HomeMy WebLinkAboutR-02-0328J-02--261
3/14/02
RESOLUTION NO. 02— 328
A RESOLUTION OF THE MIAMI CITY COMMISSION
AMENDING RESOLUTION NO. 02-257, ADOPTED
MARCH 7, 2002, WHICH AUTHORIZED THE CITY
MANAGER TO ACCEPT A GRANT FROM THE SOUTH
FLORIDA WATER MANAGEMENT DISTRICT FOR A
DRAINAGE SYSTEM AND FLOOD MITIGATION PROJECT
IN THE FLAGAMI NEIGHBORHOOD BY AUTHORIZING
THE ACCEPTANCE OF ADDITIONAL FUNDS, IN THE
AMOUNT OF $6,230,000, CONTINGENT UPON RECEIPT
OF SUCH FUNDS FROM THE FEDERAL EMERGENCY
MANAGEMENT AGENCY ("FEMA") 404 HAZARD
MITIGATION PROGRAM; FURTHER AUTHORIZING THE
CITY MANAGER TO EXECUTE ALL NECESSARY
DOCUMENTS, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, FOR SAID PURPOSE.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. Resolution No. 02-257, adopted March 7, 2002,
is amended in the following particulars:'/
"RESOLUTION NO. 02-257
Section 1. The City Manager is authorized to
accept a grant, in the amount of $1,250,000, from the
South Florida Water Management District for a drainage
system and flood mitigation project in the Flagama_
1� Words and/or figures stricken through shall be deleted.
Underscored words and/or figures shall be added. The remaining
provisions are now in effect and remain unchanged. Asterisks
indicate omitted and unchanged material.
CITY C4
ME
MAP 1 4 2002
Hwohition rev.
02- 328
0 •
neighborhood and matching funds, in the amount of
$6,230,000, contingent upon receiving such funds from
the Federal Emergency Management Agency ("FEMA") 404
Hazard Mitigation Program.
Section 2. The City Manager is authorized? to execute
the necessary document(s), in a form acceptable to the City
Attorney, to accept the Grant(s).
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor .3/
PASSED AND ADOPTED this 14th day of March 2002•
MANUEL A. DIAZ, OR
ATTEST:
Gx)t, - A A,- Z P12 14�-
PRISCILLA A. THOMPSO , CITY CLERK
APPROVED,NST FORM AND CORRECTNESS.),/
LLO
00r106:tr:ELF: BSS
2/ The herein authorization is further subject to compliance with
all requirements that may be imposed by the City Attorney,
including but not limited to those prescribed by applicable City
Charter and Code provisions.
3f If the Mayor does not sign this Resolution, it shall become
effective at the end of ten calendar days from the date it was
passed and adopted. If the Mayor vetoes this Resolution, it
shall become effective immediately upon override of the veto by
the City Commission.
Page 2 of 2
02- 328
J-02--243
3/7/02
RESOLUT ION NO. ff 2 -- - � 66 5
A RESOLUTION OF THE MIAMI CITY COMMISSION
AUTHORIZING THE CITY MANAGER TO ACCEPT A
GRANT, IN THE AMOUNT OF $1,250,000, FROM THE
SOUTH FLORIDA WATER MANAGEMENT DISTRICT FOR A
DRAINAGE SYSTEM AND FLOOD MITIGATION PROJECT
IN THE FLAGAMI NEIGHBORHOOD; FURTHER
AUTHORIZING THE CITY MANAGER TO EXECUTE ALL
NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO
THE CITY ATTORNEY, TO ACCEPT THE GRANT.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
section 1. The City Manager is authorized to accept a
grant, in the amount of $1,250,000, from the South Florida Water
Management District for a drainage system and flood mitigation
project in the Fl.agami neighborhood.
Section 2. The City Manager is authorizedl� to execute
the necessary documents, in a form acceptable to the City
Attorney, to accept the grant.
1r The herein authorization is further subject to compliance with all
requirements that may be imposed by the City Attorney, including but not
limited to those prescribed by applicable City Charter and Code
provisions.
02- 328
CITY Ca1GISSIOK
MIArR 0 7 2002
Hesr„kutiQn IdQ•
Section 3. This ,Resolution shall become effective
immediately upon its adoption and signature of the Mayor.`'
PASSED AND ADOPTED this 7th
ATTEST:
P SCILLA A. THOMPSON
CITY CLERK
APPROVED 4FORU.-ANDCORRECTNESS:`/
ALEJ D VILA LLO
'C ATTORNEY
/6089:MK:BSS
day of March r 2002.
(MANUEL A. DIAZ, MA?bR
If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
Page 2 of 2
02- 328
0 CITY OF YiAMI. FLC.)F-:L,-
46
INTER -OFFICE MEMORANDUM
Honorable Mayor and
Members of the City Commission
os . Gim ez
City Manager
RECOMMENDATION
I k E FM.038.doc
Resolution Amending
Resolution No. 02-257,
Accepting a Grant from the South
Florida Water Management District
Resolution
It is respectfully recommended that the City Commission adopt the attached Resolution,
amending Section 1 of Resolution No. 02-257 adopted March 7, 2002, to include a
$6,230,000.00 matching funds contingent upon receiving funds from the Federal Emergency
Management Agency (FEMA) 404 Hazard Mitigation Program.
BACKGROUND
On March 7, 2002, Resolution No. 02-257 was adopted and passed by the City Commission
accepting a grant in the amount of $1, 250,000 from the South Florida Water Management
District for a drainage system and flood mitigation project in the Flagami neighborhood.
However, this resolution needs to be amended to include a $6,230,000 matching funds contingent
upon receiving funds from the Federal Emergency Management Agency (FEMA) 404 Hazard
Mitigation Program.
CACI JWB/MLK/TFJam
FM.038.doc 02-
328
J-02-243
3/7/02
0 •
RESOLUTION NO. p,2-, 'S�
A RESOLUTION OF THE MIAMI CITY COMMISSION
AUTHORIZING THE CITY MANAGER TO ACCEPT A
GRANT, IN THE AMOUNT OF $1,250,000, FROM THE
SOUTH FLORIDA WATER MANAGEMENT DISTRICT FOR A
DRAINAGE SYSTEM AND FLOOD MITIGATION PROJECT
IN THE FLAGAMI NEIGHBORHOOD; FURTHER
AUTHORIZING THE CITY MANAGER TO EXECUTE ALL
NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO
THE CITY ATTORNEY, TO ACCEPT THE GRANT.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The City Manager is authorized to accept a
grant, in the amount of $1,250,000, from the South Florida Water
Management District for a drainage system and flood mitigation
project in the Flagami neighborhood.
