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