Loading...
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