Res. No. 011-05-11990RESOLUTION NO.11-05-11990
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY
MANAGER TO EXECUTE A GRANT AGREEMENT WITH SOUTH
FLORIDA WATER MANAGEMENT DISTRICT OF $725,000 FOR WATER
DISTRIBUTION SYSTEM IMPROVEMENTS;PROVIDING FOR
EFFECTIVE DATE
WHEREAS,theMayorandCity Commission wishesto accept a grant from South Florida
Water Management District (SFWMD);and.
WHEREAS,the agreement isintendedtograntthecity $725,000 to provide water main
extensions citywide.
NOW THEREFORE,BEIT RESOLVED BY THE MAYOR AND CITY COMMISION
OF THE CITY OF SOUTH MIAMI,FLORIDA.THAT:
Section 1:The Mayor andCity Commission authorize the City Manager to execute a
$725,000 grant agreement with SFWMD.
Section 2:The attached agreement ismadeapart of the resolution.
PASSED AND ADOPTED this /&?day of 7^^^,2005.
APPROVED:
Maria Menendez,City Clerk
READ AND APPROVED AS TO FORM:
OTY-ftTTORNEY
ATTEST:
^
Commission Vote:
Mayor Russell:
Vice Mayor Palmer:
Commissioner Wiscombe:
Commissioner Birts-Cooper:
Commissioner Sherar:
5-0
Yea
Yea
Yea
Yea
Yea
CITY OF SOUTH MIAMI
Inter-office Memorandum
TO:Honorable Mayor,ViceMayor DATE:February 1,2005
&City Commission
FROM:Maria V.Davis
City Manager jLrJsddjis
RESOLUTION:
AGENDA ITEM No.
RE:Authorizing the City Manager to
execute an agreement between the City of
South Miami and South Florida Water
Management District for$725,000 grant
6
South Miami
AD-AmericaCtty
uiiir
2001
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY
MANAGER TO EXECUTE A GRANT AGREEMENT WITH SOUTH
FLORIDA WATER MANAGEMENT DISTRICT OF $725,000 FOR WATER
DISTRIBUTION SYSTEM IMPROVEMENTS;PROVIDING FOR
EFFECTIVE DATE
BACKGROUND &ANALYSIS:
Following our 2004 Legislative Appropriations request,the city was granted $725,000 for much
needed water main distribution system extensions within the City.The primary intent ofthe
water main distribution projects approved under this funding isto provide potable drinking water
to City residents currently without potable drinking water and fire protection.Ona secondary
basis,residents with undersized water service lines within the project area will be upgraded.
RECOMMENDATION:
It isrecommendedthattheCityCommissionapprovetheresolution.
ATTACHMENTS:
•Proposedresolution
•Grant Agreement with South Florida Water Management District
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
ADM 28-06
January 19,2005
Mr.Ajibola Balogun
CityofS.Miami
6130 Sunset Drive
So.Miami,FL 33143-5040
Subject:Contract No.OT050657
Water Distribution System Improvements
Dear Mr.Balogun:
u,ril°ned m T°,(2)°2teB °f the SUbject a9reement-Upon receipt,please forwardwrittennotification(email/facsimile)to the individual identified below indicating that the
contract documents have been received and will be executed and returned to the District
no later than the District's Governing Board meeting date of February 9,2005.
Please have them signed and dated by an individual with signature authority on behalf of
DisUtrictr9amZat,0n'AfU"y Sl9ned agreement wi"be retumed t0 V°u uP°n execution by the
Note that this agreement is not binding on the parties until it is approved bv the
appropriate level of authority within the District and fully executed.
St68?6275ned ^*C°ntaCted by email at RGiroux@SFWMD.gov or by facsimile at
Sincerely,
RupeYt Girbuxl
Contract Specialist
Procurement Department
RG/lw
c:Evan Skornick,4430
w/attachment
GOVERNING BOARD
NicolasJ.Gutierrez,Jr.,Esq.,Chair
Pamela Brooks-Thomas,Vice-Chair
Irela M.Bague
Michael Collins
Hugh M.English
Lennart E.Lindahl,P.E.
Kevin McCarty
Harkley R.Thornton
Trudi K.Williams,P.E.
EXECUTIVEOFFICE
Henry Dean,Executive Director
ORIGINAL
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
LOCAL GOVERNMENTAL AGREEMENT
AGREEMENT NO.OT050657
BETWEEN THE /
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
AND
CITY OF SOUTH MIAMI
THISAGREEMENT is entered into asofthe ^__by and between the
South Florida Water Management District (DISTRICT)and the City of South Miami (CITY).
