07-24-07 Item 19South Miami
bAd
AID- Americachv
CITY OF SOUTH MIAMI ' I r
OFFICE OF THE CITY MANAGER
INTER- OFFICE MEMORANDUM 2001
To: The Honorable Mayor Feliu and Members of the City Commission
Via: Yvonne S. McKinley, City Manager
From: W. Ajibola Balogun, REM, CFEA, Director_
Public Works & Engineering Department
Date: July 24, 2007 Agenda Item No.: iq Subject: Work Order for Restrooms Rehabilitation at Palmer Park.
Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A
GRANT AMENDMENT NO. 02 WITH SOUTH FLORIDA WATER MANAGEMENT
DISTRICT (SFWMD) FOR WATER DISTRIBUTION SYSTEM IMPROVEMENTS;
PROVIDING AN EFFECTIVE DATE
Request: Authorizing the City Manager to execute grant Amendment No. 2 with SFWMD.
Reason/Need:In 2005, we received a grant for water main extension / improvements from
SFWMD. We have completed all the projects in the scope of the grant and they were all
completed within the terms of the original agreement and amendment number 01. Immediately
following the completion of all the projects, we submitted reimbursement request to SFWMD.
SFWMD could not process our request due to unforeseen issues within their district, until the
agreement expired. Now that they are ready to process our reimbursement, they requested that
we execute this amendment.
Cost:
N/A
Funding Source: N/A
Backup Documentation:
D Proposed Resolution
O Proposed Amendment No. 02 from SFWMD
U Approved Amendment No. 01
Original Agreement No. OT050657
1
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
38
39
40
41
42
43
44
45
46
47
48
RESOLUTION NO.:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE
A GRANT AMENDMENT NO. 02 WITH SOUTH FLORIDA WATER
MANAGEMENT DISTRICT FOR WATER DISTRIBUTION SYSTEM
IMPROVEMENTS; PROVIDING AN EFFECTIVE DATE
WHEREAS, the Mayor and City Commission wishes to continue accepting grant from South
Florida Water Management District (SFWMD) and,
WHEREAS, Amendment number 02 is intended to continue the city's $725,000 grant provided
for water main extension citywide.
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISION OF
THE CITY OF SOUTH MIAMI, FLORIDA THAT:
Section 1: That the Mayor and City Commission authorize the City Manager to execute
Amendment number 02 for $725,000 grant from SFWMD.
Section 2: The attached Amendment number 02 is made a part of the resolution.
PASSED AND ADOPTED this day of , 2007.
ATTEST: APPROVED:
CITY CLERK MAYOR
READ AND APPROVED AS TO FORM:
Luis R. Figueredo,
Nagin Gallop & Figueredo, P.A.
Office of City Attorney
COMMISSION VOTE:
Mayor Feliu:
Vice Mayor Wiscombe:
Commissioner Palmer:
Commissioner Birts:
Commissioner Beckman:
AMENDMENT NO. 02
TO AGREEMENT NO. OT050657
BETWEEN THE
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
AND
CITY OF SOUTH MIAMI
This AMENDMENT NO. 02, entered into on , to
that AGREEMENT dated February 11, 2005, as amended on March 17, 2006 between "the
Parties," the South Florida Water Management District (DISTRICT), and City of South Miami
(CITY).
WITNESSETH THAT:
WHEREAS, the AGREEMENT may be amended with the prior written approval of the
parties; and
WHEREAS, the pat-ties wish to amend the AGREEMENT in order to extend the period
of performance and revise the Payment and Deliverable Schedule;
NOW THEREFORE, the DISTRICT and the CITY, in consideration of the mutual
benefits flowing from each to the other, do hereby agree as follows:
a) The term of the AGREEMENT is hereby extended by Nine (9) Months and the
expiration date, as amended, is July 10, 2007. Regardless of the actual date of execution,
this AMENDMENT NO. 01 shall be effective as of October 10, 2006.
b) The Paynient and Deliverable Schedule, Exhibit "B I" is hereby deleted in its entirety and
replaced by Exhibit "B2", attached hereto and made a part of this AGREEMENT.
c) This AMENDMENT NO. 02 shall be at no additional cost to the DISTRICT.
d) All other terms and conditions of the AGREEMENT, as amended, remain unchanged,
Amendn-mit W 04' to Arpeement Nm OT056657 -- Nige I of 2
SOUTH FLORIDA WATER MANAGEMENT-DISTRICT
AMENDMENT
IN WITNESS WHEREOF, the parties or their duly authorized representatives hereby
execute this AMENDMENT NO. 02 on the date first written above.
