HomeMy WebLinkAbout24269AGREEMENT INFORMATION
AGREEMENT NUMBER
24269
NAME/TYPE OF AGREEMENT
MIAMI DOWNTOWN DEVELOPMENT AUTHORITY
DESCRIPTION
FUNDING AGREEMENT/DOWNTOWN MIAMI FLAGLER
BEAUTIFICATION PROJECT 40B-30606/FILE ID: 9005/R-21-
0207
EFFECTIVE DATE
November 29, 2022
ATTESTED BY
TODD B. HANNON
ATTESTED DATE
12/15/2022
DATE RECEIVED FROM ISSUING
DEPT.
2/14/2023
NOTE
DOCUSIGN AGREEMENT BY EMAIL
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
DOCUMENT ROUTING FORM
a�-
�0R'O
ORIGINATING DEPARTMENT: Office of Capital Improvements
DEPT. CONTACT PERSON:
File No: OM 21123
EXT:
Charles McKinnon/Hector Badia 1289/1236
NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Miami Downtown Development Authority (DDA)
IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ® NO
TOTAL CONTRACT INVOLVED AMOUNT: $ 1Million FUNDING INVOLVED $ ® YES ❑ NO
TYPE OF AGREEMENT:
❑ MANAGEMENT AGREEMENT
❑ PROFESSIONAL SERVICES AGREEMENT
❑ GRANT AGREEMENT
❑ EXPERT CONSULTANT AGREEMENT
❑ LICENSE AGREEMENT
OTHER: (PLEASE SPECIFY)
PURPOSE OF ITEM (BRIEF
SUMMARY)
❑ PUBLIC WORKS AGREEMENT
❑ MAINTENANCE AGREEMENT
❑ INTER -LOCAL AGREEMENT
❑ LEASE AGREEMENT
❑ PURCHASE OR SALE AGREEMENT
To execute grant agreement signed by the DDA in the amount of $1 Million to the
City for project 40-B30606 Flagler Street Beautification
COMMISSION APPROVAL
DATE:
05/27/21 FILE ID: 9005 ENACTMENT NO.: R-21-0207
IF THIS DOES NOT REQUIRE COMMISSION APPROVAL,
PLEASE EXPLAIN:
ROUTING INFORMATION
Date
PLEASE PRINT AND SIGN
APPROVAL BY DEPARTMENTAL INTERIM DIRECTOR
December 6,
PRINT: Hector
2022 I 11:0a.
SIGNATURE
Badia
s:'ongipned by:
I
SUBMITTED TO RISK MANAGEMENT
December 6,
PRINT: ANN-MA
2022 I 10: 4
SIGNATURE:
ITMRPE
+�:4°Pctgled by:
Frakk abillit/3
SUBMITTED TO CITY ATTORNEY
CDs
December 13,
December 6,
2022 I 14:46SCjN
PRINT: VICTOO
2022 I 16: 5i?'.�°.➢o��d
STURE:
?/Le„..„et:)-ur
�F_4EF90aF6.6E045.7
iZ
by:
tt7�J
APPROVAL BY DEPUTY CITY MANAGER
December 15,
PRINT: NZERIBE
Ph.D.
2022 108:
SIGNATURE:
IHEKWABA, P.E.,
4:guby:
Ppetlkt, ll walla
45F9436AFE40458
RECEIVED BY CITY MANAGER
December 15,
PRINT: ART
2022 I 09
SIGNATURE
NORIEGA, V
b sikii by:
Ark iJorieSa
December 15
PRINT: Ha n r9-porad2DD42A..
SIGNATURE:
,—°ocuSigned by:
1)
ONE ORIGINAL TO CITY CLERK,
2)
ONE COPY TO CITY ATTORNEY'S OFFICE,
, PlA:I 10:07:55
SIGNATURE:
PRINT:
SIGNATURE:
E.. e C
'— E46D7560DCF1459...
3) REMAINING ORIGINAL(S) TO ORIGINATING
DEPARTMENT
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E ORM TO ALL DOCUMENTS THAT REQUIRE
EXECUTION BY THE CITY MANAGER
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
MIAMI DDA
FUNDING AGREEMENT — DOWNTOWN MIAMI FLAGLER STREET BEAUTIFICATION
OCI PROJECT NO. 40-B30606
CITY OF MIAMI
AND
MIAMI DOWNTOWN DEVELOPMENT AUTHORITY
FUNDING AGREEMENT
This FUNDING AGREEMENT ("Agreement") is entered into this 29 day of
November , 2022 ("Execution Date"), effective as of November 12, 2021 ("Effective Date"),
by and between the CITY OF MIAMI, a municipal corporation of the State of Florida, located at
444 SW 2nd Avenue, Miami, FL 33130 ("CITY"), and the MIAMI DOWNTOWN
DEVELOPMENT AUTHORITY, an independent agency and instrumentality of the City of
Miami, Florida, located at 200 S. Biscayne Blvd #2929, Miami, FL 33131 ("Miami DDA"). The
CITY and the DDA may each be referred to as a "Party" and may collectively be referred to as
the "Parties."
WHEREAS, the CITY's Office of Capital Improvements ("OCI") is managing the design
and construction of the Downtown Miami Flagler Street Beautification Project, OCI Project No.
40-B30606, located along Flagler Street from West 1st Avenue to Biscayne Boulevard, Miami,
Florida ("Project"); and
WHEREAS, the CITY duly adopted Resolution No. R-21-0207 on May 27, 2021, wherein
the CITY accepting, allocating, and appropriating a contribution of funds in an amount not to
exceed One Million Dollars ($1,000,000.00) for the Project, attached and incorporated as
Composite Exhibit "A;" and
WHEREAS, the Miami DDA duly adopted Resolution No. 052/2021 on November 12,
2021, wherein the Miami DDA allocated the not to exceed amount of One Million Dollars
($1,000,000.00) for the additional costs related to the redesign of the of the Project, attached and
incorporated herein as Composite Exhibit "A;" and
WHEREAS, the CITY and Miami DDA wish to enter this Agreement for the purpose of
outlining the terms and conditions of the Miami DDA's allocation of One Million Dollars
($1,000,000.00) for the costs associated with the proposed redesign of the Project ("Funds");
NOW, THEREFORE, in consideration of the mutual covenants and promises herein
contained, the Parties agree as follows:
Page 1
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
MIAMI DDA
FUNDING AGREEMENT— DOWNTOWN MIAMI FLAGLER STREET BEAUTIFICATION
OCI PROJECT NO. 40-B30606
TERMS
1. RECITALS: The recitals are true and correct and are hereby incorporated into and made
a part of this Agreement.
2. TERM: The term of this Agreement shall commence on the Effective Date and shall
terminate upon completion of the Project.