02- 328
0 •
Section 2. The City Manager is authorizedl' to execute
the necessary documents, in a form acceptable to the City
Attorney, to accept the grant.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor .21
PASSED AND ADOPTED this day of 2002.
MANUEL A. DIAZ, MAYOR
ATTEST:
PRISCILLA A. THOMPSON
CITY CLERK
APPROVED AS TO FORM AND CORRECTNESS:
ALEJANDRO VILARELLO
CITY ATTORNEY
W6089:MK:BSS
`- The herein authorization is further subject to compliance with all
requirements that may be imposed by the City Attorney, including but not
limited to those prescribed by applicable City Charter and Code
provisions.
21 If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
Page 2 of 2 328
02-.
3/14/02
RESOLUTION NO.
A- RESOLUTION OF THE MIAMI CITY COMMISSION
AMENDING RESOLUTION NO. 02-257, ADOPTED MARCH
7, 2002, AUTHORIZING THE CITY MANAGER TO
ACCEPT A GRANT, IN THE AMOUNT OF $1,250,000,
FROM THE SOUTH FLORIDA WATER MANAGEMENT
DISTRICT FOR A DRAINAGE SYSTEM AND FLOOD
MITIGATION PROJECT IN THE FLAGAMI
NEIGHBORHOOD, AND $6,230,000 MATCHING FUNDS
CONTINGENT UPON RECEIVING FUNDS FROM THE
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
404 HAZARD MITIGATION PROGRAM; FURTHER
AUTHORIZING THE CITY MANAGER TO EXECUTE ALL
NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO
THE CITY ATTORNEY, TO ACCEPT THE GRANT.
WHEREAS, pursuant to Resolution No. 02-257, adopted March 7,
2002, the City Commission authorized the City Manager to accept a
grant, in the amount of $1,250,000, from the South Florida Water
Management District for a drainage system and flood mitigation
project in the Flagami neighborhood; and
WHEREAS, the City Manager is authorized to execute the
necessary documents, in a form acceptable to the City Attorney,
to accept the grant; and
WHEREAS, it is necessary to include a $6,230,000 matching
funds contingent receiving funds from the Federal Emergency
Management Agency (FEMA) 404 Hazard Mitigation Program; and
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
02- 328
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted.
Section 2. Resolution No. 02-257, adopted March 7, 2002, is
hereby amended in the following particulars: -I/
"Section 2. The City Manager is authorized to accept a
grant, in the amount of $1,250,000, from the South
Florida Water Management District for a drainage system
and flood mitigation project in the Flagami
neighborhood, and $6,230,000 matching funds contingent
upon receivin funds from the Federal Emer engy
Management A enc (FEMA) 404 Hazard Miti ation Program._
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor./
I Words and/or figures stricken through shall be deleted. Underscored
words and/or figures shall be added. The remaining provisions are now in
effect and remain changed. Asterisks indicate omitted and unchanged material.
V If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall. become effective
immediately upon override of the veto by the City Commission.
Page 2 of 3 0
2— 328
0 0
PASSED AND ADOPTED this day of 2002•
ATTEST:
PRISCILLA A. THOMPSON
CITY CLERK
APPROVED AS TO FORM AND CORRECTNESS:
ALEJANDRO VILARELLO
CITY ATTORNEY
MANUEL A. DIAZ, MAYOR
Page 3 of 3 02-
328
54" 'r4 f�
04�,1� SOUTH FLORIDA
os ,.
*ORIGIN��
WATER MANAGEMENT DIS CT
AGREEMENT
THE SOUTH FLORIDA WATER MANAGEMENT
DISTRICT (hereinafter referred to as DISTRICT) HEREBY
ENTERS INTO THIS AGREEMENT WITH:
Name: CITY OF MIAMI
PUBLIC WORKS
Address: 444 SW 2ND AVENUE
I OTH FLOOR
MIAMI, FL 33130
Project Manager: Fatima Perez
Telephone No: (305) 250-5328
Fax No: (305) 854- 4001
Hereinafter referred to as: CITY
This number must appear on all Invoices and Correspondence
C-13164
M/WBE Goal: 0%
COST SHARING INFORMATION
Total Project Cost: $ 7,480,000.00
CITY Contribution: $ 6,230,000.00
PROJECT TITLE: LOCAL FLOOD MITIGATION PROJECT: FLAGAMI STORWATER DRAINAGE
The following Exhibits are attached hereto and made a part of this AGREEMENT:
Exhibit "A" -
Special Provisions
Exhibit "H" -
Not Applicable
Exhibit "B" -
General Terms and Conditions
Exhibit "I" -
Not Applicable
Exhibit "C" -
Statement of Work
Exhibit "J"
- Not Applicable
Exhibit "D" -
Payment and Deliverable Schedule
Exhibit "K"
- Not Applicable
Exhibit "E" -
Not Applicable
Exhibit "L"
- Not Applicable
Exhibit "I"' -
Not Applicable
Exhibit "M"
- Not Applicable
Exhibit "G" -
Not Applicable
TOTAL DISTRICT CONSIDERATION: $1,250,000.UU ACiXLEIVIhIN I. 1 z rr.: i.�.-►�'►%.�«"
Multi -Year Funding (If Applicable)
Fiscal Year: Fiscal Year:
Fiscal Year: Fiscal Year:
Fiscal Year: Fiscal Year:
*Subiect to District Governing Board Annual Budget Approval
AGREE14IENT TERM: One l Year
District Project Manager: Raul Pellegrino
Telephone No: (561) 682-6533
Fax No. (561) 682-6374
SUBMIT INVOICES AND NOTICES TO THE DISTRICT AT:
South Florida Water Management District
3301 Gun Club Road
West Palm Beach, Florida 33406
Attention- Procurement Division
`s
District Contract Administrator:
Johanna Labrada (561) 682-2720
Fax No.: (561) 682-6397 or (561) 681-6275
SUBMIT NOTICES TO THE CITY AT:
CITY OF MIAMI
PUBLIC WORKS
444 SW 2ND AVENUE
10TH FLOOR
MIAMI, Fl. 33130
Attention: Fatima Perez
IN WITNESS WHEREOF, the authorized representative hereby executes this AGREEMENT on this date, and accepts all Terms and
Conditions under which it is issued.
