Loading...
Res. No. 031-07-12416RESOLUTION NO.: 31-07-12416 WHEREAS, the Mayor and City Commission wishes to accept $525,000 grant from South Florida Water Management District (SFWMD); and WHEREAS, this agreement will assist with our citywide drainage improvements efforts; Section 2. The attached exhibit is incorporate by reference into this resolution. PASSED AND ADOPTED this J�' A' day of Mltt-� 4— 2007. ATTEST: CITY CLERK L& � R./Figueredo, Nagin Gallop & Figueredo, P.A. Office of City Attorney Include File Name and Path APP OVER: MAYOR . 0 COMMISSION VOTE: 5-0 Mayor Feliu: Yea Vice Mayor Wiscombe: Yea Commissioner Palmer: Yea Commissioner Birts: Yea Commissioner Beckman: Yea I 13 South Miami To: The Honorable Mayor and Members of the City Commission Via: Yvonne S. McKinley, City Manag r '4 From: W. Ajibola Balogun, REM, CFEA, tD'ector Public Works & Engineering Department Date: March 6, 2007 Agenda Item No.: Subject: Authorizing the City Manager to execute grant agreement with South Florida Water Management District (SFWMD) for Citywide Drainage System Improvements. Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE CITYWIDE STORMWATER DRAINAGE SYSTEM IMPROVEMENTS PHASE III GRANT AGREEMENT WITH SOUTH FLORIDA WATER MANAGEMENT DISTRICT (SFWMD) IN AN AMOUNT OF $525,000.00; PROVIDING FOR AN EFFECTIVE DATE W= Authorizing the City Manager to execute $525,000 grant agreement with SFWMD. This funding is for much needed drainage improvements along SW 84" Street (from just east of SW 58th Avenue to SW 62nd Avenue); SW 58th Avenue; and City Hall Parking Lot. This funding was promised since last July to continue our citywide drainage improvements efforts. Upon approval, SFWMD's staff intends to present the agreement to their governing board on March 15, 2007 for consideration. $525,000.00 Funding Source: South Florida Water Management District grant. Backup Documentation: ❑ Proposed Resolution ❑ SFWMD Agreement No.: 460000731 F-1 VM SOUTH FLORIDA WATER MANAGEMENT DISTRICT 3301 Gun Club Road, West Palm Beach, Florida 33406 • (561) 686-8800 • FL WATS 1-800-432-2045 TDD (561) 697-2574 Mailing Address: P.O. Box 24680, West Palm Beach, FL 33416-4680 • www.sfwmd.gov February 16, 2007 Mr. Ajibola Balogun, REM, CFEA City of South Miami 4795 SW 75th Street Miami, FL 33155 Dear Mr. Balogun: Subject: Contract SAP #4600000731 Citywide Stormwater Drainage System Improvements-Phase III Please find enclosed two (2) copies of the subject document. Please have them signed by an individual with signature authority on behalf of your organization. Please include documentation to demonstrate official delegation of signature authority up to the contract monetary limits. Please return both copies to my attention, along with, if applicable and not previously submitted, a Certificate of Insurance reflecting the required coverage(s). Do not date the documents, a fully signed document will be returned to you upon execution by the South Florida Water Management District (District). Note that this document is not binding on the parties until it is approved by the appropriate level of authority within the District and executed by both parties. Your cooperation and timely response will be greatly appreciated. Should there be any questions, or if you require any additional information, please contact me. Sincerely, r c Rupert iroux contract Specialist Procurement Department rgiroux@sfwmd.gov (561) 682-2532 FAX: (561) 681-6275 RG/cs Enclosure c: 071710101111�_ 0 Evan Skomick MSC-6820 Kevin McCarty, Chair Alice J. Carlson Lennart E. Lindahl, P.E. Irela M. Bagu6, Vice-Chair Michael Collins Harkley R. Thornton Miya Burt-Stewart Nicolds J. Guti6rrez, Jr., Esq. Malcolm S. Wade, Jr. ExEcunvE OFFICE Carol Ann Wehle, Executive Director AGREEMENT NO. 4600000731 ME ��A 9 � �nO7 THIS is entered into aso[�e '` ^ " ^""' by and between the Dmnh Florida Water Management District (DISTRICT) and the City o[South Miuod([3]Y). WHEREAS, the DISTRICT is o pubic corporation of !he State of Florida. created by tile Florida Legislature and given those powers and responsibilities *000em*:d in Chapter 373, Florida Smm»co, to include ontcriu� into contracts with public a�encics.private cog/nmdooynr other posmns;and WHEREAS, the Dl8?FllCT dcoimx to provide finuodu} assistance to the CITY to provide Citywide 8tormwamr Drainage S}stum Improvements —Phase ||{8 and }\/(Projects l and 2); and WHEREAS. the CITY xnnnms and represents that it has no obligation vcindebtedness that would impair its ability /n fulfill the terms and conditions nf this AGREEMENT; and WHEREAS, tile Governing Board of the DISTRICT at its March 15. 