HomeMy WebLinkAboutExhibit DCOMPOSITE
EXHIBIT "D"
MEMORANDUM OF INTENT
TO ENTER INTO A MAINTENANCE AGREEMENT BETWEEN THE CITY OF
.MIAMI AND THE DOWNTOWN MIAMI PARTNERSHIP d/b/a
FLAGLER DISTRICT DID.
This Memorandum of Intent To Enter Into A Maintenance Agreement ("MOI") is hereby
entered into as of the 251 of July, 2019, by and between the City of Miami, a municipal
corporation organized and existing under Florida law, with principal offices at 444 Southwest 2od
Avenue, Miami, Florida 33130 (the "City"), and Downtown Miami Partnership Inc., a Florida not
for profit corporation, d/b/a Flagler District BID, with primary offices at 25 SE 211 Avenue, #240
(the "FDBID") (collectively, the City and the FDBID may hereinafter be referred to as the
"Parties").
1 19 go] 0 1I:1R
WHEREAS, the City began a project to improve the urban landscape of Flagler Street,
in or about 2016, which included without limitation a new street hardscape, sidewalks, benches,
and landscaping, which was to be performed by a designated city contractor (the "Original
Project"), pursuant to Resolution 4 : and,
WHEREAS, the Miami Downtown Development Authority ("Miami DDA") passed
and adopted Resolution 006/2018, Resolution 018/2018, and Resolution 022/2018 to study
whether the City should increase the budget and incorporate pavers and other modifications to
the scope of the Original Project, as well as allocate $ 1,000,000 per year, over four years,
beginning in Fiscal Year 2018-2019, as set forth in Composite Exhibit "A;" and,
WHEREAS, the City has agreed to allocate taxpayer funds to upgrade the Original
Project with Non -Standard Improvements; and,
WHEREAS, on May 14, 2019, pursuant to Resolution 42019-003, the FDBID, by a
majority vote, supported the inclusion of estimated budgets for maintenance cost of the Non -
Standard Improvements within the process for creating the special assessment district pursuant
to Chapter 170.0 1, Florida Statutes for the Flagler District of Downtown Miami; and
WHEREAS, the FDBID, as a tax exempt entity under Section 501(c)(6) of the Internal
Revenue Code, agrees to organize and file, with the City of Miami, to create, by a majority of
those affected property owners, the City's levy and collection of special assessments, pursuant to
Chapter 170.0 1, Florida Statutes, by December 2020, including estimated budgets and proposed
agreements to pay for all maintenance, replacement, restoration, improvement, modification, and
("Maintenance" or "Maintain") of those certain Non -Standard Improvements: and
WHEREAS, the City of Miami hereby agrees to consider a special assessment district
pursuant to Chapter 170.0 1, Florida Statutes, for services including the Maintenance of the Non -
Standard Improvements; and
WHEREAS, the Non -Standard Improvements will be constructed and located along
Flagler Street from West 1st Avenue to Biscayne Boulevard, Miami, Florida; and
Page I of 4
4-A
WHEREAS, the City and the FDBID desire to enter into this M01 to act in good faith
and negotiate a Memorandum of Understanding setting forth the obligations of the Parties with
respect to the construction and Maintenance of the Nonstandard Improvements.
NOW, THEREFORE, in consideration of the foregoing, the Parties agree as follows:
1. Recitals. The Recitals are true and correct and are hereby incorporated into and
made a part of this MOL
2. Proposed Terms of the NIOU.
2.1 Construction - The City shall be responsible to construct, in sections, the Non -
Standard Improvements in a manner generally consistent with scope and timeline
attached hereto and hereinafter referred to as Exhibit "B." The construction of
the Non -Standard Improvements shall include a warranty.
2.2 Maintenance — FDBID shall organize and file with the City of Miami, to create
a special assessments district pursuant to Chapter 170.01, Florida Statutes, by
December 2020, including estimated budgets and the proposed MOU to pay for
Maintenance of the Nonstandard Improvements.
23 Creation of Special Assessment District - the City of Miami shall use good faith
effort to timely consider a special assessment district pursuant to Chapter 170.0 1,
Florida Statutes, for the Maintenance of the Non -Standard Improvements, upon
filing for the creation of the special assessment district by FDBID.