CITY OF IIAIVII I
SOUTH FLORIDA WATER MANAGE111ENT DISTRICT
PUBLIC NIIANIWORKS BY ITS GOVERNING BOARD
Accepted By:
Signature of Authorized Representative
Title:
Date:
Accepted By:
Frank Hayden, Procurement Director
Date:
S FWIMP PFFICF OF CO SEI. APPROVED
By:
L Date:
_ .
Y�
i�
02- 328
SOUTH FLORIDA WATER MANAREMENT DISTRICT
CONTRACT
EXHIBIT "A"
SPECIAL PROVISIONS
The purpose of this Exhibit "A" is to delineate any and all changes, deletions and/or additions to the Exhibit "B" Genera
Terms & Conditions. In the event of any conflict between this Exhibit "A" and any other provision specified in this
Contract, this Exhibit "A" shall take precedence.
1. A new Article 1.4 is hereby added as follows:
"The CITY shall submit quarterly reports to the DISTRICT throughout the term of this AGREEMENT. A
requests for changes to the Exhibit "C" Statement of Work shall be submitted by the CITY in writing to
DISTRICT for approval, and the DISTRICT shall submit its comments/approval in writing to the CITY within
(10) days after receipt of the request for change. The DISTRICT shall be responsible for initiating any amendme
to this AGREEMENT, if required."
2. Article 2.4 is hereby deleted and replaced as follows:
"The CITY shall submit quarterly financial statements to the DISTRICT providing a detailed accounting of
expenditures incurred hereunder throughout the term of this AGREEMENT. The CITY shall report and documt
the amount of funds expended per month during the quarterly reporting period and the AGREEMENT expenditu
to date. The DISTRICT shall only be obligated to pay for a maximum no -to -exceed AGREEMENT fundi
limitation of $1,250,000.00. In no event shall the DISTRICT be liable for any expenditures hereunder in excess
S 1,250,000.00.•"
A new Article 2.5 is hereby added as follows:
"The CITY is hereby authorized to contract with third parties (subcontract) for engineering and construction servic
awarded through a competitive process comparable to Chapters 255 and 287, Florida Statutes, The CITY shall r
subcontract, assign, or transfer any other work under this AGREEMENT without the prior written consent of i
DISTRICT's Project Manger. The CITY agrees to be responsible for the fulfillment of all work elements included
any subcontract and agrees to be responsible for the payment of all monies due under any subcontract. It
understood and agreed by the CITY that the DISTRICT shall not be liable to any subcontractor for any expenses
liabilities incurred under the subcontract(s)."
4. Article 7.1 is hereby modified to add the following paragraph:
"The CITY shall maintain books, records and documents directly pertinent to performance under tl
AGREEMENT as described above. The CITY shall similarly require each subcontractor to maintain and all(
access to such records for audit purposes."
5. Article 7.2 is hereby deleted in its entirety and replaced as follows:
"Both the DISTRICT and the CITY shall have joint ownership rights to all work items, including but not limited
all documents, technical reports, research notes, scientific data, computer programs, including the source and objt
code, which are developed, created or otherwise originated hereunder by the other party, its subcontractor(
assign(s), agent(s) and/or successor(s) as required by the Exhibit "C", Statement of Work. Both parties' rights
deliverables received under this AGREEMENT shall include the unrestricted and perpetual right to use, reprodu-
modify and distribute such deliverables at no additional cost to the other party. Notwithstanding the foregoh
ownership of all equipment and hardware purchased by the CITY under this AGREEMENT shall be deemed to
Contract No, C-13164
Exhibit "A" Special Provisions
Page l of 2
02- 32S
SOUTH ^RIDA WATER MANAAMENT DISTRICT
CONTRACT
the property of the CITY upon termination of this AGREEMENT. All tangible property shall remain owned by th
CITY."
6. Articles 6.3, 7.3, 7.4, 7.5 and 11 are hereby deleted in their entirety.
SFWMD Office of Counsel Approved
By: Date:
SFWM PROCUREMENT APPROVED
By: `1 Date: 2. r
i 6L x �;
Exhibit "A" Special Provisions
Contract No. C-13164
02- 328 Page 2 of 2
SOUTH FORIDA WATER MANAG*ENT DISTRICT
EXHIBIT "B"
GENERAL TERMS AND CONDITIONS
ARTICLE 1 . STATEMENT OF WORK
1.1 The CITY shall, to the satisfaction of the
DISTRICT, fully and timely perform all work items
described in the "Statement of Work," attached hereto
as Exhibit "C" and made a part of this AGREEMENT.
1.2 As part of the services to be provided by the
CITY under this AGREEMENT, the CITY shall
substantiate, in whatever forum reasonably requested
by the DISTRICT, the methodology, lab analytical
examinations, scientific theories, data, reference
materials, and research notes. The CITY shall also
be required to substantiate any and all work
completed, including but not limited to, work
completed by subcontractors, assistants, models,
concepts, analytical theories, computer programs and
conclusions utilized as the basis for the final work
product required by the AGREEMENT. This
paragraph shall survive the expiration or termination
of this AGREEMENT.
1.3 The parties agree that time is of the essence in
the performance of each and every obligation under
this AGREEMENT,
ARTICLE 2 - COMPENSATION/
CONSIDERATION
2.1 The total consideration for all work required
by the DISTRICT pursuant to this AGREEMENT
shall not exceed the amount as indicated on Page I of
this AGREEMENT. Such amount includes all
expenses which the CITY may incur and therefore no
additional consideration shall be authorized.
2.2 Notwithstanding the foregoing, the amount
expended under this AGREEMENT shall be paid in
accordance with, and subject to the multi-year funding
allocations for each DISTRICT fiscal year indicated
on Page 1 of this AGREEMENT. Funding for each
applicable fiscal year of this AGREEMENT is subject
to DISTRICT 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 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.
