Loading...
Res. No. 035-03-115841 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 RESOLUTION NO.35"03-11584 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,RELATING TO AUTHORIZING THE CITY MANAGER TO EXECUTE GRANT AGREEMENT WITH SOUTH FLORIDA WATER MANAGEMENT DISTRICT FOR DRAINAGE IMPROVEMENTS PROJECTS IN AN AMOUNT OF $750,000.00;PROVIDING FOR AN EFFECTIVE DATE WHEREAS,the Mayor andCityCommissionwishesto accept grantfromSouthFloridaWater Management District (SFWMD)and, WHEREAS,theagreementisintendedtograntthecity$750,000grantfordrainageimprovements withinthecity,thusincreasingthecurrentagreementwithSFWMDto $2,150,000;and, NOW THEREFORE,beitRESOLVEDbytheMAYORANDCITY COMMISION of theCITYOF SOUTH MIAMI,FLORIDA: Section1:ThattheMayorandCity Commission authorize theCity Manager toexecutea $750,000 amendment to agreement number C-13160 withSFWMD. Section2:The attached agreement ismadeapart of the resolution. PASSED AND ADOPTED this 4th day of March 2003. APPROVED:.ATTEST: J&SljuuQO^^A. Ronetta Taylor,City Cle READ AND APPROVED AS TO FORM: /Q>.<Q^//y£. CITY ATTORNEY lin* Horace G.WSliu,Mayor Commission Vote:4-0 Mayor Feliu:Yea Vice Mayor Russell:Yea Commissioner Bethel:Yea Commissioner Wiscombe:Yea Commissioner McCrea:out of room CITY OF SOUTH MIAMI South Miami Excellence,Integrity,Inclusion 2001 TO:Honorable Mayor,Vice Mayor &City Commission FROM:SanfordA.Youkilis V Acting City Manager /y DATE:February 27,2003 _9ITEMNo._ RE:Authorizing the City Manager to execute amendment #1to agreement #C-13160 between the City of South Miami and South Florida Water Management District for $750,000 grant. RESOLUTION or ORDINANCE A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,RELATING TO AUTHORIZING THE CITY MANAGER TO EXECUTE GRANT AGREEMENT WITH SOUTH FLORIDA WATER MANAGEMENT DISTRICT FOR DRAINAGE IMPROVEMENTS PROJECTS IN AN AMOUNT OF $750,000.00;PROVIDING FOR AN EFFECTIVE DATE BACKGROUND &ANALYSIS Followingour2002LegislativeAppropriationsrequest,thecitywasgranted$750,000for drainageimprovementswithintheCity.Theintent of thedrainage improvement projects approvedunderthis funding istoprovideadequateflood protection withinoutstormwater system.Area considered for improvements include: a Phase 2 of the North-end Drainage Improvement a Citywide Drainage Improvements -3 (Downtown Area) a Citywide Drainage Improvements -4 (Example:4800 Block SW 64th Court.,SW 49th Street &SW 49th Terrace) South Florida Water Management District is schedule to manage and oversee the grant. RECOMMENDATION Itis recommended that theCity Commission authorize theCity Manager to execute the agreement. Attachments: •Proposed Resolution •Agreement with South Florida Water Management District Amendment SAY/RL (WAB) SOUTH FLORIDA WATER MANAGEMENT DISTRICT AMENDMENT C-13160-A01 >'•;•'. AMENDMENT NO.01 TO AGREEMENT NO.C-13160 BETWEEN THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT AND CITY OF SOUTH MIAMI This AMENDMENT NO.01,entered into on .,to that AGREEMENT dated March 28,2002,as amended on between "the Parties,"the South Florida Water Management District (DISTRICT),andCity of SouthMiami (CITY). WITNESSETH THAT: WHEREAS,the AGREEMENT maybe amended with the prior written approval of the parties;and WHEREAS,the Governing Board of the DISTRICT,atits March 13,2003 meeting, approvedenteringintothis AMENDMENT NO.01 withthe CITY;and WHEREAS,thepartieswishtoamendthe AGREEMENT inordertoincreasefunding of the AGREEMENT,amend the Statement of Work and amend the Payment and Deliverables Schedule; NOW THEREFORE,the DISTRICT and the CITY,in consideration of the mutual benefits flowing from each totheother,do hereby agree asfollows: 1.The monetary consideration forthe AGREEMENT is hereby increased bythenotto exceed amount of Seven Hundred Fifty Thousand Dollars and No Cents ($750,000.00)fora total revised AGREEMENT notto exceed price of Two Million One Hundred Fifty Thousand Dollars andNo Cents ($2,150,000.00). Amendment No.01 to Agreement No.C-13160 -Page1 of 2 SOUTH FLORIDA WATER MANAGEMENT DISTRICT AMENDMENT 2.The Statement of Work isalso hereby revised by incorporating Exhibit "CI",attached hereto andmadeapart of this AMENDMENT NO.01. 