2.4 Choice of Law. Venue, and Waiver of Jury Trial. The proposed MOU shall be
construed in accordance with the laws of the State of Florida. The proposed MOU
shall be enforceable in Miami -Dade County, Florida, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms
or conditions herein, exclusive venue for the enforcement of the proposed MOU
shall lie in Miami -Dade County, Florida. The FDBID and the City in the proposed
MOU shall expressly waive any rights either party may have to a trial by jury of
any litigation related to or arising out of the proposed MOU.
2.5 Point of Contact. In connection with the matters addressed in the proposed
MOU, the President of the FDBID, or is his designee will serve as designated
representative and "point person" for the FDBID. The City Manager or his
designee, will serve as the designated representative and "point person" for the
City. All official communication about material issues related to the District and
the construction of the "Non -Standard Improvements" must flow through and the
City Manager or his designee, with each of these designated representatives
responsible for the further dissemination of information to other members of their
respective teams as they deem appropriate.
Page 2 of 4
3. Notices. All notices and communications in writing required or permitted under this
MOI shall be delivered personally to the representatives of the FDBID and the City
listed below, or may be mailed by U.S. Certified Mail, return receipt requested,
postage prepaid, or by a nationally recognized overnight delivery service.
Unless changed by notice in writing, all such notices and communications shall be
addressed as follows:
To Flagler BID: Gary Ressler
President
Flagler District BID
25 Southeast 211d Avenue, #2140 Miami,
Florida 33131
With a copy to: Maria A. Gralia, Esq.
Steams Weaver Miller Weissler
Alhadeff and Sitterson, P.A.
IS 0 West Flagler Street
Suite 2200
Miami, Florida 33130
To the City: City Manager
City of Miami 444 Southwest 2'
Avenue I 01h Floor Miami, Florida
33130
With a copy to: Department of Resilience & Public Works
City of Miami 444 Southwest 2"d
Avenue 811 Floor Miami, Florida
33130
Notice may also be provided to any other address designated by the party to receive
notice if such alternate address is provided via U. S. certified mail, return receipt
requested, hand delivered, or by overnight delivery. In the event an alternate notice
address is properly provided, notice shall be sent to such alternate address in addition
to any other address which notice would otherwise be sent, unless other delivery
instruction is specifically provided for by the party entitled to notice. Notice shall be
deemed given on the day on which personally served, or the day of receipt by either
U.S. certified mail or overnight delivery.
SIGNATURES ON THE FOLLO)VWG PAGE
Page 3 of 4
IN WITNESS WHEREOF, the Parties hereto have affixed their signatures, effective on the
day first above written,
CITY OF MLAA41
ATTEST:
By:
Todd B. Hannon, City Clerk
DOWNTOWN MIAMI PARTNERSHIP,
INCA'b/a FLA LER DISTRICT BID
By:
Its:
CITY OF MIAMI, a
municipal corporation of the State of
Florida
By:
Emilio T. Gonzalez, Ph.D., City Manager
MEMORANDUM OF UNDERSTANDING AND ROADWAY MAINTENANCE
AGREEMENT BETWEEN THE CITY OF MIAMI AND THE DOWNTOWN
MIAMI PARTNERSHIP, INC. D/B/A FLAGLER DISTRICT BID, A FLORIDA
NOT FOR PROFIT CORPORATION ("FDBID")
This Memorandum of Understanding and Roadway Maintenance Agreement
("MOU") is hereby entered into as of the day of , 2019, by and between the
City of Miami, a municipal corporation organized and existing under Florida law, with
principal offices at 444 Southwest 2nd Avenue, Miami, Florida 33130 (the "City"), and the
Downtown Miami Partnerships, Inc. d/b/a Flagler District BID, a Florida not-for-profit
corporation with principal offices at 25 Southeast 2"d Avenue, #240, Miami, Florida 33131
(the "FDBID") (collectively, the City and the FDBID may hereinafter be referred to as the
"Parties").