2007 mcc,iug` approved entering into this AGREEMENT with the CITY; NOW, THEREFORE, in consideration of die cureoamo and mprneeumdoox set forth herein and other �ood�ud "u�ua6i�con�idom600, �hcr�co�p,00dudcquacyof`,hich iu ho,rbyucknuvlcd�rd. �b�p�nicspgoxns ). The DISTRICT agrees wcontribute funds and the CITY agrees to perfor-rn the work set forth in Exhibit `^A' attached hereto and made x part bo,u`[ subject to availability of funds and in accordance with their respective authorities for improvements a|ouQ8W 84* Street, front SW570' Avenue to SW 62'd Avenue (Project l); and alono8\Y74'hTermcc: SVY57* Court; Snvj8'^ Avenue; City Flail Parking Loc and Broad Canal Shoreline Stabilization (Project 2). 2. The period of performance of this AGREEMENT ubm|i commence no the du* of-execution of this AGllEOMENTaod shall continue for u period nf One (|)Year. 3. The total DISTRICT contribution xhuU not exceed the amount ofFive 8undredTxenty'G,e Thousand Dollars and No Cents ($j25.0OO.00). Tile DISTRICT will provide the full amount based mu the Payment and Dc|ivrruhb Schedule set forth in Exhibit ^'8~, which is attached hereto and made u part of this AGREEMENT. The DISTRICT's contribution is subject to adequate documentation to Support actual Agreement No. 4@N0073\- Page lnf5 nxyudkona within the not-m-txccod AGREEMENT funding 6oduhnn of$`125.000,00, |u on cvzo/ ohu| the DISTRICT be liable 8/r any contribution hcnmodcr in excess of (his anmun/. |[ the mm| consideration for this AGREEMENT is subject to multi-year funding allocations, funding for each applicable Dsoo| year of this AGREEMENT will he subject to Governing Board budgetary appropriation, |n the event the DISTRICT does not approve funding for any subsequent fiscal year, this AGREEMENT shall o:rodonte upon oxpon6imn/ of the current funding, notwithstanding other provisions in this AGREEMENT m the contrary, The DISTRICT will notify the CITY in writing after the adoption oftkc 6oa\ Iy%8TB0CT budget for each subsequent Dsou| your if funding is not opyn`,ed for this AGBEEINIEN'K. 4, The CITY shall submit quarterly financial reports to the DISTRICT providing a detailed accounting ofall expenditures incurred hereunder throughout the term o[ this AGREEMENT. The CITY shall report and dnoumnrx the amount of funds c`;codrd per month during the quarterly zeypniug period and the AGREEMENT nxpoodimu:o to date within the maximum not-to-exceed AGREEMENT [boding 5. The CITY shall cost x6uc 'in the mm} amount of (N/A) in coubaon/ty with the laws and regulations governing the CITY, 6. All work m6u performed under this AGREEMENT is set forth io Exhibit "A^` Statement of Work, which is attached hereto and made u part of this AGREEMENT. The CITY shall submit quarterly progress reports detailing the stat-us of work to date for each task. Thework specified in Exhibit "A" shall be Linder the direction o[the CITY but shall be open to periodic review and inspection by either party. No work set forth in Exhibit ^A^ shall be performed beyond the oxpimhno Jxm of the AGREEMENT, unless authorized through execution ofnn amendment m cover succeeding periods. 7. The CITY is hereby authorized mcontract. with third parties (subcomoum ) for services awarded through cmopnbb"o process required by Florida Statutes. The CITY shall not subcontract, uxoi&n or transfer mny other work under this AGREEMENT vidhnut the prior written consent of the Dl8TRlCT`m Project Manager. The CITY agrees to be responsible for the fulfillment of all work elements included in any subcontract and agrees to be responsible for the payment nfall monies due under any subcontract, D is understood and agreed 6ythe clTY that the DISTRICT shall not be |iah|c to any subcontractor for any expenses or liabilities incurred wider the subcontract(s), Both