3.The Payment and Deliverables Schedule isalso hereby revised by incorporating Exhibit "Dl",attached hereto and made a part of this AMENDMENT NO.01. 4.All other terms and conditions of the AGREEMENT,as amended,remain unchanged. IN WITNESS WHEREOF,the parties or their duly authorized representatives hereby execute this AMENDMENT NO.01 on the date first written above. SFWMD PROCUREMENT APPROVED By: Date: SFWMD Office of Counsel approved By: Date: SOUTH FLORIDA WATER MANAGEMENT DISTRICT BY ITS GOVERNING BOARD By: Frank Hayden,Procurement Director CITY OF SOUTH MIAMI By: Title: AmendmentNo.01toAgreementNo.C-13160 --Page2of2 SOUTH FLORIDA WATER MANAGEMENT DISTRICT AMENDMENT Amendment No.01 toAgreementNo.C-13160 -Page3 of2 EXHIBIT "CI" STATEMENT OF WORK CITY OF SOUTH MIAMI STORMWATER SYSTEM IMPROVEMENTS PLAN 1.0 INTRODUCTION TheCityof South Miami's (CITY)Stormwater System Improvement Plan is funded bythe2002 legislature General Appropriation Act funds fromtheFlorida Department of Environmental Protection (FDEP)through Special Appropriation 1747A to support the development of Local (Flood)Mitigation Strategies (LMS)in Miami-Dade County.These fimds are administered throughtheSouthFlorida WaterManagementDistrict(DISTRICT)anddispersedandmanagedatthelocallevel. Theprojectplan will updateand implement therecommendationsoftheCity'sStormwater Comprehensive Plan by: 1.The retrofit of existingpositivedrainagesystem 2.Citywide stormwatersystemsimprovement. 3.Construction of newdrainagesysteminanefforttomeetthefloodprotection responsibilities. The CITY's Improvement program and Comprehensive Planthatestablishtheseneedswascompleted in1997.Aplanthatfocusedon developing a comprehensive planconsistentwiththe requirements of boththeStormwaterManagementProgram(SWMP)andtheStormwaterUtilityProgram(SUP). TheSWMPisarequirement of Environmental Protection Agency's NationalPollutionElimination DischargeSystem(NPDES)program.Thisprogram'sprimaryconcerniswaterqualityandisaimed toreducepollutantsindischargestosurfacewaters.TheSUPisarequirement of theprovisions of Section 403.0893(1)of theFloridaStatues.Thisprogramisintendedtoserveasameansbywhich localgovernmentsandmunicipalitiescanmeettheirenvironmentalandfloodprotection responsibilities. Withthiseffort of planningandimplementation,a comprehensive approachto stormwater managementwillevolve.Thuspreventingfloodingproblemsand help tomaintainorimprovewater quality. 2.0 OBJECTIVE Theoverallproject objective istodevelopacitywide Stormwater ManagementPlan(Plan)thatwill guide development andensureadequatefloodprotectionwithinthestormwatersystem.ThePlanwill provideforfloodprotectionwhiledevelopingwaystoprotectthe area's naturalresourcesandthe water quality of itsstreams. Agreement C-13160-A01 Page1 of 8 3.0 SCOPE OF WORK TheCITY will retainaconsultanttoprovidetheprofessionalservicesneededto complete the stormwater systemimprovement.Thestepstobetakenintheplanningstudyanddesign,asapplicable per project,aresetforthbelow.However,responsibilityforcarryingoutalltasksunderthisScope of Work shall reside with the CITY. 1:Data Inventory 2:Design Criteria and Requirements 3:Water Quality 4:Survey and Area Testing 5:Proposed Drainage SystemDesign 6:Pre-construction &Construction Activities. The CITY's proposed surface water management planwould: >Be compatible withtheexistingenvironmentalsystem; >Provide