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