2.3 The CITY assumes sole responsibility for all
work which is performed pursuant to the Statement of
Work, Exhibit "C". By providing funding hereunder,
the DISTRICT does not make any warranty, guaranty,
or any representation whatsoever regarding the
correctness, accuracy, or reliability of any of the work
performed hereunder.
2.4 The CITY by executing this AGREEMENT,
certifies to truth -in -negotiation, specifically, that wage
rates and other factual unit costs supporting the
consideration are accurate, complete, and current at the
time of contracting. The CITY agrees that the
DISTRICT may adjust the consideration for this
AGREEMENT to exclude any significant sums by
which the consideration was increased due to
inaccurate, incomplete, or non-current wage rates and
other factual unit costs. The DISTRICT shall make
any such adjustment within one (1) year following the
expiration or termination of this AGREEMENT.
ARTICLE 3. INVOICING AND PAYMENT
3.1 The CITY's invoices shall reference the
DISTRICT's Contract Number and shall be sent to the
DISTRICT's address specified on Page 1 of this
AGREEMENT. The CITY shall not submit invoices
to any other address at the DISTRICT.
3.2 The CITY shall submit the invoices on a
completion of deliverable basis, pursuant to the
schedule outlined in the Payment and Deliverable
Schedule, attached hereto as Exhibit "D" and made a
part of this AGREEMENT. In the event the
schedule does not specify payment on a completion of
deliverable basis, all invoices shall be substantiated
by adequate supporting documentation to justify
hours expended and expenses incurred within the not -
to -exceed budget, including but not limited to, copies
of approved timesheets, payment vouchers, expense
reports, receipts and subcontractor invoices.
3.3 The DISTRICT shall pay the full amount of the
invoice within thirty. (30) days following DISTRICT
Page 1 of 8, Exhibit "B"
Contract File:\City.doc 02/05/02
02. 328
~sem
00
SOUTH FISRIDA WATER MANAGISIENT DISTRICT
EXHIBIT "B"
GENERAL TERMS AND CONDITIONS
4 -
acceptance of services and/or deliverabie(s) required
by this AGREEMENT. However, failure by the
CITY to follow the foregoing instructions and submit
acceptable services and or deliverables(s) may result in
an unavoidable delay of payment by the DISTRICT.
3.4 Unless otherwise stated herein, the DISTRICT
shall not pay for any obligation or expenditure made
by the CITY prior to the commencement date of this
AGREEMENT.
ARTICLE 4 - PROJECT MANAGEMENT!
NOTICE
4.1 The parties shall direct all technical matters
arising in connection with the performance of this
AGREEMENT, other than invoices and notices, to the
attention of the respective Project Managers specified
on Page I of the AGREEMENT for attempted
resolution or action. The Project Managers shall be
responsible for overall coordination and oversight
relating to the performance of this AGREEMENT,
The CITY shall direct all administrative matters,
including invoices and notices, to the attention of the
DISTRICT's Contract Administrator specified on
Page 1 of the AGREEMENT.
All formal notices between the parties under this
AGREEMENT shall be in writing and shall be
deemed received if sent by certified mail, return receipt
requested, to the respective addresses specified on Page
I of the AGREEMENT. The CITY shall also provide
a copy of all notices to the DISTRICT's Project
Manager. All notices required by this AGREEMENT
shall be considered delivered upon receipt. Should
either party change its address, written notice of such
new address shall promptly be sent to the other party.
All correspondence to the DISTRICT under this
AGREEMENT shall reference the DISTRICT's
Contract Number specified on Page 1 of the
AGREEMENT.
ARTICLE 5 - INSURANCE
5.1 The CITY assumes an;
personal injury, bodily injury a
attributable to the negligent acts
and all risks of
d property damage
or omissions of the
CITY and the officers, employees, servants, and
agents thereof. The CITY warrants and represents
that it is self-funded fc,r Worker's compensation and
liability insurance, covering at a minimum bodily
injury, personal injury and property damage with
protection being applicable to the CITY's officers,
employees, servants and agents while acting within
the scope of their employment during .performance
under this AGREEMENT. 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.
5.2 In the event 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 for work under this
AGREEMENT shall include a provision whereby
the CITY's subcontractor agrees to defend,
indemnify, and pay on behalf, save and hold the
DISTRICT harmless from all damages arising in
connection with the CITY's subcontract.
ARTICLE 6 - TERMINATIONIREMEDIES
6.1 If either party fails to fulfill its obligations under
this AGREEMENT in a timely and proper manner, the
other party shall have the right to terminate this
AGREEMENT by giving written notice of any
deficiency. The party in default shall then have ten
(10) calendar days from receipt of notice to correct the
deficiency. If the defaulting party fails to correct the
deficiency within this time, the non -defaulting party
shall have the option to terminate this AGREEMENT
at the expiration of the ten (10) day time period.
Should the DISTRICT elect to terminate for default in
accordance with this provision, the DISTRICT shall
be entitled to recover reprocurement costs, in addition
to all other remedies under law and/or equity.
6.2 The DISTRICT may terminate this
Page 2 of 8, Exhibit "B"
Contract File:\City.doc 02/05/02
02- 328
SOUTH FORIDA WATER MANAGIVENT DISTRICT
EXHIBIT "B"
GENERAL TERMS AND CONDITIONS
AGREEMENT with or without cause at any time for
convenience upon thirty (30) calendar days prior
written notice to the CITY. The performance of work
under this AGREEMENT may be terminated by the
DISTRICT in accordance with this clause in whole, or
from time to time in part, whenever the DISTRICT
shall determine that such termination is in the best
interest of the DISTRICT. Any such termination shall
be effected by delivery to the CITY of a Notice of
Termination specifying the extent to which
performance of work under the AGREEMENT is
terminated, and the date upon which such termination
becomes effective.
In the event of termination for convenience, the
DISTRICT shall compensate the CITY for all
authorized and accepted deliverables completed
through the date of terminafion in accordance with
Exhibit "C", Statement of Work. The DISTRICT shall
be relieved of any and all future obligations hereunder,
including but not limited to lost profits and
consequential damages, under this AGREEMENT.
The DISTRICT may withhold all payments to the
CITY for such work until such time as the DISTRICT
determines the exact amount due to the CITY.
6.3 If either party initiates legal action, including
appeals, to enforce this AGREEMENT, the prevailing
party shall be entitled to recover a reasonable attorney's
fee, based upon the fair market value of the services
provided.