the DISTRICT and the CITY shall have joint ownership rights to all work items, including but not limited u\ all d0000eum, technical reports, research notes, s6cudGc dam, conpnterprogams including the source and object code, which are developed, created orotherwise originated hereunder 6ythe other party, its subcontractor(s), assign(s), agent(s) andfor successor(s) as required by the Exhibit "A", Statement Work. o�k� Bot6 parties' rights to dr|i,o,xb\o received under this AGREEMENT shall include the unrestricted and perpetual right to uuo, rcproducc, modify and distribute such deliverables a/ou additional cost to the other party. Notwithstanding the fomgning, ownership ofall cgvipmcnt and hardware purchased by the CITY under this AGREEMENT shall be dcorried to he the property of the CITY upon completion of this AGREEMENT. The CITY »ha}| retain all ownership tn tangible property. y. The CITY, to the extent permitted 6y }:`\ assumes any and all risks ufpersonal injury, bodily injury and property damage uud6utabk: to negligent acts or ondsak`os of the CITY and the oOGceo, ompbyoes, yorruuu and agents d6n,mo[ The CITY represents that it is self-funded for Worker's Compensation and liability insurance, covering bodily injury, personal injury and property damage, wi,th such protection being applicable to the CITY, its officers and employees ,,bi}e acting "/ih,iu the scope of their cozy|oymrut during performance o[ tinder this AGREEMENT. lo the event that the CITY subcontracts any part orall of the work hereunder ,o any third puny. the CITY shall require each and every subcontractor to identify the DISTRICT as an additional insured on all insurance policies as required by the CITY. Any contract awarded by the CITY shall include a provision whereby the ClTY`s subcontractor agrees to indemnify, pay nubehalf, and hold the DISTRICT burodrsu from all dm/nwDoo arising in connection with the +CyTl,`o subcontract. Agreement No, 46O000873l'Po�e2of5 10, The CITY and the DISTRICT further acyroe that nothing contained hcr �n shall be construed or intern, rrted as (I) denying , to either party any remedy or defense available to such party under the laws vf the State n[ Florida; (Z) the consent of the State of Florida or its agents and agencies to be sued; or (3) u waiver of sovereign immunity o[ the State of Florida beyond the waiver provided io Section 76O28. Florida Statutes. ||. The parties tnthis AGRFDBIENT are independent entities and are not employees or agents of the other parties. Nothing in this AGRE EMENT shall he interpreted to establish any o|udoosLip other than that of independent codtiuo, bcweno the DlSTRI.CT. the CITl,, their omp|oyeeu, agents, subcontractors or assiony, during or after the |crn of this AGREEMENT. The parties to this �GWEEMENl shall not oxign, delegate or o|borviuu transfer their rights and obUgobnox as ou forth in this AGREEMENT without the prior nriueo consent of the other parties. Any attempted assignment. in ,ini^,iun of this provision shall be void. lI� The parties mthis AGREEMENT assure thaoopeoonobu|hcexdodednoduAroondsofrme`color crued, national origin, handicap, age co sex, from participation ix, denied the benefits of, or be otherwise subjected m discrimination io any activity under this AGREEMENT. D The CITY, its employees, subcontractors o,uooig ris. shall comply %vkbaU applicable fodera|, xu,e and local l d regulations relating to the performance o{ this AGREEMENT. The DISTRICT undertakes no duty to ensure such compliance, but will attempt m advise the CITY, upon request, as to any such laws of which b has present knowledge, 14. Either party may tern-Linum this AGREEMENT ur any time |6r convenience upon thirty (30) calendar days prior written notice to the other party. [othe event nf termination, all funds not expended by the CITY for authorized work performed through the termination du,o shall be returned to the DISTRICT Nvi/hio sixty (60) (lays of teroduu6no. 15. The CITY shall allow public access to all project documents and materials in accordance with the provisions of Chapter l)9. Florida Statutes, Should the CITY assert any exemptions /u the requirements oyChapter 1!9and related Statutes, the burden