WHEREAS,the DISTRICT isa public corporation of the State of Florida,created by the Florida
Legislature and given those powers and responsibilities enumerated in Chapter 373,Florida Statutes,to include
entering into contracts with public agencies,private corporations or other persons;and
WHEREAS,the DISTRICT desires to provide financial assistance tothe CITY forWater Distribution
SystemImprovements;and
WHEREAS,the CITY warrants and represents thatithasno obligation or indebtedness that would impair
its ability to fulfill the terms and conditions of this AGREEMENT;and
WHEREAS,the Governing Board of the DISTRICT atits February 9,2005 meeting,approved entering
into this AGREEMENT with the CITY;
NOW,THEREFORE,in consideration ofthe covenants and representations setforth herein and other
good and valuable consideration,the receipt and adequacy of which is hereby acknowledged,die parties agree as
follows:
1.The DISTRICT agrees to contribute funds andthe CITY agrees to perform theworkset forth in Exhibit
"A"attached hereto and made apart hereof,subject to availability of funds andin accordance with their
respective authorities to complete water main system extension and to complete upgrades to the distribution
system.
2.The period of performance of this AGREEMENT shall commence on the date of execution of this
AGREEMENT andshallcontinueforaperiodofone(1)year.
3.Thetotal DISTRICT contributionshallnotexceedtheamount of Seven Hundred Twenty-fiveThousand
Dollars and No Cents ($725,000.00).The DISTRICT will provide the full amount based onthe Payment
andDeliverableSchedulesetforthinExhibit "B",whichisattachedheretoandmadeapartofthis
AGREEMENT.The DISTRICT'S contributionissubjecttoadequatedocumentationtosupportactual
expenditures within the not-to-exceed AGREEMENT funding limitation of $725,000.00.In no event shall
the DISTRICT be liable forany contribution hereunder in excess ofthis amount.Ifthe total consideration
•for this AGREEMENT is subject to multi-year funding allocations,funding foreach applicable fiscal year
ofthis AGREEMENT willbe subject to Governing Board budgetary appropriation.Inthe 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
AgreementNo.OT050657 -Page1 of 5
contrary.The DISTRICT willnotifytheCITYinwritingaftertheadoption of thefinal DISTRICT
budgetforeach subsequent fiscalyeariffundingisnotapprovedforthis AGREEMENT.
4.The CITY shallsubmitquarterlyfinancialreportstothe DISTRICT providingadetailedaccounting of all
expendituresincurredhereunder-throughoutthetermofthis AGREEMENT.The CITY shallreportand
documentthe amount of fundsexpendedpermonthduringthe quarterly reporting period andthe
AGREEMENT expenditurestodatewithinthemaximumnot-to-exceed AGREEMENT funding
limitation.
5.TheCITYshallcostshareinthetotal amount ofEightHundredThirty-OneThousandTwoHundredFifty
DollarsandNoCents ($831,250.00)inconformitywiththelawsand regulations governing the CITY.
6.Allworktobe performed under this AGREEMENT issetforthin Exhibit "A",Statement of Work,which
isattachedheretoandmadeapart of thisAGREEMENT.The CITY shallsubmitquarterlyprogress
reportsdetailingthestatus of worktodateforeach task Thework specified in Exhibit "A"shallbeunder
thedirection of the CITY but shallbeopentoperiodicreviewand inspection byeitherparty.Noworkset
forthin Exhibit "A"shall be performed beyondtheexpirationdate,unless authorized through execution of
anamendmentto cover succeeding periods.
7.The CITY isherebyauthorizedtocontractwiththirdparties (subcontracts)forservicesawardedthrougha
competitiveprocessrequiredbyFloridaStatutes.The CITY shallnotsubcontract,assignortransferany
otherworkunderthis AGREEMENT withoutthepriorwrittenconsent of the DISTRICT'S Project
Manager.The CITY agreestoberesponsibleforthefulfillment of allworkelementsincludedinany
subcontractandagreestoberesponsibleforthe payment of all monies due under any subcontract Itis
understoodandagreedbythe CITY thatthe DISTRICT shallnotbeliabletoanysubcontractorforany
expensesor liabilities incurred underthe subcontracts).