SF)VAID PROCUREN14NTAPPROYPP
Bv:
✓ \1 �
Date:
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
m
Frank Hayden, Procurement Director
CITY OF SOUTH MIAMI
m
Title:
Amendment No. 02 to Agreement No. OT050657 -- Page 2 of 2
EXHIBIT 132
PAYMENT AND DELIVERABLES SCHEDULE
Total payment by the District to the City shall not exceed the amount of $725,000.00. All invoices shall be accompanied
by adequate documentation to support actual expenditures incurred by the City within the not -to- exceed amounts specified
below in accordance with Article 3 of the Agreement. Payment by the District is ft►rther subject to receipt of quarterly
progress reports and financial statements from the City with documentation to demonstrate completion of each project task
in accordance with Exhibit "A" Statement of Work requirements. If the total consideration for this Agreement is
subject to multi -year funding allocations, finding for each applicable fiscal year of this Agreement %will be
subject to Governing Board budgetary appropriation. In the event the District does not approve funding for any
subsequent fiscal year, this Agreement shall terminate upon expenditure of the current funding, notwithstanding
other provisions in this Agreement to the contrary. The City is responsible for reviewing and approving deliverables
to ensure that project objectives are met. The City is also responsible for project management, budget management and
quality control.
* All dates are referenced from tlrc date of contract exectition.
** The District shall only be obligated to pay for documented tactual expenditures within the not -to- exceed amounts
specified above. In the event actual expenditures by the City are less than the not -to- exceed for a particular task, the City
shall have the right to apply the unexpended balance towards a subsequent task. The City shall provide written notice of its
decision to exercise this right. In no event shall the District's total obligation exceed $725,000.00 as specified above.
* ** The project cost (Total Cost) includes City's project management;`administrative fee and $800,000 spent in support of
this program by Miami- -Dade County through the Miami -Dade County Needs Assessment Fund.
Exhibit 132, Payment and Deliverables Schedule, Contract 3600000892 (OT050657 -A02)
DISTRICT **
Not -to- exceed
Phase
Task
Deliverable
Due Date*
Payment_
Total Cost * *'*
Task 1 -
Summary Report
Preconstruction
including submittal
Completed
$45,000
$56,250
Activities.
of 100 %o Design
g
(Paid)
Phase l:
Plans.
Citywide Water
Main Extension
Task 2 —
Monthly
Construction
— Area I
Construction
Progress Reports;
Completed
$205,000
$225,000
Activities
As -Built
(Paid)
engineering plans
Task I -
Summary Report
Preconstuction
including submittal
Completed
p
$45,000
55,000
'1
Phase 2:
Activities
of 100% Design
g
(Paid)
Citywide Water
Plans.
Main Extension
Monthly
— Area 2
Task 2 —
Construction
Construction
Progress Reports;
Completed
$205,000
$205,000
Activities
As -Built
en in cring plans
Task I -
Summary Report
Preeonstructon
including submittal
Completed
$35,000
'
$35,000
Phase 3:
Activities
of 100% Design
Citywide Water
Plans.
Main
Monthly
Improvements
Task 2 —
Construction
Construction
Progress Reports;
Completed
$190,000
$190,000
Activities
tts-13►►1Ie
engineering plans
Not -to- Exceed Total Payment $725,000.00
$1,556,250 * **
* All dates are referenced from tlrc date of contract exectition.
** The District shall only be obligated to pay for documented tactual expenditures within the not -to- exceed amounts
specified above. In the event actual expenditures by the City are less than the not -to- exceed for a particular task, the City
shall have the right to apply the unexpended balance towards a subsequent task. The City shall provide written notice of its
decision to exercise this right. In no event shall the District's total obligation exceed $725,000.00 as specified above.
* ** The project cost (Total Cost) includes City's project management;`administrative fee and $800,000 spent in support of
this program by Miami- -Dade County through the Miami -Dade County Needs Assessment Fund.
Exhibit 132, Payment and Deliverables Schedule, Contract 3600000892 (OT050657 -A02)
ORIGINAL
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
LOCAL GOVERNMENTAL AGREEMENT
AGREEMENT NO.OT050657
BETWEEN THE /
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
AND
CITY OF SOUTH MIAMI
THIS AGREEMENT is entered into as of the FEB 1 1 2005 by and between the
South Florida Water Management District (DISTRICT) and the City of South Miami (CITY).