surfacedrainageandfloodcontrolthatwillmeetthe County's standards/requirements; >Maintainstoragecapacityinthestormwatersystem; >Maintain floodprofilesatorbelow existing levels; >Meets water qualitystandardsatdischargepoints; >Provide forthe maintenance of waterquality. These conditions willbemetforcurrentandproposedlandusesasoutlinedintheCITY Comprehensive Plan. 4.0 WORK BREAKDOWN STRUCTURE Attheend of eachtasktheCITYshalldeliver3copies of thetaskdeliverablestotheDISTRICT.The DISTRICT shall distribute the deliverables to FDEP for its information and use.The CITY shall also provideasummary of theprojectincludingestimatedcosttotheDISTRICTuponcompletion of Sections1through5below.TheDISTRICTshalldistributetheprojectsummaryincludingestimated costtothedesignatedcoordinatorfortheLocalMitigationStrategiesGroupforitsinformationand use. Theprogramwillbedividedintothefollowingsixsections: Section 1:Data Inventory 1.1 Data Collection 1.1.1.Locationandinformationfortheprimarystructures,includingstructuresize, elevation,andcapacity. 1.1.2.Locationandinformationforthesecondarystructuresinthesystem,including structuresize,elevation,andcapacity. 1.1.3.Location of surfacestorageand recharge areas. 1.1.4.Location of wetlandsystemsandfloodproneareas. Deliverable:Preparation of a report to include the information collectedinSections1.1.1. through 1.1.4. Agreement C-13160-A01 Page2of8 Section 2:DesignCriteria and Requirements 2.1 Design Criteria 2.1.1.Basisforanalysisfor numbered drainage structure within thestudyarea. 2.1.2.Categorization of each structure and drainage system astoits function (e.g.,roadway, flood control system)and assignment ofthe appropriate design criteria for design analysis. 2.1.3.Runoff hydrographsforeachsystemfortheappropriatestormevents: •10-year /72-hour storm eventfor secondary drainage systems, •10-year/72-hourstormeventforprimarysystemsandretention/detention facilities, •25-year/24-hourstormeventfor certain roadsandbridgeswhosecriteriaisthe25- yearevent(identifiedinCountyComprehensivePlan), •25-year/24-hourstormeventforfloodplainanalysis, •50-year/24-hourstormeventforcertainroadsandbridgeswhosecriteriaisthe50- yearevent(identifiedinCountyComprehensivePlan),and •100-year /24-hourstormeventforfloodplainanalysis. 2.2RequirementsforEngineering 2.2.1.Easement Requirements. 2.2.2.Location of surfacestorageareas.If thewetlandareasareidentifiedassurface storageareas,thefollowinginformationwillbesupplied: •Hydrological evaluation (very hydrologically stressed/impacted,moderately hydrologicallystressed/impacted,hydrologicallynormal,overinundated). •Estimated seasonal highwater elevation,proposed seasonal highwater,or design high water elevation,and •Jurisdictionbyagency(preliminaryaerialinterpretation). 2.3 Stormwater 2.3.1.Identification of non-structural approaches to stormwater management thatare appropriate forthissystem. 2.4Landdevelopmentregulationsthatmustbemetindesignfornewconstruction. Deliverables:Preparation of areporttoincludethe work products of section2.1 through 2.4 Section 3:Water Quality 3.1 Water Quality Inventory. 3.1.1Tocharacterizeexistingwaterqualityconditionsinthesystem,especiallythoseareas thathaveknownwaterqualityproblems.Forknownwaterqualityproblemareas, descriptions of thehistory of conditionsthatleadtotheproblem(s). 3.1.2Inventory,includingtype,size,location,andownership of potentialpointandnon- pointsources of pollution.Thisinventoryshouldinclude untreated stormwater outfalls,major industrial and commercial landuses,landfill,siteswheretoxic materialsareusedordisposedandanyotherlikelysource of pollution. 3.1.3Identification of dischargeactivitiesthatarecurrentlyoperatingwithapermit(specify permittype),thosethathaveatemporaryoperatingpermit,thosethathavenopermit andthosethatareinviolation of theirpermit of thatarepresentlyviolatingother affluent limits of waterqualitystandards. 