8.Bom the DISTRICT andthe CITY shallhavejointownershiprightstoallworkitems,includingbutnot
limitedto,alldocuments,technicalreports,researchnotes,scientific data,computerprograms,including
thesourceandobjectcode,whicharedeveloped,createdorotherwiseoriginatedhereunderbytheother
party,its subcontractor(s),assign(s),agent(s)and/or successor(s)as required bytheExhibit"A",Statement
of Work.Both parties'rights todeliverablesreceived under this AGREEMENT shallincludethe
unrestrictedand perpetual right touse,reproduce,modifyand distribute such deliverables atnoadditional
costtotheotherparty.Notwithstandingthe foregoing,ownership of allequipmentandhardwarepurchased
bythe CITY underthis AGREEMENT shallbedeemedtobethe property of the CITY uponcompletion
of this AGREEMENT.The CITY shallretainall ownership to tangible property.
9.The CITY,totheextent permitted bylaw,assumesanyandallrisks of personal injury,bodilyinjuryand
propertydamage attributable tonegligentactsoromissions of the CITY andtheofficers,employees,
servantsandagentsthereof.The CITY representsthatitisself-fundedforWorker'sCompensationand
liabilityinsurance,coveringbodilyinjury,personalinjuryandpropertydamage,withsuchprotectionbeing
applicabletothe CITY,itsofficersandemployeeswhileactingwithinthescope of theiremployment
duringperformance of underthis AGREEMENT.Intheeventthatthe CITY subcontractsanypartorall
of theworkhereundertoanythirdparty,theCITYshallrequireeachandeverysubcontractortoidentify
the DISTRICT asanadditionalinsuredonallinsurancepoliciesas required bythe CITY.Anycontract
awardedbythe CITY shallincludeaprovisionwherebythe CITY'S subcontractoragreesto indemnify,
payonbehalf,and hold the DISTRICT harmlessfromalldamagesarisinginconnectionwiththe CITY's
subcontract.
10.The CITY andthe DISTRICT furtheragreethatnothing contained herein shallbeconstruedorinterpreted
as(1)denyingtoeither party anyremedyordefenseavailabletosuch party underthelaws of theStateof
Florida;(2)the consent of theState of Floridaoritsagentsand agencies tobesued;or(3)awaiver of
sovereignimmunity of theState of Floridabeyondthewaiver provided inSection768.28,FloridaStatutes.
11.Thepartiestothis AGREEMENT areindependententitiesandarenotemployeesoragents of theother
parties.Nothinginthis AGREEMENT shallbeinterpretedtoestablishanyrelationshipotherthanthat of
independententities,between the DISTRICT,the CITY,theiremployees,agents,subcontractorsor
assigns,duringoraftertheterm of this AGREEMENT.The parties tothis AGREEMENT shallnot
assign,delegateor otherwise transfertheirrightsandobligationsassetforthinthis AGREEMENT
Agreement No.OT050657 -Page2 of 5
without the prior written consent of the other parties.Any attempted assignment in violation of this
provision shall be void.
12.The parties to this AGREEMENT assure that no person shall be excluded on the grounds ofrace,color
creed,national origin,handicap,age or sex,from participation in,denied the benefits of,or be otherwise
subjected to discrimination in any activity under this AGREEMENT.
13.The CITY,its employees,subcontractors or assigns,shall comply with all applicable federal,state and
local laws and regulations relating to the performance ofthis AGREEMENT.The DISTRICT undertakes
no duty to ensure such compliance,but will attempt to advise the CITY,upon request,as to any such laws
of which ithas present knowledge.
14.Either party may terminate this AGREEMENT at any time for convenience upon thirty (30)calendar days
prior written notice to the other party.In the event of termination,all funds not expended by the CITY for
authorized work performed through the termination date shall be returned to the DISTRICT within sixty
(60)days of termination.
15.The CITY shall allow public access to all project documents and materials in accordance with the provisions of
Chapter 119,Horida Statutes.Should the CITY assert any exemptions to the requirements of Chapter 119 and
related Statutes,the burden ofestablishing such exemption,by way ofinjunctive or other relief as provided bv
law,shallbeuponthe CITY.
16.The CITY shall maintain records and the DISTRICT shall have inspection and audit rights below.The CITY
shall similarly require each subcontractor to maintain and allow access to such records for audit purposes:
A-Maintenance ofRecords:The CITY shall maintain all financial and non-financial records and reports
directly or indirectly related to the negotiation or performance of this AGREEMENT including supporting
documentation for any service rates,expenses,research or reports.Such records shall be maintained and
made available for inspection for a period offive (5)years from the expiration date ofthis AGREEMENT.