WHEREAS, the DISTRICT is a 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 to the CITY for Water Distribution
System Improvements;' and
WHEREAS, the CITY warrants and represents that it has no 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 at its February 9, 2005 meeting, approved entering
into this AGREEMENT with the CITY;
NOW, THEREFORE, in consideration of the covenants and representations set forth herein and other
good and valuable consideration, the receipt and adequacy of which is hereby acknowledged, the parties agree as
follows:
L The DISTRICT agrees to contribute funds and the CITY agrees to perform the work set forth in Exhibit
"A" attached hereto and made a part hereof, subject to availability of funds and in 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 and shall continue for a period of one (1) year.
3. The total DISTRICT contribution shall not exceed the amount of Seven Hundred Twenty- fiveThousand
Dollars and No Cents ($725,000.00). The DISTRICT will provide the full amount based on the Payment
and Deliverable Schedule set forth in Exhibit "B ", which is attached hereto and made a part of this
AGREEMENT. The DISTRICT's contribution is subject to adequate documentation to support actual
expenditures within the not -to- exceed AGREEMENT funding limitation of $725,000.00. In no event shall
the DISTRICT be liable for any contribution hereunder in excess of this amount. If the total consideration
for this AGREEMENT is subject to multi-year funding allocations, funding for each applicable fiscal year
of this AGREEMENT will be subject to Governing Board budgetary appropriation. In the event the
DISTRICT does not approve funding for any subsequent fiscal year, this AGREEMENT shall terminate
upon expenditure of the current funding, notwithstanding other provisions in this AGREEMENT to the
A—.. —.-* XT- (1T(11g0A1;7 - PnoP 1 of 5
contrary. The DISTRICT will notify the CITY in writing after the adoption of the final DISTRICT
budget for each subsequent fiscal year if funding is not approved for this AGREEMENT.
4. The CITY shall submit quarterly financial reports to the DISTRICT providing a detailed accounting of all
expenditures incurred hereunder throughout the term of this AGREEMENT. The CITY shall report and
document the amount of funds expended per month during the quarterly reporting period and the
AGREEMENT expenditures to date within the maximum not -to- exceed AGREEMENT funding
limitation.
5. The CITY shall cost share in the total amount of Eight Hundred Thirty-One Thousand Two Hundred Fifty
Dollars and No Cents ($831,250.00) in conformity with the laws and regulations governing the CITY.
6. All work to be performed under this AGREEMENT is set forth in Exhibit "A ", Statement of Work, which
is attached hereto and made a part of this AGREEMENT. " The CITY shall submit quarterly progress
reports detailing the status of work to date for each task. The work specified in Exhibit "A" shall be under
the direction of the CITY but shall be open to periodic review and inspection by either party. No work set
forth in Exhibit "A" shall be performed beyond the expiration date, unless authorized through execution of
an amendment to cover succeeding periods.
7. The CITY is hereby authorized to contract with third parties (subcontracts) for services awarded through a
competitive process required by Florida Statutes. The CITY shall not subcontract, assign or transfer any
other work under this AGREEMENT without the prior written consent of the DISTRICT's Project
Manager. The CITY agrees to be responsible for the fulfillment of all work elements included in any
subcontract and agrees to be responsible for the payment of all monies due under any subcontract. It is
understood and agreed by the CITY that the DISTRICT shall not be liable to any subcontractor for any
expenses or liabilities incurred under the subcontract(s).
8. Both the DISTRICT and the CITY shall have joint ownership rights to all work items, including but not
limited to, all documents, technical reports, research notes, scientific data, computer programs, including
the source and object code, which are developed, created or otherwise originated hereunder by the other
party, its subcontractor(s), assign(s), agent(s) and/or successor(s) as required by the Exhibit "A ", Statement
of Work. Both parties' rights to deliverables received under this AGREEMENT shall include the
unrestricted and perpetual right to use, reproduce, modify and distribute such deliverables at no additional
cost to the other party. Notwithstanding the foregoing, ownership of all equipment and hardware purchased
by the CITY under this AGREEMENT shall be deemed to be the property of the CITY upon completion
of this AGREEMENT. The CITY shall retain all ownership to tangible property.
9. The CITY, to the extent permitted bylaw, assumes any and all risks of personal injury, bodily injury and
property damage attributable to negligent acts or omissions of the CITY and the officers, employees,
servants and agents thereof. The CITY represents that it is self - funded for Worker's Compensation and
liability insurance, covering bodily injury, personal injury and property damage, with such protection being
applicable to the CITY, its officers and employees while acting within the scope of their employment
during performance of under this AGREEMENT. In the event that the CITY subcontracts any part or all
of the work hereunder to any third party, the CITY shall require each and every subcontractor to identify
the DISTRICT as an additional insured on all insurance policies as required by the CITY. Any contract
awarded by the CITY shall include a provision whereby the CITY's subcontractor agrees to indemnify,
pay on behalf, and hold the DISTRICT harmless from all damages arising in connection with the CITY's
subcontract.
