARD Depity Cie* tjby toSkat, 101,8;10Dimey At.94t4 eau* Alf atir OF-MIAlvit munipipl G9D934149.:kettiv-$ So 0 Rific14., 11094.1):4010 0.ftelm ati:d offigigl tb day Utigila) )3 COMM FLORIDA, : OF -OMM -1S,$1.0 Avvitovgo :TO .. WitalvWrs ircIf• rewnt DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 EXHIBIT A CITY OF MIAMI & MIAMI-DADE COUNTY JOINT PARTICIPATION AGREEMENT City of Miami Project No. Miami -Dade Water & Sewer Department Project No. Location: Date of Work: THIS AGREEMENT, entered into this day of , year of by and between the City of Miami (the "CITY") and Miami -Dade County (the "COUNTY"), WITNESSETH: WHEREAS, on or about , the CITY and the COUNTY entered into an Interlocal Master Agreement, which was approved through CITY Resolution and COUNTY Resolution ; and WHEREAS, the Interlocal Master Agreement provides the overall governing terms of the relationship and protocol for the CITY and the COUNTY to follow when they wish to enter into a Joint Participation Agreement ("JPA") in those instances where the CITY intends to engage in a project that involves constructing, reconstructing or otherwise changing or improving a public road (the "Project") and the COUNTY has utility facilities that must be protected, relocated, installed, adjusted or removed within the public road or area that the CITY intends to improve through the Project, NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, and consistent with the terms of the Interlocal Master Agreement, the CITY and COUNTY hereby agree as follows: 1. The CITY shall perform the: Design Construction of the Utility Work to be done by the CITY in connection with its Project located at (approximate address) to be performed in or around (month) , (year) . DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 2. As indicated in Paragraph 1 above, the CITY is to perform the design work for the Utility Work. Accordingly, consistent with Paragraph (3)(c)(7) of the Interlocal Master Agreement, the COUNTY shall pay the CITY a lump sum for the design work within sixty (60) days of the COUNTY's receipt of an invoice from the CITY for the design costs as agreed to based on the design cost proposal provided to the COUNTY by the CITY within two (2) weeks of the Mandatory Utility Meeting. 3. As indicated in Paragraph 1 above, the CITY is to perform the construction of the Utility Work. Based on the cost estimate agreed to by the CITY and the COUNTY in advance of selection of the Contractor, the COUNTY agrees to pay: (a) _ % of the estimated total cost of the construction portion of the Utility Work for an Allowance account to include the mobilization of equipment for Utility Work, additional maintenance of traffic costs for the Utility Work, (b) % of the estimated total cost of the construction portion of the Utility Work for a Contingency Fund, which fund shall be dedicated to cover changes to the Utility Work during construction, and (c) a prorated share of the administrative costs for the Utility Work, which amount shall be 1% of the total estimated cost of the Utility Work. 4. As indicated in Paragraph 1 above, the CITY is to perform the construction of the Utility Work. Accordingly, consistent with Paragraph (3)(f)(4) of the Interlocal Master Agreement, the COUNTY agrees that payments shall be made to the CITY for the construction work in the following manner or at the following times: Lump Sum Percentage at completion of phases of construction based. on submission of invoice from the CITY and review by COUNTY, which payments shall be made by the COUNTY within sixty (60) days of receipt of CITY invoice Initial Payment of % at start of Project First payment at % of completion Second payment at % of completion Third payment at % of completion Final payment at % of completion 5. As indicated in Paragraph 1 above, the CITY is to perform the construction of the Utility Work and the COUNTY is to pay the CITY for that work in the manner indicated in Paragraph 3; however, for the Utility Work related to this Project, the DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 COUNTY is entitled to reimbursement from . The documentation related to the COUNTY's basis for the reimbursement is attached hereto as Exhibit 1. 6. As indicated above, the CITY is to perform the construction of the Utility Work; however, the COUNTY will need to complete connection of the Utility Work to the COUNTY's existing system. MIAMI-DADE COUNTY, FLORIDA, BY ITS BOARD OF COUNTY COMMISSIONERS Approved by County Attorney as to form and legal sufficiency County Mayor or Mayor's Designee County Attorney CITY OF MIAMI, a municipal APPROVED AS TO FORM AND corporation of the State of Florida. CORRECTNESS: City Manager City Attorney DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 EXHIBIT B SAMPLE LETTER OF INTENT TO PROCEED WITH PROJECT Date VIA HAND -DELIVERY Miami -Dade Water & Sewer Department Attn: Director 3071 S.W. 38th Avenue, 5th Floor Miami, FL 33146 Re: City of Miami's Intent to Proceed with City Project at Location Identified Below Dear Director: On (date) , a Mandatory Utility Meeting was conducted between the designees from the City of Miami (the "City") and the Miami -Dade Water & Sewer Department (the "Department") in order to discuss the possibility of entering into a design, construction or design/construction Joint Participation Agreement for work to be done at (approximate address) on or around (date) (the "Project'). At the conclusion of the meeting, the Department opted to perform its own design work for the Utility Work needed at the Project. In light of the expense the Department will incur in performing such design work, the City hereby acknowledges to the Department, pursuant to the authority granted to it through City of Miami Resolution , that it intends to proceed with the Project in accordance with (1) the schedule set forth in the list of Projects provided to the Department every November as well as (2) the discussion held at the Mandatory Utility Meeting. In the event the City fails to go forward with the Project for any reason after the date of this letter, the City agrees that it will reimburse the Department for fifty percent (50%) of the costs incurred by the Department for the design of the Utility Work through and including the date that the City provides written notice to the Department of its termination or rescheduling by more than one (1) year of the Project. Sincerely, Name City of Miami Title DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D1 City of Miami Office of the City Attorney Legal Services Request To: Office of the City Attorney Date: 01/18/22 From: Charles McKinnons/Kelvin Kercado Contact Person Office of Capital Improvements Requesting Client Program External Coordinator/Program Manager Contact: Title Via Email Legal Service Requested: REQUESTING THE CITY ATTORNEY REVIEW AS TO FORM AND CORRECTNESS THE ATTACHED JOINT PARTICIPATION AGREEMENT BETWEEN THE CITY OF MIAMI AND MIAMI-DADE COUNTY FOR THE CITY OF MIAMI TO CONSTRUCT UTILITY WORK AS PART OF OFFICE OF CAPITAL IMPROVEMENTS PROJECT NUMBER 40-B50421 AND MIAMI DADE WATER & SEWER DEPARTMENT PROJECT NUMBER PRECINCT 15017 LOCATED AT SW 25th STREET FROM SW 32ND AVENUE TO SW 27TH AVENUE. For Legal Services requesting an opinion from the Office of the City Attorney: ❑ Issue opinion in writing. ❑ Publish opinion after issuance. Authorized by: /ems /emu- -a //2O/2.2- Date response requested by: Immediately BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY Assigned Attorney: Date: File No. Approved by: Ultimate Client: Comments: D / R Date: Type: Matrix: Category: Copy returned to Requesting Client Copy to Ultimate Client rev. 04/14/2017 DocuSign Envelope ID: 90C0887C-8FEA-4879-B5D9-44832B3301 D 1 City of Miami Office of the City Attorney Legal Services Request Supplemental Page Copy returned to Requesting Client Copy to Ultimate Client rev. 04/14/2017