B-Examination of Records:The DISTRICT or designated agent shall have the right to examine in
accordance with generally accepted governmental auditing standards all records directly or indirectly
related to this AGREEMENT.Such examination may be made only within five (5)years from the
expiration date of this AGREEMENT.
p-Extended Availability of Records for Legal Disputes:In the event that the DISTRICT should become
involved in a legal dispute with a third party arising from performance under this AGREEMENT,the
C}TY^^extend the period ofmaintenance for all records relating to the AGREEMENT until the final
disposition of the legal dispute.All such records shall be made readily available to the DISTRICT.
17.Whenever the DISTRICT'S contribution includes state or federal appropriated funds,the CITY shall,in
addition to the inspection and audit rights set forth in paragraph #16 above,maintain records and similarly
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:
A.Maintenance of Records:The DISTRICT shall provide the necessary information to the CITY as set
forth inExhibit "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 ofState 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 Office 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 federal laws and regulations
(5)•Submission ofthe applicable single audit report to the DISTRICT,as completed per fiscal year
B-Examination of Records:The DISTRICT or designated agent,the state awarding 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
AgreementNo.OT050657 -Page3 of 5
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
visitsandlimitedscopeaudits.
18.All notices or other communication regarding this AGREEMENT shall bein writing and forwarded to the
attention of thefollowingindividuals:
South Florida Water Management District City of SouthMiami
Attn:Evan Skornick,Project Manager Attn:Ajibola Balogun,Project Manager
Telephone No.(305)377-7274 ext.7290 Telephone No.(305)663-6350
Attn:Rupert Giroux,ContractSpecialist Address:
TelephoneNo.(561)682-2532 6130SunsetDrive
South Miami,FL 33143-5040
Address:
P.O.Box 24680
3301 Gun Club Road
West Palm Beach,FL 33416-4680
19.CITY recognizes that any representations,statements or negotiations made by DISTRICT staffdonot suffice
to legally bind DISTRICT ina contractual relationship unless they have been reduced to writing and signed by
an authorized DISTRICT representative.This AGREEMENT shallinuretothebenefitofandshallbe
bindinguponthe 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 required.
21.This AGREEMENT,andanywork performed hereunder,issubjecttotheLawsoftheStateof Florida.
Nothing in this AGREEMENT 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
otherwisehave,underlaworatequity.
22.Should any term or provision of this AGREEMENT be held,toany extent,invalid or unenforceable,as
against any person,CITY or circumstance during the term hereof,by force of any statute,law,or ruling of any
forum of competent jurisdiction,such invalidity shall not affect anyothertermor provision of this
AGREEMENT,totheextentthatthe AGREEMENT shallremain operable,enforceable andinfullforceand
effecttotheextentpermittedbylaw.
23.Failures or waivers to insist on strict performance of any covenant,condition,or provision of this
AGREEMENT bythe parties shallnotbe deemed awaiverofany of itsrightsor remedies,norshallit relieve
theotherpartyfrom performing any subsequent obligations strictlyinaccordancewiththetermsofthis
AGREEMENT.No waiver shallbe effective unless in writing and signed bytheparty against whom
enforcement issoughtSuchwaivershallbe limited to provisions ofthis AGREEMENT specifically referred
to therein and shall notbe deemed a waiver of any other provision.No waiver shall constitute a continuing
waiverunlessthewritingstatesotherwise.
24.Any dispute arising under this AGREEMENT which cannot be readily resolved shall be submitted jointly
to die signatories of this AGREEMENT witheachpartyagreeingtoseekingoodfaithtoresolvetheissue
throughnegotiationorotherformsof non-binding alternativedisputeresolutionmutuallyacceptabletothe
parties.Ajoint decision ofthe signatories,ortheir designees,shallbethe disposition ofsuch dispute.
25.This AGREEMENT states the entire understanding and agreement between the parties and supersedes anyand
all written ororal representations,statements,negotiations,or agreements previously existing between the
partieswithrespecttothesubjectmatter ofthis AGREEMENT.
26.Any inconsistency inthis AGREEMENT shallbe resolved bygiving precedence inthe following order:
(a)TermsandConditionsoutlinedinprecedingparagraphs 1-24
(b)Exhibit"A"Statement ofWork
Agreement No.OT050657 -Page4 of 5
(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.
SB^MD procurement approved
Date:^\WWo
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
BY ITS GOVERNING BOARD
By:.
Frank Hayden,Director of Procurement
CITY OF SOUTH MIAMI
By:.