3.1.4Identification of thelocationandvisualdescription of waterqualityatanydischarge pointsfrompotentialsources of pollution. Agreement C-13160-A01 Page3 of 8 3.1.5 Identification ofanyareasthat have been proposed for preservation for protection for water quality purposes. 3.2 Recommendations forQuality/Quantity Control Systems forthe system,including: 3.2.1 Retention ponds and conservation areas. 3.2.2 Pollution control devices: •Sedimentation thatwillaccountforheavymetalsaswellassettle-ableand suspended solids. •Lowflowdraw-downsystems,or •Plansandgrassareathatwill absorb,filter,ordecomposefecalmaterialandmost nutrients,andprovidedsurfacesforfilteringandeventualremoval of solids, organic litter andoilsandgreases. 3.3 Recommendations of locationandrationaleforregionalmanagementsystem. 3.3.1Density of developmentinthe system withrespecttoexistingandfuturelandusemix. Deliverable:Preparation of a report toincludethe work products of sections3.1 through 33 Section 4:Survey &Area-Testing: 4.1 Survey&Testing: 4.01 Location Survey /Onsite data collection 4.02TopographicalSurvey(CrossSectionat50feetintervalmaximum) 4.03 Establish horizontal and verticalcontrol(Bench Marks) 4.04 Survey Activities Coordination 4.05Obtainingrequiredcenterlineprofilestodeterminedrainageareas 4.06Performing required AugerBoringtoadepth of 10 feetminimum. 4.07Performing required PercolationTests. 4.08 On-site utilities location and coordination. Deliverable:Summary Report of all work included in Task 4.1 Section 5:Drainage System Design &Permitting. 5.1 DrainageSystemDesign&Permitting: 5.01Project "kick-off forstudy,analysis,datacollectionandcoordinationwithinthe CITY. 5.02Drainagestudyanddesign,with engineering calculationstobeperformed. 5.03Preparation of designplansfortheDrainageSystemtoincluderoadway resurfacing. 5.04Preparation of technicalcriteriaandobtainingpermitsfromapplicable regulatory agencieswith jurisdiction overtheproject. 5.05Preparation of ConstructionContractAgreement&DesignSpecificationDocument (ProjectManual). Deliverable:Complete Plans and Project Manuals Agreement C-13160-AO1 Page4 of 8 Section 6:Pre-construction &Construction Activities: 6.1 Pre-construction &Construction Activities: 6.01 Project's ConstructionBiddingprocessandselection of responsiblebidder. 6.02 Construction activitiestoconformwithrequiredregulationsandstandards. Deliverable:Copies of construction contracts)and construction project schedule(s),and monthly construction progress reports Agreement C-l3160-AO1 Page5of8 EXHIBIT "Dl" PAYMENT AND DELIVERABLES SCHEDULE Total payment bythe DISTRICT shall not exceed the amount of $750,000.Invoices may be submitted no more frequently that quarterly tothe DISTRICT and may address multiple tasksand projects as identified below.All invoices shall be accompanied by adequate documentation to support actual expenditures incurred bythe CITY within the not-to-exceed amounts specified belowin accordance with Article 3.2ofthe Agreement.Payment bythe DISTRICT is further subject to receipt of quarterly progress reportsandfinancialstatementsfromtheCITYwith documentation to demonstratecompletion of all deliverables foreachprojecttaskin accordance withExhibit"C" Statement of Work requirements.The CITY is responsible for reviewing and approving deliverables from the contractor to ensure that project objectives are met.The CITY is also responsible for project management,budget managementandqualitycontrolwiththecontractor. Project No.1-North-end Drainage Improvement -Phase 2 Task Deliverable *Due Date **District Not-to-Exceed Payment Task 1:DataInventory Data Inventory Report 1 month N/A Task2:Design Criteria & Requirements Reportincludingdesign