10. The CITY and the DISTRICT further agree that nothing contained herein shall be construed or interpreted
as (1) denying to either party any remedy or defense available to such party under the laws of the State of
Florida; (2) the consent of the State of Florida or its agents and agencies to be sued; or (3) a waiver of
sovereign immunity of the State of Florida beyond the waiver provided in Section 768.28, Florida Statutes.
11. The parties to this AGREEMENT are independent entities and are not employees or agents of the other
parties. Nothing in this AGREEMENT shall be interpreted to establish any relationship other than that of
independent entities, between the DISTRICT, the CITY, their employees, agents, subcontractors or
assigns, during or after the term of this AGREEMENT. The parties to this AGREEMENT shall not
assign, delegate or otherwise transfer their rights and obligations as set forth in this AGREEMENT
rvirncn,<c'7 13.— 7 of S
j
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 of race, 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 of this 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 it has 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, Florida Statutes. Should the CITY assert any exemptions to the requirements of Chapter 119 and
related Statutes, the burden of establishing such exemption, by way of injunctive or other relief as provided by
law, shall be upon the 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 of Records: 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 aperiod of five (5) years from the expiration date of this 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.
C. 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
CITY shall extend the period of maintenance 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 in Exhibit "C ". The CITY shall maintain all financial /non - financial records through:
(1) Identification of the state or federal awarding agency, as applicable
(2) Project identification information included in the Catalog of State Financial Assistance (CSFA) or
the Catalog of Federal Financial Assistance (CFDA), as applicable
(3) Audit and accountability requirements for state projects as stated in the Single Audit Act and
applicable rules of the Executive Office of Governor, rules of the Chief Financial Officer and rules
of the Auditor General and the State Projects Compliance Supplement
(4) Auditlaccountability requirements for federal projects as imposed by federal laws and regulations
(5) Submission of the applicable single audit report to the DISTRICT, as completed per fiscal year
B. Examination of Records: The DISTRICT or designated agent, the state 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
Agreement No. OT050657 - Page 3 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
visits and limited scope audits.
18. All notices or other communication regarding this AGREEMENT shall be in writing and forwarded to the
attention of the following individuals:
South Florida Water Management District City of South Miami
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, Contract Specialist Address:
Telephone No. (561)682 -2532 6130 Sunset Drive
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 staff do not suffice
to legally bind DISTRICT in a contractual relationship unless they have been reduced to writing and signed by
an authorized DISTRICT representative. This AGREEMENT shall inure to the benefit of and shall be
binding upon the parties, their respective assigns, and successors in interest.
20. This AGREEMENT may be amended, extended or renewed only with the written approval of the parties.
The DISTRICT shall be responsible for initiating any amendments to this AGREEMENT, if required.
21. This AGREEMENT, and any work performed hereunder, is subject to the Laws of the State of 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
otherwise have, under law or at equity.
22. Should any term or provision of this AGREEMENT be held, to any extent, invalid or unenforceable, as
against any person, CITY or circumstance during the term hereof, by force of any statute, law, or ruling of any
forum of competent jurisdiction, such invalidity shall not affect any other term or provision of this
AGREEMENT, to the extent that the AGREEMENT shall remain operable, enforceable and in full force and
effect to the extent permitted by law.
23. Failures or waivers to insist on strict performance of any covenant, condition, or provision of this
AGREEMENT by the parties shall not be deemed a waiver of any of its rights or remedies, nor shall it relieve
the other party from performing any subsequent obligations strictly in accordance with the terms of this
AGREEMENT. No waiver shall be effective unless in writing and signed by the party against whom
enforcement is sought. Such waiver shall be limited to provisions of this AGREEMENT specifically referred
to therein and shall not be deemed a waiver of any other provision. No waiver shall constitute a continuing
waiver unless the writing states otherwise.
24. Any dispute arising under this AGREEMENT which cannot be readily resolved shall be submitted jointly
to the signatories of this AGREEMENT with each party agreeing to seek in good faith to resolve the issue
through negotiation or other forms of non - binding alternative dispute resolution mutually acceptable to the
parties. A joint decision of the signatories, or their designees, shall be the disposition of such dispute.
25. This AGREEMENT states the entire understanding and agreement between the parties and supersedes any and
all written or oral representations, statements, negotiations, or agreements previously existing between the
parties with respect to the subject matter of this AGREEMENT.
26. Any inconsistency in this AGREEMENT shall be resolved by giving precedence in the following order:
(a) Terms and Conditions outlined in preceding paragraphs 1- 24
(b) Exhibit "A' Statement of Work
(c) all other exhibits, attachments and documents specifically incorporated herein by reference
IN WITNESS WHEREOF, the parties or their duly authorized representatives hereby execute this AGREEMENT
on the date first written above.