of establishing such exemption, by way of injunctive or other relief as provided by law, shall bo upon the CITY. 16� The CITY shall maintain records and the DISTRICT shall have inspection and audit rights below ' The CITY sha|| similarly require each subcontractor mmaiuminuudullowacreoo^nyucb,rnnnbforuudi,puqmscs: A. The CITY dmU maintain all financial and non -financial records and reports directly or indirectly related ,o the ocgodmi000z performance o[this AGREEMENT including supporting documentation for any service nnms` expenses, research ormpmts. Such records shall tm maintained and made available for inspection for u period nf five (j)years from the expiration date o[ this AGREEMENT. B. The DISTRICT mdesignated agent shall have the right mexall-linoill accordance with generally axoup\rd governmental auditing standards all n:cn,dy directly or indirectly cdatcJ to this AGREEMENT, 3voh oxao�ioudou may be made only Within firc (5) years from the expiration date uf this AGREEMENT. C. h the event that the DISTRICT should become involved in o iogui dispute with a third party arising from per5oonuuoe under this AGREEMENT, the CITY shall extend the period nfmaintenance for all records relating to the AGB8ENIENT until the 5oo| disposition uf the legal dispute. All such records shall bu made readily available m the DISTRICT. 17. Whenever the BIST8lcT'a contribution includes state or federal appropriated fliodo (hnCITY shall, in addition to the inspection and audit rights ux forth iuparagraph #\6 aho,e, maintain records and sind|ady require each subcontractor to maintain and allow access to such records in compliance with the requirements of the Florida State Single Audit Act and the Federal Single Audit Act, as follows: Agreement No. 46UO00O73i - Pagc]of 5 A. Maintenance - of Records: The DISTRICT shall provide the necessary information to the CITY as set forth in Exhibit "C -- The CITY shall maintain all financial/non-financial records through: (1) Identification of the state or federal awarding agency, as applicable (2) Project identification information included in the Catalog of State Financial Assistance (CSFA) or the Catalog of Federal Financial Assistance (CFDA), as applicable (3) Audit and accountability requirements for state projects as stated in the Single Audit Act and applicable rules of the Executive Off-ice of Governor, rules of the Chief Financial Officer and rules of the Auditor General and the State Projects Compliance Supplement (4) Audit accountability requirements for federal projects as imposed by fiederal laws and regulations (5) Submission of the applicable single audit report to the DISTRICT, as completed per fiscal year B. Examination of Records: The DISTRICT or designated agent, the state aw-arding agency, the state's Chief Financial Officer and the state's Auditor General and/or federal awarding agency shall have the right to examine the CITY's financial and non-financial records to the extent necessary to monitor the CITY's use of state or federal financial assistance and to determine whether timely and appropriate corrective actions have been taken with respect to audit findings and recommendations which may include onsite visits and limited scope audits. 18. All notices or other communication regarding this AGREEMENT shall be in writing and forwarded to the attention of the following individuals: South Florida Water Management District Attn- Evan Skornick, R-E, M, Project Manager Telephone No. (305) 377-7274 ext. 7260 Attn: Rupert Giroux, Contract Specialist Telephone No. (561) 682-2532 Address: P.O. Box 24680 3301 Gun Club Road West Palm Beach, FL 33416-4680 CITY of South N.Iiami Attn: Ajibola Balogun, REM, CFEA, Telephone No. (105) 663-6350 Address: 4795 SW 75h Street Mian* FL 33 155 19. CITY recognizes that any representations, statements or negotiations made by DISTRICT staff do not suffice to legally bind DISTRICT in a contractual relationship unless they have been reduced to .writing and signed by an authorized DISTRICT representative. This AGREEMENT shall inure to the benefit of and shall be binding upon the parties, their respective assigns, and successors in interest, 20. This AGREEMENT may be amended, extended or renewed only with the written approval of the parties. The DISTRICT shall be responsible for initiating any amendments to this AGREEMENT, if requires:/. 