3. FUNDS: Subject to the terms and conditions set forth herein and the Parties compliance with
all of its obligations hereunder, the Miami DDA hereby agrees to make available to the CITY
the Funds to be used for the redesign of the Project (as defined in Exhibit "B", attached and
incorporated herein), and as disbursed in the manner hereinafter provided.
4. DISBURSEMENT OF FUNDS: The Miami DDA shall provide the Funds to the
CITY in the not to exceed amount of One Million Dollars ($1,000,000.00) which shall be
disbursed to the City in one lump sum.
5. RECORDS. INSPECTIONS. REPORTS/AUDITS AND EVALUATION: The Miami
DDA shall have the right to conduct audits, once every calendar year, of the CITY's records
pertaining to the Funds and to visit the Project, in order to conduct its monitoring and
evaluation activities. The CITY agrees to cooperate with Miami DDA in the performance of
these activities. Such audits shall take place at a mutually agreeable date and time and upon
the CITY's receipt of ten (10) business days written notice.
At the Miami DDA's written request, and no later than thirty (30) calendar days thereafter,
the City agrees to deliver a written report relating to the use of the Funds. The Miami DDA
shall not submit more than three (3) written requests in a calendar year.
6. COMPLIANCE WITH FEDERAL. STATE AND LOCAL LAWS: The Parties
agree to comply with and observe all applicable federal, state, and local codes, laws, rules and
regulations, as they may be amended from time to time.
7. INDEMNIFICATION: The CITY shall indemnify, defend, save, and hold harmless the
Miami DDA and its officers, employees, agents and instrumentalities from any and all liability,
losses or damages, including attorney's fees and costs of defense, which the Miami DDA or
its officers, employees, agents or instrumentalities may incur as a result of claims, demands,
suits, causes of actions or proceedings of any kind or nature arising out of, relating to, or
resulting from the negligent or wrongful act or omission of the CITY and/or its officers,
Page 2
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
MIAMI DDA
FUNDING AGREEMENT —DOWNTOWN MIAMI FLAGLER STREET BEAUTIFICATION
OCI PROJECT No. 40-B30606
employees, agents, servants, partners, principals, contractors and/or subcontractors, during the
term of this Agreement. The CITY shall pay all claims and losses in connection therewith and
shall investigate and defend all claims, suits or actions of any kind or nature in the name of the
Miami DDA, where applicable, including appellate proceedings, and shall pay all costs,
judgments, and attorney's fees which may issue thereon. The CITY expressly understands and
agrees that any insurance protection required by this Agreement or otherwise provided by the
CITY shall in no way limit the responsibility to indemnify, keep and save harmless and defend
the Miami DDA or its officers, employees, agents and instrumentalities as herein provided.
Nothing herein shall be deemed to indemnify the Miami DDA from any liability or claim
arising out of or relating to the negligent or wrongful act or omission of the Miami DDA, its
officers, employees, or agents. The provisions in this clause shall survive the termination or
expiration of this Agreement. This paragraph is subject to the limitations of Section 768.28,
Florida Statutes.
The Miami DDA shall indemnify, defend, save, and hold harmless the CITY and its
officers, agents, employees, and instrumentalities from any and all liability, losses or damages,
including attorney's fees and costs of defense, which the CITY and/or its officers, employees,
or agents, may incur as a result of claims, demands, suits, causes of actions, or proceedings of
any kind or nature arising out of, relating to, or resulting from the negligent or wrongful act or
omission of the Miami DDA and/or its officers, employees, agents, servants, partners,
principals, contractors and/or subcontractors, during the term of this Agreement. The Miami
DDA shall pay all claims and losses in connection therewith, and shall investigate and defend
all claims, suits, or actions of any kind or nature in the name of the CITY, where applicable,
including appellate proceedings, and shall pay all costs, judgments, and reasonable attorneys'
fees which may issue thereon. The Miami DDA expressly understands and agrees that any
insurance protection required by this Agreement or otherwise provided by the Miami DDA
shall in no way limit the responsibility to indemnify, keep and save harmless, and defend the
CITY or its officers, employees, or agents, as herein provided. Nothing herein shall be deemed
to indemnify the CITY from any liability or claim arising out of the negligent or wrongful act
or omission of the CITY, its officers, employees, or agents. The provisions in this clause shall
Page 3
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
MIAMI DDA
FUNDING AGREEMENT — DOWNTOWN MIAMI FLAGLER STREET BEAUTIFICATION
OCI PROJECT No. 40-B30606
survive the termination or expiration of this Agreement. This paragraph is subject to the
limitations of Section 768.28, Florida Statutes.
8. REVERSION OF ASSETS: Upon the expiration, termination, or cancellation of this
Agreement, any unspent Funds shall immediately revert to the possession and ownership of
the Miami DDA and the CITY shall transfer to the Miami DDA all unused Funds at the time
of such expiration, termination, or cancellation. However, the CITY shall be able to use any
funds already disbursed to it, or be reimbursed for any costs incurred by the CITY prior to the
expiration, termination, or cancellation of this Agreement.
9. DEFAULT: If either Party fails to comply with any term or condition of this Agreement,
or fails to perform any of its obligations hereunder, then said Party shall be in default. Upon
the occurrence of a default hereunder the non -defaulting Party, in addition to all remedies
available to it in law or equity, may immediately, upon written notice to the defaulting Party,
terminate this Agreement. The Parties understand and agree that termination of this Agreement
under this section shall not release either Party from any obligation accruing prior to the
effective date of termination.
10. TERMINATION RIGHTS: Either Party shall have the right to terminate this Agreement,
in its sole discretion, at any time, by giving written notice to the other Party at least thirty (30)
business days prior to the effective date of such termination. In no event shall the Miami DDA
be liable to the CITY for any additional compensation, other than that provided herein, or for
any consequential or incidental damages.
11. MARKETING: The Miami DDA shall consult with the City Manager, or his or her designee,
regarding all uses and displays of the recognition of the CITY. The CITY shall have the right
to approve the form and placement of all acknowledgements, which approval shall not be
unreasonably withheld.
The CITY shall consult with the Executive Director, or his or her designee, regarding all
uses and displays of the recognition of the Miami DDA. The Miami DDA shall have the right
to approve the form and placement of all acknowledgements, which approval shall not be
unreasonably withheld.
12. NONDISCRIMINATION: The Parties represent and warrant that each does not and will
not engage in discriminatory practices and that there shall be no discrimination in connection
Page 4
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
MIAMI DDA
FUNDING AGREEMENT — DOWNTOWN MIAMI FLAGLER STREET BEAUTIFICATION
OCI PROJECT No. 40-B30606
with either Party's performance under this Agreement on account of race, color, sex, religion,
age, handicap, marital status or national origin.