6.4 In the event a dispute arises which the project
managers cannot resolve between themselves, the
parties shall have the option to submit to non-binding
mediation. The mediator or mediators shall be
impartial, shall be selected by the parties, and the cost
of the mediation shall be borne equally by the parties.
The mediation process shall be confidential to the
extent permitted by law.
6.5 The DISTRICT may order that all or part of the
work stop if circumstances dictate that this action is in
the DISTRICT's best interest. Such circumstances
may include, but are not limited to, unexpected
technical developments, direction given by the
DISTRICT's Governing Board, a condition of
immediate danger to DISTRICT employees, or the
possibility of damage to equipment or property. This
provision shall not shift responsibility for loss or
damage, including but not limited to, lost profits or
consequential damages sustained as a result of such
delay, from the CITY to the DISTRICT. If this
provision is invoked, the DISTRICT shall notify the
CITY in writing to stop work as of a certain date and
specify the reasons for the action, which shall not be
arbitrary or capricious. The CITY shall then be
obligated to suspend all work efforts as of the effective:
date of the notice and until further written direction
from the DISTRICT is received. Upon resumption of
work, if deemed appropriate by the DISTRICT, the
DISTRICT shall initiate an amendment to this
AGREEMENT to reflect any changes to Exhibit "C",
Statement of Work and/or the project schedule.
6.6 The DISTRICT anticipates a total project cost
as indicated on Page 1, with the balance of [Hatching
funds and/or in-kind services to be obtained from the
CITY in the amount as specified on Page 1 of this
AGREEMENT. In the event such CITY matching
funding and/or in-kind services becomes unavailable,
that shall be good and sufficient cause for the
DISTRICT to terminate the AGREEMENT pursuant
to Paragraph 6.2 above.
ARTICLE 7 - RECORDS RETENTION/
OWNERSHIP
7.1 The CITY shall maintain records and the
DISTRICT shall have inspection and audit rights as
follows:
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 a
period of five years from completing performance and
receiving final payment under this AGREEMENT.
B. Examination of Records: The DISTRICT
or its designated agent shall have the right to examine
in accordance with generally accepted governmental
auditing standards all records directly or indirectly
Page 3 of 8, Exhibit "B"
Contract File:\City.doc 02/05/02
02-r 328
SOUTH F&RIDA WAY ER MANAGOIENT DISTRICT
EXHIBIT "B"
GENERAL TERMS AND CONDITIONS
related to this AGREEMENT. Such examination may
be made only within five years from the date of final
payment under this AGREEMENT and upon
reasonable notice, time and place.
C. Extended Availability of Records for Le al
Disoutes: 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, and all such records
shall be made readily available to the DISTRICT.
7.2 The DISTRICT shall retain exclusive title,
copyright and other proprietary rights in 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 CITY, its subcontractor(s),
assign(s), agent(s) and/or successor(s) as required by
the Exhibit "C", Statement of Work (the "Work"). In
consideration for the DISTRICT entering into this
CONTRACT, and other good and valuable
consideration the sufficiency and receipt in full of
which is hereby acknowledged by the CITY, the
CITY hereby assigns, transfers, sells and otherwise
grants to the DISTRICT any and all rights it now has
or may have in the Work (the "Grant"). This Grant
shall be self -operative upon execution by the parties
hereto, however the CITY agrees to execute and
deliver to the DISTRICT any further assignments or
other instruments necessary to evidence the Grant,
without the payment of any additional consideration
by the DISTRICT. The CITY may not disclose, use,
license or sell any work developed, created, or
otherwise originated hereunder to any third party
whatsoever. This paragraph shall survive the
termination or expiration of this CONTRACT.
7.3 The CITY represents and warrants that
proprietary software, if any, to be provided to the
DISTRICT by the CITY hereunder, as specifically
identified in Exhibit "C", Statement of Work shall
have been developed solely by or for the CITY, or
lawfully acquired under license from a third party,
including the right to sublicense such software. The
CITY shall include copyright or proprietary legends
in the software and on the label of the medium used
to transmit the software. The CITY shall grant to the
DISTRICT a perpetual, non -transferable, non-
exclusive right to use the identified software without
an additional fee. The DISTRICT acknowledges
that title to the software identified in Exhibit "C" shall
remain with the Licensor.
7.4 Any equipment purchased by the CITY with
DISTRICT funding under this CONTRACT shall be
returned and title transferred from the CITY to the
DISTRICT immediately upon termination or
expiration of this AGREEMENT upon the written
request of the DISTRICT not less than thirty (30)
days prior to AGREEMENT expiration or
termination. Equipment is hereby defined as any non-
consumable items purchased by the DISTRICT with
a value equal to or greater than $500.00 and with a
normal expected life of one (1) year or more. The
CITY will maintain any such equipment in good
working condition while in its possession and will
return the equipment to the DISTRICT in good
condition, less normal wear and tear. The CITY will
use its best efforts to safeguard the equipment
throughout the period of performance of this
AGREEMENT. However the DISTRICT will not
hold the CITY liable for loss or damage due to
causes beyond the CITY's reasonable control. In the
event of loss or damage, the CITY shall notify the
DISTRICT in writing within five (5) working days of
such occurrence.
7.5 The DISTRICT has acquired the right to use
certain software under license from third parties. For
purposes of this AGREEMENT, the DISTRICT
may permit the CITY access to certain third party
owned software on DISTRICT computer systems.
The CITY acknowledges the proprietary nature of
such software and agrees not to reproduce, distribute
or disclose such software to any third party. Use of
or access to such software shall be restricted to
designated DISTRICT owned systems or equipment.
Removal of any copy of licensed software is
prohibited.
Page 4 of 8, Exhibit "B"
Contract File:\City.doc 02/05/02
02. 328
SOUTH FORIDA WATER MANAGIVENT DISTRICT
EXHIBIT "B"
GENERAL TERMS AND CONDITIONS
ARTICLE S - STANDARDS OF
COMPLIANCE
8.1 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.
8.2 The CITY hereby assures that no person shall
be discriminated against on the grounds of race,
color, creed, national origin, handicap, age, or sex, in
any activity under this AGREEMENT. The CITY
shall take all measures necessary to effectuate these
assurances.