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
BY ITS GOVERNING BOARD
Frank Hayden, Director of Procurement
S D procurement approved
RV.
Date: %5
CITY OF SOUTH MIAMI
By:
•
EXHIBIT "A"
STATEMENT OF WORD
CITY OF SOUTH MIAMI
WATER DISTRIBUTION SYSTEM IMPROVEMENTS
INTRODUCTION
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 and managed at the local level.
The City is located within the southeastern portion of Miami -Dade County and is roughly bounded by Bird
Road (SW 40th Street) to the north, Kendall Drive (SW 88th Street) to the south, SW 690' Avenue to the west
and Red Road (SW 57th Avenue) to the east. A large 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 of Health 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
access to the 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 The 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 of all 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
Phase 3: Citywide Water Main Improvements
For each Phase listed above, the following list of tasks shall be undertaken:
Page 1, Exhibit "A ", Statement of Work, OT050657
Task 1: Preconstruction Activities.
Task 2: Construction Activities.
The Project will meet the regulatory requirements of all government agencies with permitting jurisdiction.
WORK BREAKDOWN STRUCTURE
At the end of each task, the City shall deliver Three (3) copies of the task deliverables to the District. The
District shall distribute the copies to the FDEP for its information and use. The City shall also provide a
summary of the project including estimated cost to the District upon completion of Task 2.
The City is responsible for project management, budget management and quality control. The City is
responsible for reviewing and approving deliverables from the consultant to ensure that the project
objectives are met.
Phase 1: Citywide Water Main Extension — Area 1
This portion of the project shall take place within the geographic area bounded as follows, and shall include
or exclude streets or neighborhood sections as noted:
Task 1: Preconstruction Activities
• Data Inventory (Onsite & Record search)
• Preliminary Layout/Design
• Survey
• System Design/Preparation of Design Specifications
• Design Plans Permitting
Task 2: Construction Activities
• Construction Plans Bid
• Construction Plans Permit
• Construction Activities & Close -out
Deliverables: Summary Report including submittal of 100% Design Plans, Monthly Construction Progress
Reports and As- Built engineering plans.
Phase 2: Citywide Water Main Extension- Area 2
This portion of the project shall take place within the geographic area bounded as follows, and shall include
or exclude streets or neighborhood sections as noted:
Task 1: Preconstruction Activities
• Data Inventory (Onsite & Record search)
• Preliminary Layout/Design
• Survey
• System Design/Preparation of Design Specifications
• Design Plans Permitting
Task 2: Construction Activities
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
Progress Reports and As -Built engineering plans.
Phase 3: Citywide Water Main Improvements
This portion of the project shall provide for general improvements, extension and upgrades to the
distribution system to meet current and future capacity.
Task 1: Preconstruction Activities
• Data Inventory (Onsite & Record search)
• Preliminary Layout/Design
• Survey
• System Design/Preparation of Design Specifications
• Design Plans Permitting
Task 2: Construction Activities
• Construction Plans Bid
• Construction Plans Permit
• _ Construction Activities & Close -out
Deliverables: Summary Report including submittal of 100% Design Plans, Monthly Construction
Progress Reports and As -Built engineering plans.
Page 3, Exhibit "A ", Statement of Work, OT050657
EXHIBIT "B"
PAYMENT AND DELIVERABLES SCHEDULE
Total payment by the District to the City shall not exceed the amount of $725,000.00. All invoices shall be accompanied by
adequate documentation to support actual expenditures incurred by the City within the not -to- exceed amounts specified
below in accordance with Article 3 of the Agreement. Payment by the District is further subject to receipt of quarterly
progress reports and financial statements from the City with documentation to demonstrate completion of each project task in
accordance with Exhibit "A" Statement of Work requirements. The City is responsible for reviewing and approving
deliverables to ensure that project objectives are met. The City is also responsible for project management, budget
management and quality control.
* All dates are referenced from the date of contract execution.
* * The District shall only be obligated to pay for documented actual expenditures within the not -to- exceed amounts specified
above. In the event actual expenditures by the City are less than the not -to- exceed for a particular task, the City shall have
the right to apply the unexpended balance towards a subsequent task. The City shall provide written notice of its decision to
exercise this right. In no event shall the District's total obligation exceed $725,000.00 as specified above.
* ** The project cost (Total Cost) includes City's project management/administrative fee and $800,000 spent in support of
this program by Miami -Dade County through the Miami -Dade County Needs Assessment Fund.