RECITALS
WHEREAS, the City began a project to improve the urban landscape of Flagler
Street, in 2017, which included without limitation a new street hardscape, sidewalks,
benches, and landscaping, which was to be performed by a designated city contractor (the
"Original Project'), pursuant to Resolution 14-0372; and,
WHEREAS, the Miami Downtown Development Authority ("Miami DDA")
passed and adopted Resolution 006/2018, Resolution 018/2018, and Resolution 022/2018
to study whether the City should increase the project budget and incorporate pavers and
other modifications to the scope of the Original Project, as well as allowing the Miami
DDA to allocate up to $1,000,000 over four (4) years, beginning in Fiscal Year 2018-2019,
as set forth in Composite Exhibit "A" to the project; and,
WHEREAS, the FDBID is comprised of the property owners located on and
around Flagler Street, and with the Miami DDA, petitioned the City to upgrade the Original
Project to include, without limitation, the installation of pavers and similar non-standard
streetscape ("Non -Standard Improvements"), as defined, without limitation, in Exhibit
"B," attached hereto; and,
WHEREAS, the FDBID requested and the City consented to amend the Original
Project's scope and timeline to instead construct Non -Standard Improvements, pursuant to
the new scope and timeline, as described in Exhibit "C," attached hereto, within the area
described below; and,
WHEREAS, the City has agreed to spend significant taxpayer funds to upgrade
Original Project with Non -Standard Improvements; and,
WHEREAS, as a material condition to spend those certain taxpayer funds, the
current iteration of the FDBID, as a tax exempt entity under Section 501(c)(6) of the Internal
Revenue Code, has represented to the City its intention to form a Special Assessment
District, pursuant to Florida Statutes, in order to pay for all, replacement, restoration,
improvement, modification, and/or removal ("Repair and Restoration") of those certain
Non -Standard Improvements; and,
WHEREAS, in the event that a Special Assessment District is not formed under
Florida Statutes, FDBID hereby agrees to be responsible for the Repair and Restoration of
the non-standard improvements, inclusive of all funding thereof; and
WHEREAS, the Non -Standard Improvements will be constructed within the
Flagler Street corridor from West l" Street to Biscayne Blvd; and,
WHEREAS, the City and the FDBID desire to enter into this MOU to set forth the
obligations of the Parties with respect to the construction and Maintenance of the Non -
Standard Improvements.
NOW, THEREFORE, in consideration of the foregoing, the Parties agree as
follows:
1. Recitals. The Recitals are true and correct and are hereby incorporated into and
made a part of this MOU.
2. Scope of Services.
2.1 Construction — The City shall make good faith efforts to construct, in
sections, the Non -Standard Improvements in a manner generally consistent with
scope and timeline attached hereto and hereinafter referred to as Exhibit "C."
The construction of the Non -Standard Improvements shall include a warranty.
Upon substantial completion of each section, the City shall transfer the Repair
and Restoration responsibilities and obligations of said section to the FDBID, as
further described in Section 2.2 below.
2.2 Repair and Restoration— FDBID shall Repair and Restore all Non -Standard
Improvements included in each section once the construction in said section is
completed, until the future Special Assessment District is formed. If the Special
Assessment District is not formed, FDBID shall continue to be responsible for
the Repair and Restoration. The City shall notify FDBID of the Non -Standard
Improvements warranty provisions as part of the FDBID's obligations described
herein. As a material condition to spending taxpayer funds to construct the Non -
Standard Improvements, FDBID agrees to perforin any and all repair and
Restoration of the non-standard improvements, and make best efforts to form a
future Special Assessment District, pursuant to Florida Statutes, in order to fund
all Repair and Restoration of those certain Non -Standard Improvements. The
City agrees to cooperate and use best efforts to assist FDBID in forming such
Business Improvements District, subject to all applicable laws, rules, and
regulations.
Notwithstanding the foregoing, FDBID, at its sole cost and expense, shall Repair
and Restore any and all Non -Standard Improvements until such time as the future
Special Assessment District is formed. If the Special Assessment District is not
formed, FDBID shall continue to be responsible for the Repair and Restoration.
FDBID's Repair and Restoration thereto shall include but not be limited to those
items delineated on Exhibit "B," making such repairs, ordinary as well as
extraordinary and structural as well as nonstructural, as and when needed. Need
of such repair and restoration shall be determined by the City. The City shall not
be required to furnish any services or facilities or to make any repairs or
alterations in or to any improvement — ordinary or Non -Standard - associated
with those improvements installed or constructed on Flagler Street, pursuant to
this MOU. FDBID hereby assumes the full and sole responsibility for the
condition, operation, repair, and restoration of said improvements. If FDBID
defaults in keeping or performing its obligations hereunder, the City shall
execute its remedies as set forth in Section 5 below, and all those that may be
available under the law.