8.3 The laws of the State of Florida shall govern all
aspects of this AGREEMENT. In the event it is
necessary for either party to initiate legal action
regarding this AGREEMENT, venue shall be in the
Fifteenth Judicial Circuit for claims under state law and
in the Southern DISTRICT of Florida for any claims
which are justiciable in federal court.
8.4 The CITY, by its execution of this
AGREEMENT, acknowledges and attests that neither
it, nor any of its suppliers, subcontractors, or
consultants who shall perform work which is intended
to benefit the DISTRICT is a convicted vendor or, if
the CITY or any affiliate of the CITY has been
convicted of a public entity crime, a period longer than
36 months has passed since that person was placed on
the convicted vendor list. The CITY further
understands and accepts that this AGREEMENT shall
be either void by the DISTRICT or subject to
immediate termination by the DISTRICT, in the event
there is any misrepresentation or lack of compliance
with the mandates of Section 287.133, Florida Statutes.
The DISTRICT, in the event of such termination,
shall not incur any liability to the CITY for any work
or materials furnished.
8.5 The CITY shall be responsible and liable for
the payment of all of its FICA/Social Security and
other applicable taxes resulting from this
AGREEMENT.
8.6 The CITY warrants that it has not employed or
retained any person, other than a bona fide employee
working solely for the CITY, to solicit or secure this
AGREEMENT. Further the CITY warrants that is
has not paid or agreed to pay any person, other than a
bona fide employee working solely for the CITY, any
fee, commission, percentage, gift, or other
consideration contingent upon or resulting from the
awarding or making of this AGREEMENT. For
breach of this provision, the DISTRICT may terminate
this AGREEMENT without liability and, at its
discretion, deduct or otherwise recover the full amount
of such fee, commission, percentage, gift, or other
consideration.
8.7 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.
8.7.1 Pursuant to Sections 119.07(3)(o), and
240.241 Florida Statutes, data processing software
obtained by an agency under a license
AGREEMENT which prohibits its disclosure and
which software is a trade secret, as defined in
Sections 812.081(c), Florida Statutes is exempt from
the disclosure provisions of the Public Records law.
However, the parties hereto agree that if a request is
made of the DISTRICT, pursuant to Chapter 119,
Florida Statute, for public disclosure of proprietary
property being licensed to the CITY (Licensee)
hereunder, the DISTRICT shall advise the CITY
(Licensee) of such request and, as between the
DISTRICT and the CITY (Licensee), it shall be the
CITY's (Licensee's) sole burden and responsibility
to immediately seek and obtain such injunctive or
other relief from the Courts and to immediately serve
notice of the same upon the Licensor to protect the
Licensor's claimed exemption under the Statute.
8.8 The CITY shall make reasonable efforts to
obtain any necessary federal, state, local, and other
governmental approvals, as well as all necessary
Page 5 of 8, Exhibit "B"
Contract File:lCity.doc 02/05/02
02- 328
SOUTH FL40tIDA WATER MANAGEOENT DISTRICT
EXHIBIT "B"
GENERAL TERMS AND CONDITIONS
t- -
private authorizations and permits, prior to the
commencement of performance of this
AGREEMENT. A delay in obtaining permits shall
not give rise to a claim by the CITY for additional
compensation. If the CITY is unable to obtain all
necessary permits in a timely manner, either party
may elect to terminate this AGREEMENT, each
party to bear its own costs, notwithstanding other
provisions of this AGREEMENT to the contrary.
8.9 Pursuant to Section 216.347, E.S., the CITY is
prohibited from the expenditure of any funds under this
AGREEMENT to lobby the Legislature, the judicial
branch, ar another state agency.
8.10 The DISTRICT is a governmental entity
responsible for performing , a public service and
therefore has a legitimate interest in promoting the
goals and objectives of the agency. The work under
this AGREEMENT involves a project consistent
with these goals and objectives. Consequently, the
DISTRICT is desirous of satisfactorily completing
and successfully promoting this project with the
cooperation of its CITY. Therefore, as the
DISTRICT'S CITY for this project, the CITY
assures the DISTRICT that the CITY, its employees,
subcontractors and assigns will refrain from acting
adverse to the DISTRICT'S legitimate interest in
promoting the goals and objectives of this project.
The CITY al
rees to take all reasonable measures
necessary to effectuate these assurances. In the event
the CITY determines it is unable to meet or promote
the goals and objectives of the project, it shall have
the duty to immediately notify the DISTRICT. Upon
such notification the DISTRICT, in its discretion,
may terminate this AGREEMENT.
ARTICLE 9 - RELATIONSHIP BETWEEN
THE PARTIES
9.1 - The CITY shall be considered an independent
contractor and neither party shall be considered an
employee or agent of the other party. Nothing in this
AGREEMENT shall be interpreted to establish any
relationship other than that of independent contractor
between the parties and their respective employees,
agents, subcontractors, or assigns during or after the
performance on this AGREEMENT. Both parties are
free to enter into contracts with other parties for similar
services.
9.2 It is the intent and understanding of the Parties
that this AGREEMENT is solely for the benefit of the
CITY and the DISTRICT. No person or entity other
than the CITY or the DISTRICT shall have any rights
or privileges under this AGREEMENT in any
capacity whatsoever, either as third -party beneficiary or
otherwise.
9.3 The CITY shall not assign, delegate, or
otherwise transfer its rights and obligations as set forth
in this AGREEMENT without the prior written
consent of the DISTRICT. Any attempted assignment
in violation of this provision shall be void.
9.4 The CITY shall not pledge the DISTRICT's
credit or make the DISTRICT a guarantor of payment
or surety for any AGREEMENT, debt, obligation.
judgement, lien, or any form of indebtedness.
9.5 The DISTRICT assumes no duty with regard to
the supervision of the CITY and the CITY shall
remain solely responsible for compliance with all safety
requirements and for the safety of all persons and
property at the site of AGREEMENT performance.
ARTICLE 10 - NIBE PARTICIPATION
10.1 The CITY hereby acknowledges that no
Minority Business Enterprises {VIBE) participation
goal has been established for this AGREEMENT;
however, both parties agree to provide the other
advance notice of competitive contracts that may
result from this AGREEMENT along with timelines
for public notice and award of such contracts. In the
event subsequent competitive contract awards do
result in NMBE participation, such participation
shall be reported to the other party. Both the CITY
and the DISTRICT will ensure compliance with the
provisions of their respective program, laws,
ordinances and policies and will support the other's
initiatives to the extent allowed by law.