criteria&engineering requirements 2 months N/A Task 3:Surveyand Testing Reportincludingresults of survey &testing 3 months N/A Task 4:Drainage System Design Plans&ProjectManuals 6 months $40,500 Task 5:Pre and Construction Activities Construction contracts, progress reports & projectschedule 10 months Deliverables and pay requests for this task are to be submitted no more frequentlythanon a quarterly basis. $209,500 Total (North-end Drainage Improvement)Payment:$250,000.00*** *All dates are referenced from the date of contract execution. **The DISTRICT shallonlybeobligatedtopayfor documented actual expenditures withinthenot- to-exceed amounts specifiedabove.IntheeventactualexpendituresbytheCITYarelessthanthe not-to-exceedforaparticular task,theCITYshallhavetherighttoapplytheunexpendedbalance towardsasubsequenttask.TheCITYshallprovidewrittennotice of itsdecisiontoexercisethisright. Innoeventshallthe DISTRICT'S totalobligationexceed $750,000.00 asspecifiedabove. ***Totalprojectcostincludes City's projectmanagement/administrativefees. Agreement C-13160-A01 Page6 of8 Project No.2-Citywide Drainage Improvement (Downtown Area) Task Deliverable *Due Date **District Not-to-Exceed Payment Task 1:Data Inventory Data Inventory Report 11 months N/A Task 2:Design Criteria & Requirements Reportincludingdesign criteria &engineering requirements 12 months N/A Task 3:Surveyand Testing Reportincludingresults of survey&testing 13 months N/A Task4:DrainageSystem Design Plans&ProjectManuals 16 months $80,000 Task 5:Pre and Construction Activities Construction contracts, progress reports & project schedule 24 months Deliverables and pay requests for this task are to be submitted no more frequentlythanon a quarterly basis. $120,000 Total (Citywide Drainage Improvement)Payment:$200,000.00*** *All dates are referenced from the date of contract execution. **The DISTRICT shall only be obligated topayfor documented actual expenditures within the not- to-exceedamounts specified above.Intheeventactual expenditures bytheCITYarelessthanthe not-to-exceed fora particular task,the CITY shall have therighttoapplythe unexpended balance towards a subsequent task.The CITY shall provide written notice ofits decision to exercise this right. Innoeventshallthe DISTRICT'S total obligation exceed $750,000.00 asspecifiedabove. ***Totalprojectcostincludes City's project management/administrative fees. Agreement C-13160-A01 Page7 of8 ProjectNo.3-CitywideDrainageImprovement (4800 Blk.SW 64th Ct.,SW 49th St.&SW 49th Terr.) Task Deliverable *Due Date **District Not-to-Exceed Payment Task 1:DataInventory Data Inventory Report 25 months N/A Task 2:Design Criteria & Requirements Report including design criteria &engineering requirements 26 months N/A Task3:Surveyand Testing Report includingresults of survey&testing 27 months N/A Task4:Drainage System Design Plans &ProjectManuals 30 months $54,000 Task 5:Pre and Construction Activities Construction contracts, progress reports& project schedule 34 months Deliverables and pay requests for this task are to be submitted no more frequently thanon a quarterly basis. $246,000 Total (Citywide Drainage Improvement)Payment:$300,000.00*** *All dates are referenced from the date of contract execution. **The DISTRICT shallonlybeobligatedtopayfor documented actual expenditures withinthenot- to-exceedamounts specified above.Intheeventactual expenditures bytheCITYarelessthanthe not-to-exceedfora particular task,theCITYshallhavetherighttoapplytheunexpendedbalance towardsasubsequenttask.TheCITYshallprovidewrittennotice of itsdecisiontoexercisethisright. Inno event shallthe DISTRICT'S totalobligation exceed $750,000.00 as specified above. ***Totalprojectcostincludes City's project management/administrative fees. Agreement C-13160-AO1 Page8 of8