21. This AGREEMENT, and any work performed hereunder, is subject to the Laws of the State of Florida, Nothing in this AGR-EEI%lEN*r will bind any of the parties to perform beyond their respective authority, nor does this AGREEMENT alter the legal rights and remedies which the respective parties Would otherwise have, Linder law or at equity. 22. Should any term or provision of this AGREEMENT be held, to any extent, invalid or unenforceable, as against any person, CITY or cirCUTnStance during the term hereof, by force of any statute, law, or ruling of any forum of competent jurisdiction, such invalidity shall not affect any other teen or provision of this AGREEINIENT, to the extent that the AGREEMENT shall remain operable, enforceable and in full force and effect to the extent permitted by law. 23. Failures or waivers to insist on strict performance of any covenant, condition, or provision of this AGREEMENT by the parties shall not be deerned a waiver of any of its right- or remedies, nor shall it relieve Agreement No. 460000073I - Pa-c 4 of 5 the other party fT,)i-n performing any subsequent obligations strictly 'In accordance with the tcrrLs of this AGREEMENT. No waiver shall be effective unless in writing and signed by the party against whom enforcement is sought. Such waiver shall be limited to provisions of this AGREEMENT specifically referred to therein and shall not be deemed a waiver of any other provision. No waiver shall constitute a continuing waiver unless the«i-iting states otherwise. 24. Any dispute arising Linder this AGREEMENT which cannot be readily resolved shall be submitted jointly to the signatories of this AGREEMENT with each party agreeing to seek in good faith to resolve the issue through negotiation or other fortes of non - binding alternative dispute resolution mutually acceptable to the parties. A joint decision of the signatories, or their designees, shall be the disposition of such dispute. 2.5 This AGREEMENT states the entire understanding and agreement between the parties and supersedes any and all written or oral representations, statements, negotiations, or agreements previously existing between the parties with respect to the subject matter of this AGREEMENT. 26. Any inconsistency in this AGREEMENT shall be resolved by giving precedence in the following order: (a) Terns and Conditions outlined in preceding paragraphs I — 24 (b) Exhibit "A" Statement of Work (c) all other exhibits, attachments and documents specifically incorporated herein by reference IN WITNESS WHEREOF, the parties or their duly authorized representatives hereby execute this AGREEMENT on the date first written above. SFWMD By: Date: SOUTH FLORIDA WATER MANAGEMENT DISTRIur BY ITS GOVERNIING BOARD Frank Hayden, Procurement Director ciTy OF SOUTH XIIAMI By:._—/) -oz Title: Agreement No. 4600000731 - Page 5 of 5 EXHIBIT "A" CITY OF • MIAMI CITYWIDE STORMWATER DRAINAGE SYSTEM IMPROVEMENTS - PHASE III The City of South Miami (City) Project is partially funded by Fiscal Year 2008 Ad Valorem funds collected by the South Florida Water Management District. These funds are administered through the District and dispersed and managed at the local level. The City is located within the southeastern portion of Miami -Dade County and is roughly bounded by Bird Road (SW 40'1' Street) to the north, Kendall Drive (SW 88th Street) to the south, SW 69th Avenue'to the west and Red Road (SW 57th Avenue) to the east. The City's existing drainage system consists primarily of roadside inlets connected to outfalls located throughout the City. The majority of the system was constructed several years ago, and in some cases, the outfall structures are no longer discharging, or are undersized for the volume they are expected to handle, The non - upgraded portions of the system provide poor levels of flood protection and provide virtually no treatment of storm runoff. This undesirable scenario potentially lends itself to short and long term flooding conditions within the City. These deficient conditions, added