Page 1, Exhibit "B ", Payment and Deliverable Schedule, OT050657
DISTRICT **
Not -to- Exceed
Phase
Task
Deliverable
Due Date*
Payment
Total Cost * **
Task I -
Summary Report
Preconstruction
including submittal
6 months
$45,000
'
$56,250
of 100% Design
Phase 1:
Activities
Plans.
Citywide Water
12 months
Main Extension
Monthly
Pay requests for
— Area 1
Task 2 —
Construction
this task are to be
Construction
Progress Reports;
submitted no more
$205,000
$225,000
Activities
As -Built
frequently than on
engineering plans
a, quarterly basis.
Task 1 -
Summary Report
Preconstruction
including submittal
6 months
$45,000
$45,000
of 100% Design
Phase 2:
Activities
Plans.
Citywide Water
Monthly
12 months
Main Extension
Task 2 —
Construction
Pay requests for
— Area 2
Construction
Progress Reports;
this task are to be
$205,000
$205,000
Activities
As -Built
submitted no more
engineering plans
frequently than on
a quarterly basis.
Task 1 -
Summary Report
Preconstruction
including submittal
6 months
$35,000
$35,000
Activities
of 100% Design
Phase 3:
Plans.
Citywide Water
Monthly
12 months
Main
Task 2 —
Construction
Pay requests for
Improvements
Construction
Progress Reports;
thus task are to be
$190,000
$190 000
,
submitted no more
Activities
As -Built
frequently than on
engineering plans
a quarterly basis.
Not -to- Exceed Total Payment 1 $725,000.00
$1,556,250 * **
* All dates are referenced from the date of contract execution.
* * The District shall only be obligated to pay for documented actual expenditures within the not -to- exceed amounts specified
above. In the event actual expenditures by the City are less than the not -to- exceed for a particular task, the City shall have
the right to apply the unexpended balance towards a subsequent task. The City shall provide written notice of its decision to
exercise this right. In no event shall the District's total obligation exceed $725,000.00 as specified above.
* ** The project cost (Total Cost) includes City's project management/administrative fee and $800,000 spent in support of
this program by Miami -Dade County through the Miami -Dade County Needs Assessment Fund.
Page 1, Exhibit "B ", Payment and Deliverable Schedule, OT050657
r
c�
C
V
MO
W
to
z
Cb
Y
y
1O
W
a
^y
l
�-3
O
x
r�
O
r
0
4/
�
_ CD
zb
N
ID
�O
fP
CD
M
O
W
0
CaD
n �
CDG
CD
CD
CLa
GMis
N
CD
CD
~
D
CD
•u
cy
i
b
OQ
G ��
CD
CD
a
o
O
CL CD
.y
0
eD
O.
G
�. CD CD
a
oz.y
aCD
0 �. :r
0
CD
cn
0
O
n
"ii0
n
C9
CD
CD
C
k
r+
CD °�
A
�CD
CD
ro
o
c
y
�
a CD
a
O
CD
W�
O
H
y
a
0
�
z
�9CD
M
O
�C
�a
y'
H
M
'b
a
p
CD .w•'
�
n
CD P O
0
z
O
0
y
y
a
z
a.
eD
(D O
a o'
u0Q
m n
O
o
CD "
n�
o �� y•
�CD w
y
o
n CD
CD
°
C1
CD �rj
CA
oy
o
r
c�
C
V
MO
W
to
z
Cb
Y
y
1O
W
a
^y
l
�-3
O
x
r�
O
r
0
4/
�
zb
CD
rCy •
fP
CD
M
O
0
CD
ITI
GMis
CD
CD
~
cy
i
CD
e.
G.
eD
O.
G
m
CD
0
cn
0
c
r,
rAb
n
C9
CD
C
k
r+
A
ro
c
y
�
w
'C CD
O
W�
O
H
y
0
z
z
M
O
�C
�a
y'
H
M
'b
a
p
�
n
CD
0
z
O
0
y
y
a
z
a.
eD
u0Q
m n
O
o
O a
o
r
CD
°
CD
oy
ft
y
it
!D
O
P!
eb
�
o
C
N
C
J
a
CD
0
�n
n�
O con
UQ
O D
0
0
r
c�
C
V
MO
W
to
z
Cb
Y
y
1O
W
a
^y
l
�-3
O
x
r�
O
r
0
4/
�
y
b
CD
rCy •
fP
RR�RFRFjj "'�
~ ~
O
B
CDCD
ITI
GMis
CD
CD
~
a
CD
CI.
0
e.