ARTICLE 11 - YEAR 2000 COMPLIANCE
Article 11 is hereby deleted.
Page 6 of 8, Exhibit "B"
Contract File:\Ciry.doc 02/05/02
02" 328
SOUTH F] &MA WATER MANAG*ENT DISTRICT
EXHIBIT "B"
GENERAL TERMS AND CONDITIONS
ARTICLE 12 - GENERAL PROVISIONS
12.1 Notwithstanding any provisions of this
AGREEMENT to the contrary, the parties shall not be
held liable for any failure or delay in the performance
of this AGREEMENT that arises from fires, floods,
strikes, embargoes, acts of the public enemy, unusually
severe weather, outbreak of war, restraint of
Government, riots, civil commotion, force majeure, act
of God, or for any other cause of the same character
which is unavoidable through the exercise of due care
and beyond the control of the parties. Failure to
perform shall be excused during the continuance of
such circumstances, but this AGREEMENT shall
otherwise remain in effect. This provision shall not
apply if the "Statement of Work" of this
AGREEMENT specifies that, performance by CITY is
specifically required during the occurrence of any of
the events herein mentioned.
12.2 In the event any provisions of this
AGREEMENT shall conflict, or appear to conflict,
the AGREEMENT, including all exhibits, attachments
and all documents specifically incorporated by
reference, shall be interpreted as a whole to resolve any
inconsistency.
12.3 Failures or waivers to insist on strict
performance of any covenant, condition, or provision
of this AGREEMENT by the parties, their successors
and assigns 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.
12.4 Should any term or provision of this
AGREEMENT be held, to any extent, invalid or
unenforceable, as against any person, entity 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.
12.5 This AGREEMENT may be amended only
with the written approval of the parties hereto.
12.6 This AGREEMENT states the entire under-
standing and AGREEMENT between the parties and
supersedes any and all written or oral representations,
statements, negotiations, or contracts previously
existing between the parties with respect to the subject
matter of this AGREEMENT. The CITY recognizes
that any representations, statements or negotiations
made by DISTRICT staff do not suffice to legally bind
the 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.
ARTICLE 13 — SAFETY REQUIREMENTS
13.1 The CITY shall require appropriate personal
protective equipment in all operations where there is
exposure to hazardous conditions.
13? The CITY shall instruct employees required to
handle or use toxic materials or other harmful
substances regarding their safe handling and use,
including instruction on the potential hazards,
personal hygiene and required personal protective
measures. A Material Safety Data Sheet (MSDS)
shall be provided by the CITY to the DISTRICT on
each chemical product used.
13.3 The CITY shall comply with the standards and
regulations set forth by the Occupational Safety and
Health Administration (OSHA), the Florida
Department of Labor and Employment Security and
all other appropriate federal, state, local or
DISTRICT safety and health standards.
13.4 It is the CITY's sole duty to provide safe and
healthful working conditions to its employees and
Page 7 of 8, Exhibit 'B"
Contract File:\City.doc 02/05/02
02- 328
SOUTH FISRIDA WA'D'ER lyIANAGOENT DISTRICT
EXHIBIT "B"
GENERAL TERMS AND CONDITIONS
0
those of the DISTRICT on and about the site of
AGREEMENT performance.
13.5 The CITY shall initiate and maintain an
accident prevention program which shall include, but
shall not be limited to, establishing and supervising
programs for the education and training of employees
in the recognition, avoidance, and prevention of
unsafe conditions and acts.
13.6 The CITY shall erect and maintain, as
required by existing conditions and performance of
the AGREEMENT, reasonable safeguards for safety
and protection, including posting of danger signs and
other warnings, against hazards.
13.7 The CITY shall take reasonable precautions
for safety of, and shall provide reasonable protection
to prevent damage, injury, or loss to:
13.7.1 employees on the work and other
persons who may be affected thereby; including
pedestrians, visitors, or traveling public;
13.7.2 the work, materials, and equipment to
be incorporated therein; whether in storage on or off
the site, under care, custody or control of the CITY,
or the CITY's subcontractors; and
13.7.3 other properties at the site or adjacent
thereto; such as trees, shrubs, lawns, walks, utilities,
pavement, roadways, structures, building, vehicles,
and equipment not designated for removal, relocation
or replacement in the course of work.
13.8 The CITY shall provide first aid services and
medical care to its employees.
139 The CITY shall develop and maintain an
effective fire protection and prevention procedures
and good housekeeping practices on the work site
throughout the AGREEMENT.
13.10 Emergencies: In emergency affecting safety of
persons or property on or about the site or as a result
of the work; the CITY shall act, timely and with due
diligence, to prevent threatened damage, injury, or
loss.
13.11 Environmental: When the CITY. CITY's
subcontractors, or subcontractors, use petroleum
products, hazardous chemicals, or any oth tr
chemicals used on or about the site, the CITY shall
be responsible for handling these chemical
constituents in accordance _ with federal, state and
local regulations during the terms of the
AGREEMENT. For accidental discharges or
releases onto the floor, air, ground, surface waters.
ground waters, it shall be the CITY's sole
responsibility to respond immediately to clean the
site, at his expense, to the complete satisfaction of
federal, state, local regulatory agencies and to the
DISTRICT requirements.
13.12 The DISTRICT may order the CITY to halt
operations under the AGREEMENT, at the CITY's
expense, if a condition of immediate danger to the
public and/or DISTRICT employees, equipment, or
property exist. This provision shall not shift the
responsibility or risk of loss for injuries or damage
sustained from the CITY to the DISTRICT; and the
CITY shall remain solely responsible for compliance
with all federal, state and local safety requirements,
provisions of this section, and safety of all persons
and property on or about the site.
Page 8 of 8, Exhibit "B"
Contract File:ICity,doc 02/05/02
02- 328
0 f
EXHIBIT "C"
STATEMENT OF WORK
CITY OF MIAMI
LOCAL FLOOD MITIGATION STRATEGY PROJECT:
FLAGAMI STORMWATER DRAINAGE
1.0 INTRODUCTION
The City of Miami's (CITY) Stormwater System Improvement Plan is funded by the
2001/2002 legislature General Appropriation Act funds from the Florida Department of
Environmental Protection (FDEP) through Special Appropriation 1747A to support the
development of Local (Flood) Mitigation Strategies (LMS) in Miami -Dade County.