Agreement No.OT050657 -Page5 of 5
INTRODUCTION
EXHIBIT "A"
STATEMENT OF WORK
CITY OF SOUTH MIAMI
WATER DISTRIBUTION SYSTEM IMPROVEMENTS
The City of South Miami (City)Project was partially funded by Fiscal Year 2005 Ad Valorem funds
collected by the South Flrorida Water Management District.These funds are administered through the
District and dispersed andmanagedatthe local level.
The City is located within the southeastern portion of Miami-Dade County and is roughly bounded by Bird
Road (SW 40th Street)to the north,Kendall Drive (SW 88th Street)to the south,SW 69th Avenue to the west
and Red Road (SW 57 Avenue)to the east.Alarge portion of the City is currently connected to the City's
water distribution system,however,there are several pockets within the City limits that are not connected to
this system and currently utilize private wells for their water supply.
Through testing of water samples collected from several private wells throughout the City,the Florida
Department ofHealth identified a potential Arsenic hazard to the citizens utilizing those wells.Therefore,
the City has identified the need to extend and upgrade the existing distribution system in order to assure safe
drinking water availability to all residents within the City limits.This project will also provide the benefit
of reducing localized groundwater consumption rates within the pocket area that do not currently have
accesstothe distribution system.
OBJECTIVE
The overall project objective is to provide much needed potable drinking water for residents of the City
currently on well water system and to upgrade undersized existing distribution systems within the City.The
improvement will also include the installation of fire hydrants for fire protection within the improvement
areas.All improvements within this Project will be phased and the proposed phase is described in Section
3.0 of this Statement of Work.
SCOPE OF WORK
The City will retain a consultant to provide the professional services needed to complete the water main
system extension.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 ofall work under this Statement
of Work.This Statement of Work will focus on activities that fall within three phases:
Phase 1:Citywide Water Main Extension -Area 1
Phase 2:Citywide Water Main Extension -Area 2
Phase3:Citywide Water Main Improvements
ForeachPhaselistedabove,the following listoftasksshallbe undertaken:
Page 1,Exhibit "A",Statement of Work,OT050657
Task 1:Preconstruction Activities.
Task 2:Construction Activities.
TheProjectwill meet the regulatory requirements of all government agencies with permitting jurisdiction.
WORK BREAKDOWN STRUCTURE
Attheend of each task,the City shall deliver Three (3)copies of the task deliverables totheDistrict.The
District shalldistributethecopiestotheFDEPforitsinformationanduse.TheCityshallalsoprovidea
summary of the project includingestimatedcosttotheDistrictupon completion of Task 2.
TheCityis responsible forproject management,budget management andquality control.TheCityis
responsible for reviewing and approving deliverables from theconsultanttoensurethatthe project
objectives are met.
Phase 1:Citywide Water Main Extension -Area 1
Thisportion of the project shalltakeplacewithinthegeographicarea bounded asfollows,andshallinclude
or exclude streets or neighborhood sections as noted:
Taskl:Preconstruction Activities
•Data Inventory (Onsite &Record search)
•Preliminary Layout/Design
•Survey
•System Design/Preparation of DesignSpecifications
•Design Plans Permitting
Task 2:Construction Activities
•Construction Plans Bid
•Construction Plans Permit
•Construction Activities &Close-out
Deliverables:SummaryReportincluding submittal of 100%DesignPlans,MonthlyConstruction Progress
Reportsand As-Built engineering plans.
Phase 2:Citywide Water Main Extension -Area 2
Thisportion of the project shalltakeplacewithinthegeographicarea bounded asfollows,andshallinclude
orexclude streets or neighborhood sections asnoted:
Taskl:Preconstruction Activities
•Data Inventory (Onsite &Record search)
•Preliminary Layout/Design
•Survey
•System Design/Preparation of DesignSpecifications
•Design Plans Permitting
Task 2:Construction Activities
Page 2,Exhibit "A",Statement of Work,OT050657
•Construction Plans Bid
•Construction Plans Permit
•Construction Activities &Close-out
Deliverables:Summary Report including submittal of 100%Design Plans,Monthly Construction
ProgressReportsand As-Built engineering plans.
Phase3:Citywide Water Main Improvements
This portion ofthe project shall provide for general improvements,extension and upgrades to the
distribution systemtomeetcurrentandfuture capacity.
Taskl:Preconstruction Activities
•Data Inventory (Onsite &Record search)
•Preliminary Layout/Design
•Survey
•SystemDesign/Preparation of Design Specifications
•DesignPlans Permitting
Task 2:Construction Activities
•Construction Plans Bid
•Construction Plans Permit
•Construction Activities &Close-out
Deliverables:Summary Reportincluding submittal of 100%DesignPlans,Monthly Construction
ProgressReportsand As-Built engineering plans.