13. ASSIGNMENT: This Agreement shall not be assigned by either Party, in whole or in part,
without the prior written consent of the non -assigning Party, which may be withheld or
conditioned, in the non -assigning Party's sole discretion.
14. NOTICES: All notices or other communications required under this Agreement shall
be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return
receipt requested, addressed to the other party at the address indicated herein or to such other
address as a party may designate by notice given as herein provided. Notice shall be deemed
given on the day on which personally delivered; or, if by mail, on the fifth (5th) day after being
posted or the date of actual receipt, whichever is earlier.
Miami DDA
Miami Downtown Development Authority
200 S. Biscayne Blvd #2929
Miami, FL 33131
Attn: Cristina Crespi, Executive Director
CITY
City of Miami
444 SW 2nd Avenue, 10th Floor
Miami, FL 33130
Attn: Arthur Noriega V, City Manager
With copies to:
Office of the City Attorney
444 SW 2nd Avenue, Suite 945
Miami, FL 33130
Attn: Victoria Mendez, City Attorney
15. PUBLIC RECORDS: The parties acknowledge that the public shall have access, at all
reasonable times, to this Agreement and any related documents subject to the provisions of
Chapter 119, Florida Statutes, and the Parties agree to allow access by each other and by the
public to all documents subject to disclosure under applicable law.
16. GOVERNING LAW. VENUE, AND FEES: This Agreement shall be construed and
enforced according to the laws of the State of Florida. Venue in all proceedings shall be in
Miami -Dade County, Florida and the Parties explicitly agree to the use of this venue. The term
"proceedings" shall include, but not be limited to, all meetings to resolve the dispute, including
voluntary arbitration, mediation, or other alternative dispute resolution mechanism. The parties
Page 5
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
MIAMI DDA
FUNDING AGREEMENT —DOWNTOWN MIAMI FLAGLER STREET BEAUTIFICATION
OCI PROJECT No. 40-B30606
both waive any defense that venue in Miami -Dade County is not convenient. In any civil action
or other proceedings between the parties arising out of the Agreement, each party shall bear its
own attorney's fees.
17. WAIVER OF JURY TRIAL: Neither Party, nor any assignee, successor, heir or personal
representative of either, nor any other person or entity, shall seek a jury trial in any lawsuit,
proceeding, counterclaim or any other litigation procedure based upon or arising out of the
Agreement and/or any modifications, or the dealings or the relationship between or among such
persons or entities, or any of them. Neither Party, nor any other person or entity, will seek to
consolidate any such action in which a jury trial has been waived with any other action. The
provisions of this paragraph have been fully discussed by the Parties hereto, and the provisions
hereof shall be subject to no exceptions. No party to this Agreement has in any manner agreed
with or represented to any other party that the provisions of this paragraph will not be fully
enforced in all instances.
18. MISCELLANEOUS PROVISIONS:
18.1 Title and paragraph headings are for convenient reference and are not a part
of this Agreement.
18.2 No waiver or breach of any provision of this Agreement shall constitute a
waiver of any subsequent breach of the same or any other provision hereof, and no
waiver shall be effective unless made in writing.
18.3 In the event of conflict between the terms of this Agreement and any terms
or conditions contained in any attached documents, the terms of this Agreement
shall control.
18.4 Should any provision, paragraph, sentence, word or phrase contained in this
Agreement be determined by a court of competent jurisdiction to be invalid, illegal
or otherwise unenforceable under the laws of the State of Florida or the City of
Miami, such provision, paragraph, sentence, word or phrase shall be deemed
modified to the extent necessary in order to conform with such laws, or if not
modifiable, then same shall be deemed severable, and in either event, the remaining
terms and provisions of this Agreement shall remain unmodified and in full force
and effect or limitation of its use.
Page 6
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
MIAMI DDA
FUNDING AGREEMENT —DOWNTOWN MIAMI FLAGLER STREET BEAUTIFICATION
OCI PROJECT NO. 40-B30606
19. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties
hereto, their heirs, executors, legal representatives, successors, or assigns.
20. NO THIRD -PARTY BENEFICIARY RIGHTS: No provision of this Agreement shall,
in any way, inure to the benefit of any third parties so as to constitute any such third party a
beneficiary of this Agreement, or of anyone or more of the terms hereof, or otherwise give rise
to any cause of action in any party not a party hereto.
21. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability
of funds and continued authorization for Project activities and the Agreement is subject to
amendment or termination due to lack of allocated and available funds, reduction or
discontinuance of funds or change in laws, codes, rules, policies or regulations, upon thirty
(30) business days' written notice.
22. FORCE MAJEURE EVENT: The failure of any Party to comply with its obligations
hereunder shall be excused to the extent such Party's performance has been rendered
impossible as a result of: an act of God, strike, labor dispute, war, fire, earthquake, epidemic,
pandemic, riots, act of public enemies, acts or threats of terrorism, action of federal, state or
local governmental authorities or for any other reason beyond the reasonable control of the
Party claiming protection by reason of such force majeure event ("Force Majeure Event"). The
Party claiming protection by reason of such Force Majeure Event shall give written notice to
the other party as soon as practicable but no later than five (5) business days after the date the
Force Majeure Event occurred.
23. AUTHORITY: Each person signing this Agreement represents and warrants that he or she
is duly authorized and has the legal capacity to execute and deliver this Agreement. Each Party
represents and warrants to the other that the execution and delivery of the Agreement and the
performance of such parry's obligations and the certifications hereunder have been duly
authorized and that the Agreement is valid and legal agreement binding on such party and
enforceable in accordance with its terms.
24. CONSTRUCTION: Should the provisions of this Agreement require judicial or arbitral
interpretation, it is agreed that the judicial or arbitral body interpreting or construing the same
shall not apply the assumption that the terms hereof shall be more strictly construed against
one party by reason of the rule of construction that an instrument is to be construed more
Page 7
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
MIAMI DDA
FUNDING AGREEMENT —DOWNTOWN MIAMI FLAGLER STREET BEAUTIFICATION
OCI PROJECT No. 40-B30606
strictly against the party which itself or through its agents prepared same, it being agreed that
the agents of both parties have equally participated in the preparation of this Agreement.
25. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and entire
agreement between the parties relating to the subject matter hereof and correctly sets forth the
rights, duties, and obligations of each to the other as of its date. Any prior agreements,
promises, negotiations, or representations not expressly set forth in this Agreement are of no
force or effect. No modification or amendment hereto shall be valid unless in writing and
executed by properly authorized representatives of the parties hereto.
26. COUNTERPARTS; ELECTRONIC SIGNATURES: This Agreement may be executed in
any number of counterparts, each of which shall be deemed an original, but all of which shall
constitute one and the same instrument. Facsimile, .pdf and other electronic signatures to this
Agreement shall have the same effect as original signatures.
[Remainder intentionally left blank; Signature page to follow]
Page 8
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
MIAMI DDA
FUNDING AGREEMENT —DOWNTOWN MIAMI FLAGLER STREET BEAUTIFICATION
OCI PROJECT No. 40-B30606
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed
by their respective officials thereunto duly authorized, this the day and year above written.
DocuSigned by:
ATTES :
"CITY"
CITY OF MIAMI, a municipal
corporation of the State of Florida
•ocu igne..y: p—DocuSigned by:
r� cemer 15 2022'pp;0,5 ESTSa December 15, 2022 1 09:15:45 EST
F4fi6.5&0ACF145Q `—fl50CF6C'�72RD4?o
Todd B. Hannon, City Clerk Art Noriega V, City Manager DS
rif
APPROVED AS TO FORM AND APPROVED AS TO INSURANCE
CORRECTNESS:
,—DocuSigned by:
ecem
`—F1 EF90AF6FE0457...
REQUIREMENTS:
—DocuSigned by:
December 15, 2022
6, 2022 I 16:57:43 ERMA aNktif5 ecember 6, 2022 I 10:44:42 EST
Victoria Mendez
City Attorney
ATTEST:
Elvira Manon
Executive Assistant
,—DS
'-27-395C6o16214E7...
Ann -Marie Sharpe, Director
Risk Management
December 13, 2022 1 14:46:57 EST
"Miami DDA"
MIAMI DOWNTWON DEVELOPMENT
AUTHORITY, an independent agency and
instrumentality of the City of Miami, Florida
Christina Crespi
Executive Director
Page 9
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
MIAMI DDA
FUNDING AGREEMENT —DOWNTOWN MIAMI FLAGLER STREET BEAUTIFICATION
OCI PROJECT No. 40-B30606
COMPOSITE EXHIBIT A
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
City of Miami
Resolution R-21-0207
Legislation
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 9005
Final Action Date: 5/27/2021
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING, ALLOCATING, AND APPROPRIATING A CONTRIBUTION OF
FUNDS IN AN AMOUNT NOT TO EXCEED ONE MILLION DOLLARS
($1,000,000.00) OVER A FOUR (4) YEAR PERIOD FROM THE DOWNTOWN
DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI, FLORIDA ("MIAMI
DDA"), AS REFERENCED IN MIAMI DDA RESOLUTION NO. 022/2018,
ATTACHED AND INCORPORATED AS EXHIBIT "A", FOR THE FLAGLER
STREET BEAUTIFICATION AND RECONSTRUCTION PROJECT AND
APPROPRIATING SAID FUNDS TO THE CITY OF MIAMI'S ("CITY") OFFICE
OF CAPITAL IMPROVEMENTS ("OCI") PROJECT NO. 40-B30606
("PROJECT"); FURTHER AUTHORIZING THE CITY MANAGER TO
NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY
DOCUMENTS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, FOR
SAID PURPOSE AND FOR ALL NECESSARY BUDGETARY AND FINANCIAL
COMPLIANCE PURSUANT TO FEDERAL, STATE OF FLORIDA, AND LOCAL
LAWS, THE CHARTER OF THE CITY OF MIAMI, FLORIDA, AS AMENDED,
AND THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED.
WHEREAS, in June 2011, the Downtown Development Authority of the City of Miami,
Florida ("Miami DDA") initiated the Flagler Street Beautification and Reconstruction Project
within the City of Miami ("City"), which encompasses reconstruction and modernization efforts
including but not limited to updates to the drainage, streetscape, sidewalks, and signage, from
Northwest 1st Avenue to Biscayne Boulevard as Project No. 40-B30606 ("Project"), pursuant to
the Downtown Master Plan, which envisions restoring Flagler Street to its historic role as
Downtown's pedestrian -oriented main street; and
WHEREAS, the Miami DDA is a stakeholder of the Project and a member of the Design
Advisory Group that has provided advice and support consistent with the Miami DDA's goals;
and
WHEREAS, the City and the Miami DDA have determined that the Project is in the best
interests of the businesses, visitors, and residents of the City and the Miami DDA desires to
contribute funds towards the Project in an amount not to exceed One Million Dollars
(11,000,000.00") ("Contributed Funds") over a four (4) year period beginning in Fiscal Year
2020-2021 for the new design and subsequent modifications subject to full funding by Miami -
Dade County and the City as well as review by the Flagler Street Task Force pursuant to Miami
DDA Resolution No. 022/2018 adopted on June 15, 2018, attached and incorporated as Exhibit
"A"; and
WHEREAS, due to unforeseen events, the Project funding year for the Contributed
Funds is beginning in Fiscal Year 2020-2021 and the Contributed Funds will be added to the
City of Miami
Page 1 of 2 File ID: 9005 (Revision:) Printed On: 9/22/2022
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
File ID: 9005 Enactment Number: R-21-0207
City's Fiscal Year 2020-2021 Capital Plan by a separate City Commission Resolution amending
the Capital Plan;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. The City Manager is authorized' to accept, allocate, and appropriate the
Contributed Funds over a four (4) year period from the Miami DDA as referenced in Miami DDA
Resolution No. 022/2018, attached and incorporated as Exhibit "A", for the Project and to
appropriate said funds to OCI Project No. 40-B30606.
Section 3. The City Manager is further authorized' to negotiate and execute any and all
other necessary documents with the Miami DDA, all in forms acceptable to the City Attorney, for
said purpose and for all necessary budgetary and financial compliance pursuant to Federal,
State of Florida, and local laws, the Charter of the City of Miami, Florida, as amended, and the
Code of the City of Miami, Florida, as amended.
Section 4. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
1 The herein authorization is further subject to compliance with all legal requirements that may be
imposed, including but not limited to those prescribed by applicable City Charter and City Code
provisions.
2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) 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: 9005 (Revision:) Printed on: 9/22/2022
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
RESOLUTION NO. 022/2018
A RESOLUTION OF THE BOARD OF DIRECTORS OF THE MIAMI DOWNTOWN
DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI, FLORIDA
ALLOCATING UP TO ONE MILLION DOLLARS ($1,000,000.00) OVER A FOUR-
YEAR PERIOD BEGINNING IN FISCAL YEAR 2018-2019 TO THE FLAGLER
STREET BEAUTIFICATION AND RECONSTRUCTION PROJECT FOR
ADDITIONAL COSTS RELATED TO A PROPOSED REDESIGN, SUBJECT TO
COMMITTED FUNDING FROM MIAMI-DADE COUNTY AND THE CITY OF
MIAMI AS WELL AS REVIEW BY THE FLAGLER STREET TASK FORCE.