3. Funding. The construction of the Non -Standard Improvements will be funded
by those sources identified on Exhibit "D." Additionally, FDBID agrees that it
is contemplated that the Special Assessment District, if formed, shall be initially
assessed $1,000,000.00.onnation of the future Special Assessment District,
pursuant to Florida Statutes. In the event the Special Assessment District is not
formed, FDBID agrees to pay the $1,000,000.00 to the City within INSERT
TIMEFRAME.
4. Term and Expiration Date. This MOU and the Parties' obligations hereunder
shall commence upon the full execution of this MOU and shall terminate on the
earlier of the expiration of the Special Assessment District, the dissolution of the
Special Assessment District, the exercise of any of the provisions in Section 5 of
this MOU, or upon mutual written agreement of the Parties. Notwithstanding the
foregoing, the milestones included in FDBID Resolution #2019-003, see Exhibit
"E," attached hereto, shall be completed and the future Special Assessment
District shall be incorporated no later than January 2021, in conformance with
Florida Statutes:
5. Failure to Perform. In the event FDBID, its agents, representatives, designees,
heirs, successors, or assigns fails in the reasonable discretion of the City to
properly Repair and Restore the Non -Standard Improvements, as set forth in
Section 2, or any part thereof, so that said improvements become a hazard to the
health, welfare, or safety of the general public, the City shall give FDBID written
notice of such failure via certified mail, return receipt requested, and FDBID shall
within thirty (30) days from receipt of such notice either (i) restore the Non -
Standard Improvements, or any part thereof, to a safe condition reasonably
satisfactory to City, or (ii) remove the Non -Standard Improvements, or any part
thereof, and restore Flagler Street, and the surrounding area affected by the Non -
Standard Improvements, to current City standards at no cost or expense to City,
subject to all applicable laws, rules and permitting regulations
In the event FDBID, its heirs, successors, or assigns fails to either restore the Non -
Standard Improvements, or any part thereof, to a safe condition reasonably
satisfactory to the City, or remove the Non -Standard Improvements, or any part
thereof, and restore Flagler Street or any other improved area associated therewith
within the specified time as set forth in this Section, the City may remove the
offending Non -Standard and seek reimbursement from FDBID..
6. Indemnification. The FDBID agrees to indemnify and hold harmless the City
of Miami and its officers, employees, agents, and contractors, from and against
any and all actions (whether at law or in equity), claims, liabilities, losses, and
expenses, including, but not limited to, attorneys' fees and costs, for personal,
economic, or bodily injury, wrongful death, or loss of or damage to property,
which may arise or be alleged to have arisen from the negligent acts, errors,
omissions or other wrongful conduct of the FDBID, its officers, employees,
agents, contractors, or any other person or entity acting under the FDBID's
control or supervision, in connection with, related to, or as a result of the
FDBID's performance of the services pursuant to this MOU. To that extent, the
FDBID shall pay all such claims and losses and shall pay all such costs and
judgments which may issue from any lawsuit arising from such claims and losses
and shall pay all costs and attorneys' fees expended by the City in the defense of
such claims and losses, including appeals. The FDBID shall maintain
indemnification insurance in the amount of greater than or equal to $1,000,000.
The provisions of this Section and of this indernnification shall survive
termination or expiration of this MOU. Nothing contained in this section or
elsewhere in this MOU is in any way intended to be a waiver of the limitation
placed upon the City's liability, as set forth in Section 768.28, Florida Statutes.
7. Choice of Law, Venue, and Waiver of Jury Trial. This MOU shall be
construed in accordance with the laws of the State of Florida. This MOU shall
be enforceable in Miami -Dade County, Florida, and if legal action is necessary
by either party with respect to the enforcement of any or all of the terms or
conditions herein, exclusive venue for the enforcement of this MOU shall lie in
Miami -Dade County, Florida. By entering into this MOU, the FDBID and the
City expressly waive any rights either party may have to a trial by jury of any
civil litigation related to or arising out of this MOU. In the event that any legal
action or litigation arises from the terms contained herein, each party shall be
responsible for its own attorney's fees and costs.