Page 3,Exhibit "A",Statement of Work,OT050657
EXHIBIT "B"
PAYMENT AND DELIVERABLES SCHEDULE
Total payment bythe District totheCityshallnot exceed the amount of $725,000.00.All invoices shallbe accompanied by
adequate documentation to support actual expenditures incurred bytheCity within the not-to-exceed amounts specified
below in accordance with Article 3ofthe Agreement.Payment bythe District is further subject to receipt of quarterly
progressreportsandfinancialstatementsfromtheCitywith documentation todemonstratecompletion of eachprojecttaskin
accordance with Exhibit "A"Statement of Work requirements.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 andqualitycontrol.
Phase Task Deliverable Due Date*
DISTRICT**
Not-to-Exceed
Payment Total Cost***
Phase 1:
Citywide Water
Main Extension
-Area 1
Taskl-
Preconstruction
Activities
Summary Report
including submittal
of 100%Design
Plans.
6 months $45,000 $56,250
Task 2-
Construction
Activities
Monthly
Construction
Progress Reports;
As-Built
engineering plans
12 months
Pay requests for
this task are to be
submitted no more
frequently than on
a quarterly basis.
$205,000 $225,000
Phase 2:
CitywideWater
Main Extension
-Area 2
Task 1-
Preconstruction
Activities
Summary Report
including submittal
of 100%Design
Plans.
6 months $45,000 $45,000
Task 2-
Construction
Activities
Monthly
Construction
Progress Reports;
As-Built
engineering plans
12 months
Pay requests for
this task are to be
submitted no more
frequently than on
a quarterly basis.
$205,000 $205,000
Phase 3:
Citywide Water
Main
Improvements
Taskl-
Preconstruction
Activities
Summary Report
including submittal
of 100%Design
Plans.
6 months $35,000 $35,000
Task 2-
Construction
Activities
Monthly
Construction
Progress Reports;
As-Built
engineering plans
12 months
Pay requests for
this task are to be
submitted no more
frequently than on
a quarterly basis.
$190,000 $190,000
Not-to-Exceed Total Payment $725,000.00 $1,556,250***
*All dates are referenced from the date of contract execution.
**The District shall only be obligated topayfor documented actual expenditures within the not-to-exceed amounts specified
above.Inthe event actual expenditures bytheCityare less than the not-to-exceed fora particular task,the City shall have
therighttoapplythe unexpended balance towards a subsequent task.TheCityshallprovide written notice ofits decision to
exercisethisright.InnoeventshalltheDistrict'stotal obligation exceed$725,000.00asspecifiedabove.
***The project cost (Total Cost)includes City's project management/administrative fee and $800,000 spent in support of
thisprogrambyMiami-DadeCounty through theMiami-DadeCountyNeeds Assessment Fund.
Page 1,Exhibit "B",Payment and Deliverable Schedule,OT050657
EXHIBIT C
FUNDSAWARDEDTOTHEENTITYPURSUANTTOTHISAGREEMENTCONSISTOFTHEFOLLOWING:
Federal Resources Awarded tothe Recipient Pursuant tothis Agreement Consist of theFollowing:
Federal
Program
Number
FederalAgency CFDA
Number CFDA Tide Funding Amount
State
Appropriation
Category
NOT APPLICABLE
StateResources Awarded totheRecipientPursuanttothis Agreement Consist of theFollowingMatchingResourcesforFederalPrograms:
Federal
Program
Number
FederalAgency CFDA
Number CFDA Title Funding Amount
State
Appropriation
Category
NOT APPLICABLE
StateResourcesAwardedtotheRecipientPursuanttothisAgreementConsistoftheFollowingResourcesSubjecttoSection 215.97,F.S.:
State
Program
Number
FundingSource State
Fiscal Year
CSFA
Number
CSFA Title
Or
Funding Source Description
FundingAmount
State
Appropriation
Category
NOT APPLICABLE
Total Award
For each program identified above,the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance (CFDA)
[http://12.46.245.173/cfda/cfda.html]and/or the Florida Catalog of State Financial Assistance (CSFA)[http://state.fl.us/fsaa/catalog].The services/purposes for
which the funds are to be used are included in the Contract scope ofservices/work.Any match required by the recipient is clearly indicated in the Contract.
Page1 of 1,Agreement OT050657