G
m
CD
0
c
r,
rAb
C9
C-D d
ti
C
k
r+
k
4n
0
0 9
O
p
0
z
O
y'
H
M
'b
a
�
o
CD
0
z
O
o
a
u0Q
CD
r
°
o w• o
o'
IQ
0
P!
eb
Cn
a
CD
0
Q
to
CD O
CD
O cD
r
c�
C
V
MO
W
to
z
Cb
Y
y
1O
W
a
^y
l
�-3
O
x
r�
O
r
0
4/
III
cr
O
a
H
ITI
CD
CD
~
a
�
o
�
f
yAyyy
A
0
c
r,
rAb
C-D d
ti
C
k
r+
k
4n
ft
p
0
z
O
y'
H
M
'b
a
�
o
CD
o
tri-1
0'
a
u0Q
o w• o
o'
r
c�
C
V
MO
W
to
z
Cb
Y
y
1O
W
a
^y
l
�-3
O
x
r�
O
r
0
4/
i
i
RESOLUTION NO. 11-05-11990.
.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CI�Y OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY
M,A NAGER TO EXEC17TE A GRANT AGREEMENT WITH SOUTH
FLORIDA WATER MANAGEMENT DISTRICT OF $725,000 FOR WATER
DIITRIBUTION SYSTEM IMPROVEMENTS; PROVIDING FOR
EF ECTIVE DA'Z'E
WHEREAS, the Mayor and City Commission wishes to accept :a grant from South Florida
Water M*agement District (SFWMD); and,
WOEREAS, the agreement is intended to grant the city $725,000 to provide water main
extensions citywide.
NOW THEREFORE, BE IT RESOLVF..D BY THE, MAYOR AND CITY COMM1510N
OF THE q.lTY OF SOUTH MIAMI, FLORIDA, THAT:
Section L The Mayor and City Commission authorize the City Manager to execute a
$725,000 pant agreement with SFWMD.
Sect on 2: The attached agreement is Made a part of the resolution,
Pt155F,n AND ADOPTED this 9/ day of .. y 2005,
APPXOV�D: ATTEST:
Marra Menendez, City Clerk ry .. c tt Russe , Mayor
READ AN APPROVED AS TO FORM: Commission Vote: 5 -0
Mayor Russell: Yea
Vice Mayor Palmer: Yea
Commissioner" Wiscombe: Yea
Commissioner Birts- Cooper: Yea
"rT, RNF.Y Commissioner Shcrar: Yea
z/z 30dd !WvoZ:[[ 50-E-un
`BtrE969950E `IRVIN HinoS do AIIo :A8 IUS
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
AMENDMENT ORIGINAL
OT050657 -A01
AMENDMENT NO. 01
TO AGREEMENT NO.OT050657
BETWEEN THE
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
AND
CITY OF SOUTH MIAMI
This AMENDMENT NO. 01, entered into on , to
that AGREEMENT dated February 11, 2005, between "the Parties," the South Florida Water
Management District (DISTRICT), and City of South Miami (CITY).
WITNESSETH THAT:
WHEREAS, the AGREEMENT may be amended with the prior written approval of the
parties; and
WHEREAS, the parties wish to amend the AGREEMENT in order to extend the period
of performance and revise the Payment and Deliverable Schedule;
NOW THEREFORE, the DISTRICT and the CITY', in consideration of the mutual
benefits flowing from each to the other, do hereby agree as follows:
a) The tern of the AGREEMENT is hereby extended by Eight (8) Months and the
expiration date, as amended, is October 10, 2006. Regardless of the actual date of
execution, this AMENDMENT NO. 01 shall be effective as of February 10, 2006.
b) The Payment and Deliverable Schedule, Exhibit `B" is hereby deleted in its entirety and
replaced by Exhibit `B I", attached hereto and made a part of this AGREEMENT.
C) This AMENDMENT NO. 01 shall be at no additional cost to the DISTRICT.
d) All other terms and. conditions of the AGREEMENT, as amended, remain unchanged.
Amendment No. 01 to Agreen mt No. 07050657 -- Page t of 2
0 SOUTH FLORIDA WATER MANAGEMENT DISTRICT
AMENDMENT
IN WITNESS WHEREOF, the parties or their duly authorized representatives hereby
execute this AMENDMENT NO. 01 on the date first written above.
SFWMDmocur APPIrED
By:
Date:
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
LIM
Carrie Hill, Interim Procurement Director
CITY OF SOUTH MIAMI
By:
Title:
Amendment No. 01 to Agreement No. OT050637 -- Page 2 of 2
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH
MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO OXECUTE AMENDMENT
NUMBER 61 TO GRANT AGREEMENT WITH SOUTIi FLORIDA WATER
MANAGEMENT DISTRICT FOR WATER DISTRIBUTION SYSTEM IMPROVEMENTS;
PROVIDING AN EFFFcirwE DATE
WHEREAS, the Mayor and City Commission wishes to corttinuc accepting grant from
South Florida Water Management District (SFWMD), and,
W14EREAS, Amendment number 01 is intended to continua the city's $725,600 grant
provided for water stain extension citywide.