to the characteristics of a flood high risk area due to the proximity of the City to Biscayne Bay, justify the need for an upgraded system. The City has recognized this fact and has developed a plan for proceeding with proposed upgrades to the system, including this project. Additionally, the City is a participating member of the Miami -Dade County Local Mitigation Strategy. i fCI * The objective of the Project is to improve stormwater drainage in the City by providing an upgraded drainage and treatment system for the geographic areas described in Section 3.0. The Project will provide for improved flood protection while maximizing water quality treatment of storm runoff prior to discharge through typical treatment methods and best cost effective available technologies to meet the requirements of the National Pollutant Discharge Elimination System (NPDES) permitting program. All improvements to be undertaken as part of this Project are described in Section 3.0 of this Statement of Work. 3.0 SCOPE OF WORK The City will retain a consultant to provide the professional services needed to complete the stormwater drainage system improvements. The steps to be taken in the planning, design and construction, as applicable per project, are set forth below. However, responsibility for carrying out all tasks under this Scope of Work shall reside with the City. The City shall be responsible for the satisfactory completion of all work under this Statement of Work. This Statement of Work will focus on activities within two separate phases whose geographic locations are set forth as follows: Agreement 4600000731, Page 1, Exhibit 'W', Statement of Work Phase 1: Improvements will take place along the following main areas: • SW 74th Terrace • SW 57th Court • SW 58th Avenue • City Hall parking lot • Broad Canal Shoreline Stabilization Phase 2: Improvements will take place along the following main areas: • SW 84th Street (from SW 57th Avenue to SW 62"d Avenue) For each Phase listed above, the following tasks shall be undertaken: Task 1: Preconstruction Activities Task 2: Construction Activities The Project will meet the regulatory requirements of all government agencies with permitting jurisdiction. At the end of each task, the City shall deliver one (1) hardeopy and one (1) digital copy of the task deliverables to the District. The District shall distribute the copies to the FDEP for its information and use and shall hold a copy for the use of the Local Mitigation Strategy (LMS) Steering Committee. The City shall also provide a summary of the project including estimated cost to the District upon completion of Task 2. The City is responsible for project management, budget management and quality control. The City is responsible for reviewing and approving deliverables from the consultant to ensure that the project objectives are met. Phase 1: This portion of the project shall take place within the geographic area as defined in Section 3.0, and shall include or exclude streets or neighborhood sections as noted: Task 1: Preconstruction Activities • Data Inventory (Onsite & Record search) • Preliminary Layout/Design • Survey • System Design/Preparation of Design Specifications • Design Plans Permitting Task 2: Construction Activities • Construction Plans Bid • Construction Plans Permit • Construction Activities & Close-out Agreement 4600000731, Page 2, Exhibit "A", Statement of Work Deliverables: Summary Report including submittal of 100% Design Plans, Monthly Construction Progress Reports and As-Built engineering plans. Phase 2: This portion of the project shall take place within the geographic area as defined in Section 3.0, and shall include or exclude streets or neighborhood sections as noted: Task 1: Preconstruction Activities • Data Inventory (Onsite & Record search) • Preliminary Layout/Design • Survey • System Design/Preparation of Design Specifications • Design Plans Permitting Task 2: Construction Activities • Construction Plans Bid • Construction Plans Permit • Construction Activities & Close-out Deliverables: Summary Report including submittal of 100% Design Plans, Monthly Construction Progress Reports and As-Built engineering plans. Agreement 