WHEREAS, one of the 2025 Downtown Miami Master Plan's goals is to "create great streets and
community spaces" including recommendations to "support public realm improvements between
downtown and adjacent neighborhoods and to `orient streets towards pedestrians' needs and
preferences"; and
WHEREAS, one of the 2025 Downtown Miarni Master Plan's goals is to "redevelop Flagler Street
into Miami's pedestrian oriented main street"; and
WHEREAS, the Flagler Street Task Force ("FTSF") has been meeting since June 2011 and initiated
the Flagler Street Beautification and Reconstruction Project ("Project"); and
WHEREAS, as an economic development agency, the Miami Downtown Development Authority
of the City of Miami, Florida ("Miami DDA") views the reconstruction of Flagler Street as both a
transportation project and a critical economic development project that will create jobs and act as a catalyst
for further redevelopment and revitalization of Downtown Miami, the City of Miami ("City"), and Miami -
Dade County ("County"); and
WHEREAS, the City is ultimately responsible for the construction related to the Project and
WHEREAS, on December 13, 2013, the Board of Directors of the Miami DDA passed a resolution
approving "the Flagler Streetscape Design Plan by the Curtis + Rogers design firm;" and
WHEREAS, after the City terminated the first contractor for the Project, the Miami DDA, on July
21, 2017, endorsed the FSTF's recommendation of Lanzo Construction as the new contractor to take over
"the remaining nine (9) phases of the Beautification and Reconstruction Project in the most efficient and
least disruptive manner to complete the project;" and
WHEREAS, at the conclusion of the first 90 day pause, the FSTF passed a motion requesting that
the City delay the execution of the contract with Lanzo Construction for an additional ninety (90) days
while Mane MIAMI, the City, and the Miami DDA determined in detail how the capital and maintenance
cost differential would be funded and the impacts of such changes on the timeline, which was approved
by the Board of Directors of the Miami DDA via Resolution 006/2018 adopted on February 16, 2018 and
Resolution 018/2018 adopted on May 18, 2018; and
Pagelof2
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
WHEREAS, the new design and subsequent modifications to the Project will add approximately
$10.3 million to the Project's costs; and
WHEREAS, as detailed in Exhibit "A", attached and incorporated, the City has committed
additional funds to facilitate the new design and subsequent modifications to the Project; and
WHEREAS, the Mayor Carlos Gimenez has committed additional funds from the County to
facilitate the new design and subsequent modifications to the Project subject to approval by the Board of
County Commissioners; and
WHEREAS, the Board of Directors of the Miami DDA Board hereby agrees to contribute up to
$1 million over a four-year period for the new design and subsequent modifications to the Project subject
to full funding from the City and the County as well as review by the FSTF;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE
MIAMI DDA:
Section 1. The recitals are true and correct and are adopted by reference and incorporated as
if fully set forth in this Section.
Section 2. The Board of Directors of the Miami DDA approves an allocation of up to one
million dollars ($1,000,000.00) over a four-year period beginning in Fiscal Year 2018-2019 to the Project
for additional costs related to the proposed redesign subject to committed funding from the County and
the City as well as review by the FSTF.
Section 3. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED, this 15th day of June, 2018.
AT TE
v'nne de la Vega
Secretary to the Board of Directors
ussell, Chairman
6.
. Ro ertso
Alyce `n, Executive Director
Page2of2
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
RESOLUTION NO. 052/2021
A RESOLUTION OF THE BOARD OF DIRECTORS OF THE MIAMI
DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF
MIAMI, FLORIDA APPROVING THE DISBURSEMENT OF ONE
MILLION DOLLARS ($1,000.000.00) TO THE CITY OF MIAMI
("CITY") FOR THE FLAGLER STREET BEAUTIFICATION AND
RECONSTRUCTION PROJECT ("PROJECT") FOR COSTS RELATED
TO A REDESIGN OF THE PROJECT; FURTHER AUTHORIZING THE
EXECUTIVE DIRECTOR TO NEGOTIATE AND EXECUTE AN
AGREEMENT AS WELL AS ANY AND ALL OTHER NECESSARY
DOCUMENTS, ALL IN FORMS ACCEPTABLE TO THE GENERAL
COUNSEL, FOR THE PURPOSES STATED HEREIN.
WHEREAS, one of the 2025 Downtown Miami Master Plan's ("Plan") goals is to "create
great streets and community spaces" including recommendations to "support public realm
improvements between downtown and adjacent neighborhoods and to 'orient streets towards
pedestrians' needs and preferences"'; and
WHEREAS, another of the Plan's goals is to "redevelop Flagler Street into Miami's
pedestrian oriented main street"; and
WHEREAS, in June 2011, the Flagler Street Task Force ("FTSF") initiated the Flagler Street
Beautification and Reconstruction Project ("Project"); and
WHEREAS, as an economic development agency, the Miami Downtown Development
Authority of the City of Miami, Florida ("Miami DDA") views the Project as both a transportation
project and a critical economic development project that will create jobs and act as a catalyst for
further redevelopment and revitalization of Downtown Miami, the City of Miami ("City"), and
Miami- Dade County ("County"); and
WHEREAS, the City is ultimately responsible for the construction related to the Project;
and
WHEREAS, on December 13, 2013, the Board of Directors of the Miami DDA passed a
resolution approving "the Flagler Streetscape Design Plan by the Curtis + Rogers Design Studio;"
and
WHEREAS, after the City terminated the first contractor for the Project, the Miami DDA,
on July 21, 2017, endorsed the FSTF's recommendation of Lanzo Construction as the new
contractor to take over"the remaining nine (9) phases of the Beautification and Reconstruction
Project in the most efficient and least disruptive manner to complete the project;" and
WHEREAS, subsequently, the FSTF passed a motion requesting that the City delay the
execution of the contract with Lanzo Construction for an additional ninety (90) days to allow
Mana MIAMI, the City, and the Miami DDA to modify the Project and determine in detail how
the capital and maintenance cost differential as a result of the modifications would be funded and
the impacts of such changes on the timeline, which was approved by the Board of Directors of
the Miami DDA via Resolution No. 006/2018 adopted on February 16, 2018 and Resolution No.
018/2018 adopted on May 18, 2018; and
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
WHEREAS, the new design and subsequent modifications to the Project added
approximately $10.3 million to the Project's costs; and
WHEREAS, the City has committed additional funds to facilitate the new design and
subsequent modifications to the Project; and
WHEREAS, the County has also committed additional funds to facilitate the new design
and subsequent modifications to the Project subject to approval by the Board of County
Commissioners; and
WHEREAS, on June 15, 2018, the Board of Directors of the Miami DDA agreed to
contribute up to one million dollars ($1,000,000.00) to the Project over a four-year period to
cover the cost related to the redesign of the Project; and
WHEREAS, the Miami DDA has been allocating funds over the last four (4) years and
currently has the full amount of one million dollars ($1,000.000.00) available for disbursement
to the City for the Project; and
WHEREAS, the Board of Directors of the Miami DDA approves the disbursement of
one million dollars ($1,000.000.00) to the City for costs related to the Project redesign; and
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE
MIAMI DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI,
FLORIDA:
Section I: The recitals and finding contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. The Board of Directors approves the disbursement of one million dollars
($1,000,000.00) to the City for additional costs related to the proposed redesign of the Project.
Section 3. The Executive Director is authorized to negotiate any and all agreements
necessary, all in forms acceptable to the City Attorney, for the purposes stated herein.
Section 4. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED this 12th day of November, 2021.
,1 IE..,i�:
Ivo-tine de la Vega
Secretary to the Board ofDirec.ors
14.
Commissioner Manolo R . es, Chairman
f
Chti ma spi, Executive Director
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
RESOLUTION 006/2018
A RESOLUTION OF THE BOARD OF DIRECTORS OF THE MIAMI
DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI,
FLORIDA ("MIAMI DDA"), APPROVING THE FLAGLER STREET TASK
FORCE'S RECOMMENDATION TO EXPLORE THE OPTION OF
MODIFYING THE FLAGLER STREET BEAUTIFICATION AND
RECONSTRUCTION PROJECT ('PROJECT") TO INCORPORATE PAVERS;
FURTHER APPROVING THE EXTENSION OF NINETY (90) DAYS TO THE
ORIGINAL DEADLINE IN ORDER TO ALLOW THE CITY OF MIAMI TO
IDENTIFY FUNDING FOR ANY COST DIFFERENTIALS AND THE
IMPACTS OF SUCH CHANGES ON THE PROJECT TIMELINE; DIRECTING
THE EXECUTIVE DIRECTOR TO FORWARD A COPY OF THIS
RESOLUTION TO THE OFFICIALS STATED HEREIN; FURTHER
DIRECTING THE EXECUTIVE DIRECTOR TO WORK WITH THE MIAMI
DDA'S LOBBYISTS TO URGE MIAMI-DADE COUNTY TO CONTINUE
FUNDING THE PROJECT WITH PREVIOUSLY COMMITTED FUNDS.
WHEREAS, one of the 2025 Downtown Miami Master Plan's goals is to "create great streets and
community spaces" including recommendations to "support public realm improvements between downtown and
adjacent neighborhoods and to 'orient streets towards pedestrians' needs and preferences"'; and
WHEREAS, one of the 2025 Downtown Miami Master Plan's goals is to "redevelop Flagler Street into
Miami's pedestrian oriented main street"; and
WHEREAS, the Flagler Street Task Force ("FSTF') of the Miami Downtown Development Authority
of the City of Miami, Florida ("Miami DDA") has been meeting since June 2011 and initiated the Flagler Street
Beautification and Reconstruction Project ("Project"); and
WHEREAS, as an economic development agency, the Miami DDA views the reconstruction of Flagler
Street as both a transportation project and a critical economic development project that will create jobs and act
as a catalyst for further redevelopment and revitalization of Downtown Miami, the City of Miami ("City"), and
Miami -Dade County ('County"); and
WHEREAS, the City is ultimately responsible for the construction related to the Project; and
WHEREAS, on December 13, 2013, the Miami DDA passed a Resolution approving "the Flagler
Streetscape Design Plan by the Curtis & Rogers design firm"; and
Page 1 of 3
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
WHEREAS, the City engaged a contractor for the purposes of the Project but subsequently terminated
the contractor, and
WHEREAS, after the City terminated the first contractor for the Project, the Miami DDA on July 21,
2017 endorsed the FSTF's recommendation of Lanzo Construction ("Lanzo") as the new contractor to take over
"the remaining nine (9) phases of the Project in the most efficient and least disruptive manner to complete the
Project;," and
WHEREAS, the City began negotiations with Lanzo to continue with the Project; and
WHEREAS, after considering a proposal by Mana MIAMI, the FSTF unanimously passed a motion
requesting that the City delay the execution of the contract with Lanzo for ninety (90) days while Mana MIAMI
works with the City, BCC Engineering, Curtis & Rodgers, the Miami DDA, and AECOM on a validation process
for redesigning the street to include pavers in the Project, which was approved by the Board of Directors of the
Miami DDA through Resolution No. 039/2017 on October 20, 2017; and
WHEREAS, after receiving news that the incorporation of pavers and subsequent modifications to the
street into the Project will add nearly $6 million to the Project's budget and approximately 18 months to the
Project timeline, the FSTF passed a Resolution on January 29, 2018 supporting the initial paver concept; and
WHEREAS, the January 29, 2018 Resolution of the FSTF also requests within ninety (90) days that 1)
the cost differential be identified; 2) the status of current funding for the Project be described; 3) additional
funding be identified based on the proposed modifications to the Project; 4) the responsibility for short and long-
term maintenance be identified; 5) the final materials to be used in the Project be identified; and 6) a proposed
timeline be finalized based on the new modifications to the Project;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE MIAMI
DOWNTOWN DEVELOMPENT AUTHORITY OF THE CITY OF MIAMI, FLORIDA:
Section 1. The recitals are true and correct and are adopted by reference and incorporated as if
fully set forth in this Section.
Section 2. The Board of Directors of the Miami DDA approves the FSTF's recommendation to
explore the option of modifying the Project to incorporate pavers, and approves the delay of the Project for
an additional ninety (90) day period to identify in detail how the capital and maintenance cost differential
will be funded and the impacts of such changes on the Projects timeline.
Section 3. The Executive Director is directed to forward a copy of this Resolution to Mayor
Francis X. Suarez, City Manager Emilio T. Gonzalez, and Acting Capital Improvement Projects Director
Hector Badia.
Page 2of 3
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
Section 4. The Executive Director is directed to work with the Miami DDA's lobbyists to urge
Miami -Dade County ("County') to continue funding the Project as previously committed to by the County.
Section 5. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED, this 164,11 day of February, 2018.
ATTE .. T:
Ivonne de la Vega
Secretary to the Board of Directors
.'tgmmispie1ier Ken Russell, Chairman
f �
1 4-4,a
Alyce M. Robertson, Executive Director
Page sofa
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
RESOLUTION NO. 018/2018
A RESOLUTION OF THE BOARD OF DIRECTORS OF THE MIAMI
DOWNTOWN DEVELOPMENT AUTHORITY ("MIAMI DDA") OF THE
CITY OF MIAMI, FLORIDA APPROVING THE FLAGLER STREET
TASK FORCE'S RECOMMENDATION TO EXPLORE FURTHER THE
OPTION OF MODIFYING THE FLAGLER STREET BEAUTIFICATION
AND RECONSTRUCTION PROJECT ("PROJECT") TO INCORPORATE
PAVERS IN IT AND TO ADD THIRTY (30) DAYS TO THE 180 DAY PAUSE
TO IDENTIFY IN DETAIL HOW THE CAPITAL IMPROVEMENTS WILL BE
FUNDED IN -PART OR FULLY BY A FLAGLER STREET PROPERTY
OWNER ASSESSMENT.