These funds are administered through th the local eorida Water Management District
(DISTRICT) and dispersed and managed
In response to a series of severe rainstorms including Hurricane Irene and the October
2000 "no name" storm, the CITY retained the professional engineering consulting
services of H. J. Ross Associates, Inc. to prepare a drainage model of the CITY's Flagami
section (bounded on the east by SWINW 57`h Avenue, on the north and west by NW 14`h
Street and the Tamiami Canal, and on the south by SW 8th Street). This section of the
CITY is included in the C-4 canal drainage basin. The drainage model accepted by the
CITY in June 2001 identifies the existing extent of stormwater flooding during a 5, 25
and 100 -year storm frequency and develops a proposed drainage improvement plan to
address those storm events.
2.0 SCOPE OF WORK
The stormwater drainage strategy For the Flagami section consists of two mayor
components. Stage 1 includes the construction of extensive stormwater collection and
exfiltration drainage systems. The systems will be connected to existing stormwater
outfalls into the C-4 canal to provide emergency overflow relief and will be designed and
permitted to meet all current environmental water quality regulations. It is the intent of
this stage to provide flood protection for a 5 year, 24 hour duration storm event and
provide the necessary environmental protection to the C-4 canal drainage system by pre -
of runoff from the fa
treatment and retention of the first one -inch of point on the
drainage basin to the discharge point {Miami -Dade County Department of Environmental
Resources Management (DERM) criteria).
The stage 2 portion of the mitigation plan requires the construction of four (4) duplex
pump stations to divert excess runoff directly to the C-4 canal drainage system during
emergency events. The pumping facilities and 36 -inch discharge pipes will be connected
to the Stage 1 systems and will be activated during emergency events in conjunction with
the C-4 forward pumping draw down to provide protection from flooding far storm
events exceeding the 5 year, 24 hour duration criteria. Any flooding that does occur will
be reduced within 24 -hours following 4a storm sy tems t Environmental DiscchargeAgreement nand
requirements will be met by the Slity
tage y
Environmental Resource Permit will be secured.
Page 1 of 3, Exhibit "C" Statement of work, Agreement C-13164 02—
2— 328
In�order to contain costs and expedite design and construction of the Flagami stormwater
drainage systems, all of the improvements will be located within existing dedicated
public right of way. The purchase of land and/or the relocation of residents is not
anticipated at any stage of the project. Working in conjunction with DISTRICT
improvements to the C-4 canal drainage system, this project will have no impact on areas
outside of the Flagami section in the CITY.
Based on the extent of damage from the October 2000 "no name" storm, three projects
have been identified to begin implementation of improvements:
• Fairlawn Storm Sewers Phase II - Bounded by NW 52nd Avenue on the east; NW 57`h
Avenue on the west; Flagler Street on the south; and NW 7d' Street on the north.
• West End Storm Sewers Phase II (Part A&B) - Bounded by NW 65`h Avenue on the
east; NW 69d' Avenue on the west; Flagler Street on the south; and Tamiami Canal on
the north.
• Flagami Storm Sewers Phase II - Bounded by NW 62nd Avenue on the east; NW 67'a
Avenue on the west; Flagler Street on the north; and SW 8d' Street on the south.
These projects involve the design, permitting and construction of exfiltration drainage
pipes (french drains), pollutant control structures, storm drainage inlets, interconnection
pipes and surface restoration. The following work breakdown structure has been
developed to implement the goals and objectives of the CITY to implement the necessary
actions to alleviate future flooding in the study area.
3.0 WORK BREAKDOWN STRUCTURE
At the end of each task the CITY shall deliver 5 copies of the task deliverables to the
DISTRICT. The DISTRICT shall distribute the copies to the Local Mitigation Strategies
Group and FDEP (Review Group) for their review and comments. Review comments
and/or questions, if any, will be returned to the CITY within 14 days. The CITY shall be
responsible for properly addressing any and all comments/questions and concerns from
the Review Group, at which time, the deliverable will be deemed complete.
Task 1. Design and Permitting
• Identify the areas within the study boundaries and target them for design and
construction of new drainage system.
• Perform geotechnical investigations and topographical survey within the study
boundaries.
• Develop engineering design plans and permit applications for the improvements to be
made.
Deliverables: Design criteria report including results of investigations and survey.
Summary report including preliminary construction cost estimates.
Page 2 of 3, Exhibit "C" Statement of Work. Agreement C-13164
02-- 328
'1 ask 2. Construction
Bid and award projects for construction.
Construction and inspection services.
Deliverables: Plans and specifications for each construction project, including bid
tabulation summary and final engineer's cost estimate. Copies of construction contract(s)
and construction schedule(s), monthly construction progress reports and monthly updated
construction project schedules.
The CITY of Miami will retain a consultant to provide the professional engineering
services needed to complete this phase of the work. The contents shall include a
geotechnical and topographical survey, the design construction documents, and
construction inspection services.
Page 3 of 3, Exhibit "C" Statement of Work, Agreement C-13164 02— 328
EXHIBIT "D" _
PAYMENT AND DELIVERABLES SCHEDULE
Total payment by the DISTRICT shall not exceed the amount of $1,250,000. 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 3.2 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 all deliverables for each project task in
accordance with Exhibit "C" Statement of Work requirements. The CITY is responsible
for reviewing and approving deliverables from the contractor to ensure that project
requirements are met. The CITY is also responsible for project management, budget
management and quality control with the contractor.
Task
Deliverable
*Due
CITY
**District
Date
Cost Share
Not -to Exceed
Pa ment
Task 1. Design
Design Criteria Report
and Permitting
including results of
(all three
investigations & survey
180
projects)
and preliminary
days
construction cost
$2,895,000.00
$ 250,000.00
estimates.
Task 2.
Plans & Specs including
Construction (all
final engineers cost
three projects)
estimates. Monthly
360
construction project
days
reports, progress
schedules & Engineers
$3,335.000.00
$ 1,000,000.00
Certificate of Completion
Not -to -Exceed Total Payment $ 1
* 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 $1,250,000.00 as specified above.
Page 1 of 1, Exhibit "D" Payment and Deliverable Schedule, Agreement C-1316