4600000731, Page 3, Exhibit "A", Statement of Work EXHIBIT "B" PAYMENT AND DELIVERABLES SCHEDULE Total payment by the District to the City shall not exceed the amount of $525,000.00. All invoices shall be accompanied by adequate documentation to support actual expenditures incurred by the City within the not-to-exceed amounts specified below in accordance with Article 3 of the Agreement. Payment by the District is farther subject to receipt of quarterly progress reports and financial statements from the City with documentation to demonstrate completion of each project task in accordance with Exhibit "A" Statement of Work requirements. If the total consideration for this Agreement is subject to multi-year funding allocations, funding for each applicable fiscal year of this Agreement will be subject to Governing Board budgetary appropriation. In the event the District does not approve funding for any subsequent fiscal year, this Agreement shall terminate upon expenditure of the current funding, notwithstanding other provisions in this Agreement to the contrary. The City is responsible for reviewing and approving deliverables to ensure that project objectives are met. The City is also responsible for project management, budget management and quality control. * All dates are referenced from the date of contract execution. ** The District shall only be obligated to pay for documented actual expenditures within the not-to- exceed amounts specified above. In the event actual expenditures by the City are less than the not-to- exceed for a particular task, the City shall have the right to apply the unexpended balance towards a subsequent task. The City shall provide written notice of its decision to exercise this right at the time of invoicing. In no event shall the District's total obligation exceed $525,000.00 as specified above. Agreement 4600000731, Page 1, Exhibit "B", Payment and Deliverable Schedule DISTRICT" Not-to-Exceed Phase Task Deliverable Due Dates Payment Task 1 - Summary Report Preconstruction including submittal of $60,000 Activities 100% Design Plans. No later than Phase 1 12 Months Task 2 — Construction Monthly Construction Progress Reports; As- $250,000 Activities Built engineering plans Task I - Summary Report Preconstruction including submittal of $0 Activities 100% Design Plans. No later than Phase 2 12 Months Task 2 — Construction Monthly Construction Progress Reports; As- $215,000 Activities Built engineering plans Not-to-Exceed Total Payment $525,000 * All dates are referenced from the date of contract execution. ** The District shall only be obligated to pay for documented actual expenditures within the not-to- exceed amounts specified above. In the event actual expenditures by the City are less than the not-to- exceed for a particular task, the City shall have the right to apply the unexpended balance towards a subsequent task. The City shall provide written notice of its decision to exercise this right at the time of invoicing. In no event shall the District's total obligation exceed $525,000.00 as specified above. Agreement 4600000731, Page 1, Exhibit "B", Payment and Deliverable Schedule cs Rj —I.. < � 0 Eu cu 0 O Cd cif � t cd O 4i U cn 'n :Z " 0 . to ��° 0 . 4-4 co 0 bk 0, C's 'n Cd Cd cd .1. o 0 7:3 �o Cd M 1> :A. C, CON'b r- cl tn ZZ o kA r. 0 1 4 yy 0 0 t� as P� U in. Lr eq F. aj CO ri 0) CD p- as x. ca ca Pa a�d0 0 t1l) O rA 0 C) Q al 3. O yd cl C', cl 0 o co 'El U z as Pik NNU cs Rj —I.. < � 0 Eu cu 0 O Cd cif � t cd O 4i U cn 'n :Z " 0 . to ��° 0 . 4-4 co 0 bk 0, C's 'n Cd Cd cd .1. o 0 7:3 �o Cd M 1> :A. C, CON'b r- cl tn ZZ o kA r. 0 C', 4� • cd 1. Cd Lr eq F. aj CO ri 0) CD p- o ca ca Pa a�d0 0 t1l) rA -CA 3. O yd cl C', cl 0 o co 'El U z as NNU Q-4 1� W O tj Ci cl po &. Z o yo cd cs Rj —I.. < � 0 Eu cu 0 O Cd cif � t cd O 4i U cn 'n :Z " 0 . to ��° 0 . 4-4 co 0 bk 0, C's 'n Cd Cd cd .1. o 0 7:3 �o Cd M 1> :A. C, CON'b r- cl tn ZZ o kA r. 0 �4 ;y -i. 0 cl 04 tz o cYd eq CO ri 0) CD p- o ca ca Pa a�d0 0 t1l) rA O yd cl C', cl 0 o co as NNU (D O cl Z o yo cs Rj —I.. < � 0 Eu cu 0 O Cd cif � t cd O 4i U cn 'n :Z " 0 . to ��° 0 . 4-4 co 0 bk 0, C's 'n Cd Cd cd .1. o 0 7:3 �o Cd M 1> :A. C, CON'b r- cl tn ZZ o kA