WHEREAS, one of the 2025 Downtown Miami Master Plan's goals is to "create great streets and
community spaces" including recommendations to "support public realm improvements between downtown and
adjacent neighborhoods and to 'orient streets towards pedestrians' needs and preferences"; and
WHEREAS, one of the 2025 Downtown Miami Master Plan's goals is to "redevelop Flagler Street into
Miami's pedestrian oriented main street"; and
WHEREAS, the Flagler Street Task Force ("FSTF") has been meeting since June 2011 and initiated the
Flagler Street Beautification and Reconstruction Project ("Project"); and
WHEREAS, as an economic development agency, the Miami Downtown Development Authority
("Miami DDA") of the City of Miami, Florida views the reconstruction of Flagler Street as both a transportation
project and a critical economic development project that will create jobs and act as a catalyst for further
redevelopment and revitalization of Downtown Miami, the City of Miami ("City"), and Miami -Dade County
("County"); and
WHEREAS, the City is ultimately responsible for the construction related to the Project; and
WHEREAS, on December 13, 2013 the Miami DDA passed a resolution approving "the Flagler
Streetscape Design Plan by the Curtis + Rogers design firm," and
WHEREAS, after the City terminated the first contractor for the Project, the Miami DDA, on July 21,
2017 endorsed the FSTF's recommendation of Lanzo Construction as the new contractor to take over "the
remaining nine (9) phases of the Beautification and Reconstruction Project in the most efficient and least
disruptive manner to complete the project;" and
WHEREAS, after considering a proposal by Mana MIAMI, the FSTF passed a motion requesting that
the City delay the execution of the contract with Lanzo Construction for ninety (90) days while Mana MIAMI
works with the City, BCC Engineering, Curtis & Rodgers, the Miami DDA, and AECOM on a validation process
for redesigning the street to include pavers in the Project, which was approved by the Miami DDA Board through
resolution 039/2017 on October 20, 2017; and
WHEREAS, at the conclusion of the first 90-day pause, the FSTF passed a motion requesting that the
City delay the execution of the contract with Lanzo Construction for an additional ninety (90) days while Mana
Page 1 of 2
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
MIAMI, the City of Miami and the Miami DDA determined in detail how the capital and maintenance cost
differential would be funded and the impacts of such changes on the timeline, which was approved by the Miami
DDA Board through resolution 006/2018 on February 16, 2018; and
WHEREAS, after receiving news that the incorporation of pavers and subsequent modifications to the
street into the Flagler Street Beautification and Reconstruction Project will add more than $7 million to the
project's budget and approximately 18 months to the project timeline, and that Mane MIAMI proposed paying
this cost differential through a special assessment on the Flagler Street property owners, the FSTF passed a
motion on May 16, 2018 requesting an additional 30 days to allow the City of Miami to determine how this
property assessment would be implemented and the cost of such an assessment to the property owners on Flagler
Street.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE MIAMI
DDA:
Section 1. The recitals are true and correct and are adopted by reference and incorporated as if
fully set forth in this Section.
Section 2. The Board of Directors of the Miami DDA approves the FSTF's recommendation
to delay the Flagler Street Beautification and Reconstruction Project for an additional thirty (30) day period
to identify in detail how a property assessment could be implemented to help pay for the cost differential
of the pavers in party or fully by the Flagler Street property owners.
PASSED AND ADOPTED, this 18th day of May, 2018.
Ivonne de la Vega
Secretary to the Board of Directors
en Russell, Chairman
Christina Crespi, Acting Executive Director
Page 2 of
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
CITY OF MIAMI
MIAMI DDA
FUNDING AGREEMENT — DOWNTOWN MIAMI FLAGLER STREET BEAUTIFICATION
OCI PROJECT No. 40-B30606
EXHIBIT B
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
Flagler Street - Full Festival Street Option
June 15, 2018
Introduction and New Cost Estimate
• The City has reviewed the cost estimate and the total project cost has increased from
$24.970 million to $27.572 million
• The deficit has grown from $7.738 million (as presented at the last Task Force
Meeting) to $10.340 million, toward which the County's 'halvsies' of $3.800 million
could be applied
• So, the City can provide additional funds, but not the entire $10.340 million, or even
the $6.540 million after the County's $3.800 million is applied
• The proposal is to have financial support from all stakeholders
New Funding Proposal
• So, the City is proposing that the County provide a true 'halvsies' (which means $4.170
million more from the County) (not $3.8 million) with new additional City funding of
$4.170 million
• And, the City is proposing that the DDA contribute $250,000 for each of the next four
years ($1,000,000)
• And, the City is proposing that there be a second, one-time assessment of $1 million,
with the City funding its equity share of the second assessment in addition to the
above $4.170 million
• This would mean $4.170 million more from the City
o and $4.170 million more from the County
o and $1 million more from the owners
o and $1 million new funding from the DDA
• Leaving the total amount from the City $14.533 million (53%)
from the County $10.170 million (37%)
from the DDA $1 million (3%)
from the Owners $1.869 million (7%)
DocuSign Envelope ID: 2EB95EF3-02AC-4688-BD32-866D6F18E46E
(and the City would pay its share of the new assessment)
B-30606 Flagler Street - Option 2
1 2 3 4
6-13-2018
6 7 9 9 10 11 :7 13 14 1fi 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48
2018 l
2019 I.
2020 l 2021 l 2022
FY' 18-19
FY' 19-20
FY' 21-22
FY' 21-22
ff
k
>
c
-2
a
?
2-,;
C
'0
a
Cl
ln
oz
>
0
c
-,
-2
1ga
N
O.
T
t
C
'
a
O-
6,
r✓
o
>
z
U c
p
1
J]2a8-
LL
2�a
c
- 4
'0
ao>
6,
-
z
0 2,
I
_
2
a
T
-
a
4ozo,u2
nI
acB
oProcurement
Design RFQ
l
1
1
l
Design
I
1
ITB
I
I
i
I
Permitting
1
1
r
1
Construction
Startup
}
—'
Phase 1
l
I
1
1
Phase 2
I
I
I
Phase 3
C
1
1
Phase 4
I
1
I
Phase 5
I
!
I
I
I
!
I
I
Phase 6
1
1
I
1
Phase 7
I
I
I
I
I
Phase 8
I
I
I
f
I
Phase 9
!
1
1
1
Phase 10
!
I
1
I
I
i
1
Phase 11
I
1
i
1
Phase 12
I
_
1
I
i
Phase 13
I
I
I
1
i
Closeout
I
1
'
1
1
1
_
Monthly Cumulative
Expeditures
m
I, N
IN1h
ri V
N Iff CO
f` Cr
ri ,-1 frl
N
V4 th V}
l0
01 V 00 V1 m O P..Ill
La O m V r-I Q` c-,l 1N
o1 lD rri 01 ID 4 Ni C]
O m lD 01 r-I et n O m
01 40 m In CO O N ul 10
CJ CO 4D Ni- W u, r-I 04 ID
m m V 00 r--I rm-I rm-I N N
V} th V1. in th ih in VI- 4h
N 01
O W Vl
00 19 m
ut CO ri
CO ri d'
01 tD rs
N m m
VI- in in
40 a CO m m O O1 c„
m r-I 0, l0 '0' NI 01 Cn
r-I 01 u3 Ci Ni 6 cal r-, r-
O l0 01 N m 00 O N C
l0 00 O m N r O 1` G
00 ci r-I ' m' 01 4D tD 65
0 a a 1n 31 N .0 O 00 Ln
Ln Q1 m
.4 rt
th +n in th th V} th In. in
up 0 a c,,, r0 r, 6-1 O N N
V 01 G 01 V a,m co m O m W
6- 6 la ui 6 V .4 o rl hi hi ,4
l0 00 O N V lD 00 O N V 0 00
tD 00 N m m r 01 N V O 00 O
CT ,_i lD 0- O N ul n 01 3-i 01
C m t-1 01 n 40 Cr N 0 00 n Ih
C N l0 ID n co 01 O ,-1 N n1
Cf In 4O It CO 01 O N. ml' a Irl tD
r-I '-I .-I r-1 rt r-I
in V• Vs th in. 4/1 VT 01- V1 th Ih In.
ri 00 n 40 O 00 r-I
m CO N N N N m V
ti 6 O o; o 06 N N
O N R In h. al O ri
m ut n 01 r-I m m N
4D 00 O N Ill f• ri Vl
m 01 O CO lD Cr CO -
cr Ifl l0 lD n 00 CO .-I
1\ 00 of O .-- N N Hl
r-I ri r-I N N N N N
th in ih in VT in. ih N
Yearly Expenditures
$
263,730.27
$
3,093,717.70
$ 12,996,633.85
3 6,761,130.59
Cumulative Expenditures
$
263,730.27
$
3,357,447.97
$ 16,354,081.82
$ 23,115,212.41
PROJECT
BEGINS
ranUi
WE51 FLAGLER STREE� Ye 0I
w 1st ST
0
Miami -Dad*
County COW10oese
51 6
Claude s. Pe9Pel
federal Bldg.
27
Biscayne
Bldg.
PNans�. Pliasa.iir
rePnaoess2 MOcy's
Seybold Bldg,
36
Tlag , to
Coo,0004rt/1.srns
It 12C 129 133
Phase 4 Pr1� Phase 0. _.
x
lit 200 130 ;Se I.,.R rtr. O
;cc 110 .113124 134 144 La EPoca 226 >�
Sunroofyn®
Oy:Pia -...N.,, NfemaRer One Biscayne
2
Theatercenter
DuPont
Building
gWhi1e Bldg. ...ler
Building
201 217 223 231
244
Marshal's
4B ,
Flagter
Station
Flaaler Information Center , a,
3917386394998-Z£48-889b-0VZO-£33S683Z:al adoIanu3 u6!Snooa
Flagler Street Cost Estimates
Information provided are best possible estimates. These may change during design
Project Cost are estimates based on linear feet of roadway and cost per foot of section
Item
Option 2: Proposed Design
1 2018
2019
2020
2021
Cost
Duration
(months)
3.0%
3.0%
3.0%
1.5%
$ 17,613,310.00
$ 18,141,710.30
_ $ 18,685,962.61
$ 18,966,253.05
Construction Cost
$ 17,100,300.00
22
Soft Cost (2%)
$ 340,000.00
$ 340,000.00
$ 340,000.00
$ 340,000.00
$ 340,000.00
Engineering (3%)
$ 513,009.00
10
$ 513,009.00
$ 513,009.00
$ _ 513,009.00
$ 513,009.00
PO/Permitting
$ 20,000.00
2
$ _ 20,000.00
$ 20,000.00
$ 20,000.00
$ 20,000.00
** Repayment of Street Bond
$ 500,000.00
$ 500,000.00
$ 500,000.00
$ 500,000.00
$ 500,000.00
CEI
$ 500,000.00
$ 500,000.00
$ 500,000.00
$ 500,000.00
$ 500,000.00
Contingencies
Owners Contingency (10%)
$ 1,710,030.00
$ 1,761,331.00
$ 1,814,171.03
$ 1,868,596.26
$ 1,896,625.30
Unforeseen (2%)
$ 342,006.00
$ 352,266.20
$ 362,834.21
$ 373,719.25
$ 379,325.06
Totals
$ 20,683,339.00
44
$ 21,599,916.20
$ 22,191,724.54
$ 22,801,287.12
$ 23,115,212.41
` Current City / County Funding
$ 11,907,370.00
$ 11,907,370.00
$ 11,907,370.00
I $ 11,907,370.00
$ 11,907,370.00
* Property Owners Assessment
$ 869,322.00
$ 869,322.00
$ 869,322.00
$ 869,322.00
$ 869,322.00
County Funding
$ 3,800,000.00
$ 3,800,000.00
$ 3,800,000.00
$ 3,800,000.00
$ 3,800,000.00
Subtotal
$ 16,576,692.00
$ 16,576,692.00
$ 16,576,692.00
$ 16,576,692.00
$ 16,576,692.00
Surplus or (Overrun) Funds
$ (4,106,647.00)
$ (5,023,224.20)
$ (5,615,032.54)
$ (6,224,595.12)
$ (6,538,520.41)
391738639a998-Z£a8-889b-adZO-£33S683Z:al adoIanu3 u6!Snooa
Olivera, Rosemary
From: Bastidas, Carolina
Sent: Tuesday, February 14, 2023 9:53 AM
To: LegalServices; Hannon, Todd; Lee, Denise; Olivera, Rosemary; McGinnis, Lai -Wan
Cc: McKinnon, Charles
Subject: Executed DDA Grant Agreement for Flagler Street Beautification_B30606
Attachments: Executed Grant Agreement_DDA_Flagler Street Beautification_B30606.pdf
Good Morning,
Please see the attached fully executed grant agreement for the project in subject.
Thank you,
Carolina Bastidas
Administrator -Consultant
City of Miami
Office of Capital Improvements
444 SW 2nd Avenue, 8t" Floor
Miami, Florida 33130
Office: (305) 416-1018
Email: cbastidas@miamigov.com
1