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISION
OF THE CITY OF SOUTH MIAMI, FLORIDA:
;Section I : That the Mayor and City Commission authorize the City Manager to execute
Amendment number 01 for $725,000 grant from SFWMD.
Section 2: The attached Amendment number 01 is made a part of the resolution.
PASSED AND ADOPTED this. M L� day of 2006.
EST:
fty Clerk
U E 3QVd
!!4699: i 90-ki-UVR
TO
APPROVED:
6
Wor
Commission 5-0
Mayor Feliu:
Yea
Vice Mayor Wiscombe:
Yea
CommissionerBirts- Cooper:
Yea
Commissioner':Palmer:
Yea
Commissioncr Beckman:
Yea
° 8veng9soe ! IAVIR Him dQ A110 : A8 1N35
EXHIBIT B1
PAYMENT AND DELIVERABLES SCHEDULE
Total payment by the District to the City shall not exceed the amount of $725,000.00. All invoices shall be accompanied
by adequate documentation to support actual expenditures incurred by the City within the not -to- exceed amounts specified
below in accordance with Article 3 of the Agreement. Payment by the District is further subject to receipt of quarterly
progress reports and financial statements from the City with documentation to demonstrate completion of each project task
in accordance with Exhibit "A" Statement of Work requirements. The City is responsible for reviewing and approving
deliverables to ensure that project objectives are met. The City is also responsible for project management, budget
management and quality control.
* All dates are referenced from the date of contract execution.
** The District shall only be obligated to pay for documented actual expenditures within the not -to- exceed amounts
specified above. In the event actual expenditures by the City are less than the not -to- exceed for a particular task, the City
shall have the right to apply the unexpended balance towards a subsequent task. The City shall provide written notice of its
decision to exercise this right. In no event shall the District's total obligation exceed $725,000.00 as specified above.
* ** The project cost (Total Cost) includes City's project management/administrative fee and $800,000 spent in support of
this program by Miami -Dade County through the Miami -Dade County Needs Assessment Fund.
Exhibit B1, Payment and Deliverables Schedule, Contract OT050657 -A01
DISTRICT"
Not -to- Exceed
Phase
Task
Deliverable
Due Date*
Payment
Total Cost * **
Task 1 -
Summary Report
Preconstruction
including submittal
Completed
$45,000
$56,250
Activities
of 100% Design
g
(Paid)
Phase 1:
Plans.
Citywide Water
Monthly
12 months
Main Extension
Task 2 —
Construction
Pay requests for
— Area 1
Construction
Progress Reports;
this task are to be
$205,000
$225,000
Activities
As -Built
submitted no more
engineering plans
frequently than on
a quarterly basis.
Task I -
Summary Report
Preconstruction
including submittal
12 months
$45,000
$45,000
Activities
of 100% Design
Phase 2:
Plans.
Citywide Water
18 months
Main Extension
Task 2 —
Monthly
Pay requests for
— Area 2
Construction
Construction
Progress Reports;
this task are to be
$205,000
$205,000
Activities
As -Built
submitted no more
engineering plan s
frequently than on
a quarterly basis.
Task l -
Summary Report
Preconstruction
including submittal
14 months
$35,000
$35,000
Activities
of 100% Design
Phase 3:
Plans.
Citywide Water
20 months
Main
Improvements
Task 2 —
Monthly
Construction
Pay requests for
Construction
Progress Reports;
this task are to be
$190,000
$190,000
Activities
As -Built
submitted no more
engineering plans
frequently than on
a quarterly basis.
Not -to- Exceed Total Payment 1 $725,000.00
$1,556,250 * **
* All dates are referenced from the date of contract execution.
** The District shall only be obligated to pay for documented actual expenditures within the not -to- exceed amounts
specified above. In the event actual expenditures by the City are less than the not -to- exceed for a particular task, the City
shall have the right to apply the unexpended balance towards a subsequent task. The City shall provide written notice of its
decision to exercise this right. In no event shall the District's total obligation exceed $725,000.00 as specified above.
* ** The project cost (Total Cost) includes City's project management/administrative fee and $800,000 spent in support of
this program by Miami -Dade County through the Miami -Dade County Needs Assessment Fund.
Exhibit B1, Payment and Deliverables Schedule, Contract OT050657 -A01