8. Independent Contractor/No Joint Venture. This MOU shall not constitute or
make the Parties a partnership or joint venture. For the purposes of this MOU,
the FDBID shall be deemed to be an independent contractor, and not a partner,
agent, agency, department, or ad hoc committee of the City. No agent or
employee of FDBID shall attain any rights or benefits under the Civil Service or
Pension Ordinance of the City, or any right generally afforded classified or
unclassified employees, including annual leave and sick day accrual. Further, no
agent or employee of FDBID shall be deemed entitled to Florida Worker's
Compensation Benefits as an employee of the City or accumulation of sick or
annual leave.
9. Point of Contact. In connection with the matters addressed in this MOU,
, will serve as designated representative and "point person"
for the FDBID. The City Manager or his designee, will serve as the designated
representative and "point person" for the City. All official communication about
material issues related to the District and the construction of the 'Non -Standard
Improvements" must flow through and the City Manager or
his designee, with each of these designated representatives responsible for the
further dissemination of information to other members of their respective teams
as they deem appropriate.
10. Notices. All notices and communications in writing required or permitted
hereunder, shall be delivered personally to the representatives of the FDBID and
the City listed below, or may be mailed by U.S. Certified Mail, return receipt
requested, postage prepaid, or by a nationally recognized overnight delivery
service.
Unless changed by notice in writing, all such notices and communications shall
be addressed as follows:
To FDBID: Gary Ressler
President
Downtown Miami Partnerships, Inc. d/b/a
Flagler District BID, a Florida not-for-profit
corporation
25 Southeast 2"d Avenue, #240
Miami, Florida 33131
To the City: City Manager
City of Miami
444 Southwest 2nd Avenue
10"' Floor
Miami, Florida 33130
With a copy to: Department of Resilience & Public Works
City of Miami
444 Southwest 2nd Avenue
81h Floor
Miami, Florida 33130
Notice may also be provided to any other address designated by the party to
receive notice if such alternate address is provided via U.S. certified mail, return
receipt requested, hand delivered, or by overnight delivery. In the event an
alternate notice address is properly provided, notice shall be sent to such
alternate address in addition to any other address which notice would otherwise
be sent, unless other delivery instruction is specifically provided for by the party
entitled to notice. Notice shall be deemed given on the day on which personally
served, or the day of receipt by either U.S. certified mail or overnight delivery.
11. Changes and Additions. This MOU cannot be modified or amended without
the express written consent of the parties. No modification, amendment, or
alteration of the terms or conditions contained herein shall be effective unless
contained in a written document executed with the same formality and of equal
dignity herewith.
12. Severability. If any tern or provision of this MOU is held invalid or
unenforceable, the remainder of this MOU shall not be affected, and every other
term and provision of this MOU shall be valid and be enforced to the fullest
extent permitted by law.
13. Entirety of Agreement. The City and FDBID agree that this MOU constitutes
the entire agreement between the Parties. This MOU supersedes all prior
negotiations, correspondence, conversations, agreements or understandings
applicable to the matters contained herein, and there are no commitments,
agreements or understandings concerning the subject matter of this MOU that
are not contained in this document. Title and paragraph headings are for
convenient reference and are not intended to confer any rights or obligations
upon the parties to this MOU.
IN WITNESS WHEREOF, the Parties hereto have affixed their signatures,
effective on the day first above written.
CITY OF MIAMI
ATTEST:
By:
Todd B. Hannon,
City Clerk
APPROVED AS TO INSURANCE
REQUIREMENTS:
By:
Ann -Marie Sharpe,
Director
CITY OF MIAMI, a municipal
corporation of the State of Florida
By:
Emilio T. Gonzdlez, Ph.D.,
City Manager
in
APPROVED AS TO FORM AND
CORRECTNESS:
Victoria Mendez,
City Attorney
DOWNTOWN MIAMI
PARTNERSHIP, INC. D/B/A
FLAGLER DISTRICT BID, A
FLORIDA NOT FOR PROFIT
CORPORATION.
By:
Its: