HomeMy WebLinkAboutR-90-0348C
J-90--320
5/15/90
RESOLUTION NO.
9Qo- 348
A RESOLUTION, WITH ATTACHMENTS, APPROVING A
COST SHARING CONTRACT BETWEEN THE CITY OF
MIAMI AND THE SOUTH FLORIDA WATER MANAGEMENT
DISTRICT FOR STORMWATER MANAGEMENT FACILITIES
IN THREE BASINS DRAINING INTO TWO DISTRICT
CANALS; AND AUTHORIZING THE CITY MANAGER TO
EXECUTE SAID CONTRACT, IN SUBSTANTIALLY THE
ATTACHED FORM ON BEHALF OF THE CITY WITH
FUNDS THEREFOR ALLOCATED FOR THE CITY'S SHAME
FROM STORMWATER UTILITY TRUST FUNDS.
WHEREAS, the South Florida Water Management District,
hereinafter referred to as the District, has been empowered
pursuant to Section 373.083 Florida Statutes to enter into cost
sharing contracts with municipalities for water quality
improvements; and
WHEREAS, in 1988 the Governing Board of the District created
the infrastructure Trust Fund Program to assist local governments
in the funding of water resource infrastructure improvements; and
WHEREAS, the District at its November, 1989 Governing Board
meeting, approved a request by the City for matching funds for
the -installation of stormwater management system in three basins
that drain into two District maintained canals; and
WHEREAS, a cost sharing contract has been successfully
negotiated to the satisfaction of both the City and the District
for water resource infrastructure improvements to be constructed
in three City projects currently included in the City's Capital
Improvement Program; and
WHEREAS, funds are available for the City's share of the
cost of the three projects from Stormwater Utility Trust Fun3s;
and
WHEREAS, it is now appropriate for the City Commission to
consider the authorization of the City Manager to execute the
aforesaid contract;
ATTAC��-��fIE��T�
CITY COMMISSION
MEETING OF
'4 1990
90— 3V
RMLUTION Me. _
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY —
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in the
Section.
Section 2. The City Commission hereby approves the
negotiated cost sharing contract between the City of Miami and
the District for stormwater management facilities to be
constructed by the City in the following projects:
1.
Grapeland Storm Sewers -Phase I
C.I.P.
#052198
2.
Durham Storm Sewers
C.I.P.
#052193
3.
Grapeland Storm Sewers -Phase II
C.I.P.
#052266
Section 3. The City Manager is hereby authorized to execute
said agreement V in substantially the attached form on behalf of
the City of Miami, and the South Florida Water Management
District with funds hereby allocated for the City's share of the
cost of the aforesaid contract, as specified in Exhibit A of the
agreement, from Stormwater Utility Trust Funds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 24th
ATT B'ST
MATT,f HIRAI, CITY CLERK
day of Maw , 1990.
XAVIER L: SUAiRF?f, MAYOR
1� 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.
sa— 348
- 2 --
SUBMITTED BY:
LUI;S"A -- PRIETO-PORTAR, Ph.D., PE
DIRECTOR OF PUBLIC WORKS
LEGISLATIVE REVIEW:
G. MIRIAM MAER
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
JOR E LJ'-F-EMANDEZ
CITY ATTOR
GMM/ra/M1489
- 3 - 90w- 348
11
C90-1244 CONTRACT
BETWEEN THE
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
IT`lfil
THE CITY OF MIAMI, FLORIDA
This CONTRACT, entered into on , 19 ,
between "the Parties", the South Florida Water Management District, 3301 Gun Club
Road, Nest Palen Beach, Florida 33406, a public corporation of the State of Florida,
('the DISTRICT'), and the City of Miami, Florida, 275 NW 2nd Avenue, Miami, Florida
33128, ('the CITY').
0—V V� *Rf.1k q
THAT WHEREAS, the DISTRICT is an independent taxing authority, crested by
the Florida Legislature and given those powers and • responsibilities enumerated in
Chapter 373, Florida Statutes; and
WHEREAS, the DISTRICT is empowered to enter into contractual arrangements
with public agencies, private corporations or other persons, pursuant to -Section 373.083
Florida Statutes; and
WHEREAS, the DISTRICT desires to assist local governments in solving local
flood protection and water quality problems; and
WHEREAS, the DIS71RICTS Governing Board has created the Infrastructure
Fund, to provide discretionary funding to supplement local government funds through
cost -sharing, for water resource infrastructure improvement projects; and
WHEREAS, the DISTRICT, at its November, 1989 Governing Board meeting,
approved a request by the CITY for matching funds for the installation of stormwater
management systems in three basins draining into two District canals; and
WHEREAS, the CITY has established separately budgeted cost -sharing project
funds for the installation of the planned management systems; and
WHEREAS, the DISTRICT has funds in its current fiscal year budget, which are
available for the funding of this CONTRACT and wishes to enter into a contract with
the CITY;
NOW THEREFORE, the DISTRICT and the CITY, in consideration of the
mutual benefits flowing from each to the other, do hereby agree as follows:
1. Unless extended or terminated, the period of performance of this CONTRACT
shall commence upon execution and terminate on September 30, 1992.
2. As full consideration for providing the goods and services required by this
CONI`RACT, the DISTRICT shall reimburse the CITY, pursuant to the terms below,
matching funds iti" as amount not to exceed One Millioa Six Hundred Fifty Thousand
Dollars, (S1,650,000.00), for all three projects set forth in Exhibit "A" attached and made
a part of this CONTRACT.
3. The CITY fully understands and agrees that the DISTRICT shall not pay for any
obligation or expenditure made by the CITY prior to the commencement date -of this
CONTRACT, unless the DISTRACT authorizes such payment in writing.
4. The CITY shall, to the satisfaction of the DISTRICT, fully and timely perform all
work items described in the "Scope of Work", attached as Exhibit "B", and made a part
of this CONTRACT.
5. The CITY shall obtain, without additional expense to the District, all necessary
licenses, authorizations and permits from the appropriate private party or federal, state,
municipal or local agency, and other governmental approvals, prior to commencing
performance of this CONTRACT.
6. The Project Manager for the DISTRICT is Mr. David Thatcher, at 3301 Gun Club
Road, West Palm Beach, Florida 33401, telephone no.(417) 686-8800, ext. 6330. The
Project Manager for the CITY is Mr. Dan Brenner, at 275 NW 2nd Avenue, Miami,
Florida 33128, telephone no.(305) 579-68.56. The parties shall direct all matters arising
in connection with the performance of this CONTRACT, other than invoices and notices,
to the attention of the Project Managers for attempted resolution or action. The Project
Managers shall be responsible for overall coordination and oversight relating to the
performance of this CONTRACT.
7. All notices to the CITY under this CONTRACT shall be in writing and sent by
certified mail to: Mr. Dan Brenner, 275 NW 2nd Avenue, Miami, Florida 33128. All
notices to the DISTRICT under this CONTRACT shall be in writing and sent by certified
snail to: South Florida Water Management District, atta: Division of Procurement and
Contract Administration, P. O. Box 24680, West Palm Beach, FL 334164680.
The CrTY shall also provide a copy of all notices to the DISTRICTS Project
Manager. All notices required by this CONTRACT shall be considered delivered upon
receipt. Should either party change its address, immediate written notice of the new
address shall be sent to the other parry.
2
90" 348
8. All invoices for cost -sharing reimbursement submitted by the CITY, shall reference /
the DISTRICTS Contract Number C90-1244. The CITY shall submit the invoices on a
quarterly basis to the DISTRICTS Division of Procurement and Contract Administration.
These invoices shall demonstrate that the funds expended by the CITY derived from
funds specifically budgeted and allocated by ordinance, solely for the improvements
designated in this project. The DISTRICT shall pay the full amount of the invoice, less
Ten percent (10%) retainage, within Thirty (30) days of receipt and acceptance, provided
the CITY has performed the work according to the terms and conditions of this
CONTRACT. The release of all retainages to the CITY, will be trade by the DISTRICT
upon receipt of certification that the projects have been completed in accordance with
the permitted plans. All invoices shall follow the same format as shown in Exhibit "C",
attached and made a part of this CONTRACT. Failure by the CITY to follow these
instructions shall result in an unavoidable delay of payment by the DISTRICT.
9. The DISTRICT shall have audit and inspection rights as follows:
A. Examination of Costs: The CITY shall maintain records of all accounts,
invoices for reimbursable expenses, books, accounting procedures and practices and
supporting documentation for any research or reports, for a period of five years from
completing performance of this CONTRACT. Such records shall be sufficient to permit .
a proper pre and post audit in accordance with generally accepted accounting principles
and to reflect properly all direct and indirect costs of whatever nature claimed to have
been incurred and anticipated to be incurred for performance under this CONTRACT.
Such examination shall include inspection at all reasonable times of the CITY'S facilities,
or such parts thereof, as may be engaged in the performance of this CONTRACT.
B. Cost and Pricing Data: If the CITY has submitted cost or pricing data in
connection with the pricing of this CONTRACT or any change or modification thereto,
unless such pricing was based on adequate price competition, established catalog or
market prices of commercial items sold in substantial quantities to the general public,
or prices set by law or regulation, the DISTRICT shall have the right to examine all
books, records, documents and other data of the CITY related to negotiation, pricing or
performance of she CONTRACT, change, or modification for the purpose of evaluating
the accuracy, completeness and currency of the cost or pricing data submitted, along with
the computations and projections used therein. The CITY agrees, that the DISTRICT
may adjust the consideration for this CONTRACT, including all changes or modifications
thereto, to exclude any significant sums by which the consideration was increased due to
inaccurate, incomplete, or non -current wage rates and other actual unit costs. The
DISTRICT shall make any such adjustment within one year following the termination of
this CONTRACT.
C. RQ= If the CITY is requested to furnish cost information, reports or
contract fund status reports as a result of its performance under this CONTRACT, the
DISTRICT shall have the right to examine books, records, documents and supporting
materials for the purpose of evaluating i) the effectiveness of the CITY'S policies and
procedures to produce data compatible with the objectives of the reports and ii) the data
reported.
ki
r, 0M 348
D. Mailability.* The materials described in paragraphs A, B, and C above shall
be made available to the DISTRICT or its designated agent for inspection at the location
where they are kept upon reasonable prior notice, until the expiration of five years from
the date of final payment under this CONTRACT.
1) If this CONTRACT is completely or partially terminated, the records
relating to the work terminated shall be made available for inspection by
the DISTRICT or its designated agent for a period of five years from the
date of any resulting settlement.
2) Records which relate to any litigation, appeals or settlements of claims
arising from performance under this CONTRACT shall be made available
until such litigation, appeals or claims have been disposed of.
10. The CITY shall allow public access to all project documents and materials in
accordance with the provisions of Chapter 119, Florida Statutes.
11. The CITY is an independent contractor and is not an employee or agent of the
DISTRICT. Nothing in this CONTRACT shall be interpreted to establish any relationship
other than that of an independent contractor, between the DISTRICT and the CITY, its
employees, agents, subcontractors, or assigns, during or after the performance of this
CONTRACT.
12. The CITY shall not assign, delegate, or otherwise transfer its rights and obligations
as set forth in this CONTRACT without the prior written consent of the DISTRICT.
13. To the extent permitted by Florida law, the CITY shall defend, indemnify, save,
and hold the DISTRICT harmless from any and all claims, suits, judgments and liability
for death, personal injury, bodily injury or property damage arising directly or indirectly
from the performance of this CONTRACT by CITY, its employees, subcontractors or
assigns, including legal fees, court costs, or other legal expenses. CITY acknowledges that
it is solely responsible for compliance with the terms of this CONTRACT.
14. If either party initiates legal action including appeals, to enforce this CONTRACT,
the prevailing party shall be entitled to recover a reasonable attorneys fee, based upon
the fair market value of the services provided.
15. The CITY shall procure and maintain, for the life of this CONTRACT, Workers'
Compensation Insurance covering all employees with limits meeting all applicable state
and federal laws. This coverage shall include Employers' Liability with limits meeting all
applicable state and federal laws.
lb. Comprehensive General Lability coverage limits for the CITY shall be in accord
with Florida Statutes §76$ 28. In the event the DISTRICT is named in any legal action
as a result of this CONTRACT, the CITY shall respond with the necessary defense and
payment of all judgments in the same manner as if the DISTRICT were identified as an
additional insured within the CTTY'S self -insured program.
4
17. If either party fails to fulfil its obligations under this CONTRACT in a timely and
proper manner, the other party shall have the right to terminate this • CONTRACT by
giving written notice of any deficiency and by allowing the party in default Ten (10)
calendar days from receipt of notice to correct the deficiency. If the defaulting party fails
to correct the deficiency within this time, this CONTRACT shall terminate at the
expiration of the Ten ( 10) day time period.
18. Either party may terminate this CONTRACT for a material failure to perform.
In the event of termination for cause by the DISTRICT, the DISTRICT may withhold
all payments not yet made to the CITY until such time as the DISTRICT determines the
exact amount due to the CITY.
19. The CITY shall 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
CONTRACT. The CITY shall take all measures necessary to effectuate these assurances.
20. 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
CONTRACT. The DISTRICT undertakes no duty to ensure such compliance, but will
attempt to advise CITY, upon request, as to any such laws of which it has present
knowledge.
21. The documents listed below, by this reference, shall become a part of this
CONTRACT as though physically attached, and any inconsistency between any of these
documents shall be resolvede by giving preference in the following order.
1. TIES CONTRACT
2. Exhibit "B" - THE SCOPE OF WORK
3. Exhibit "A" - ESTIMATED BUDGET AND PAYMENT SCHEDULE
4. Exhibit "C" - INVOICE FORM
22. The laws of the State of Florida shall govern all aspects of this CONTRACT. In
the event it is necessary for either party to initiate legal action regarding this
CONTRACT, venue shall be in the Fifteenth Judicial Circuit for claims under stags law
and in the Southern District of Florida for any claims which are justiciable in federal
court.
23. Notwithstanding any provisions of this CONTRACT to the contrary, the, parties
shall not be held liable if failure or delay in the performance of this CONTRACT 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.
5
t• '
Ogg",
24. The term of this CONTRACT may be extended or renewed only with the written
approval of the parties. Unless otherwise provided, the total length of this CONTRACT,
as extended, shall not exceed a period of 'Three (3) years, including- extensions and
renewals.
25. This CONTRACT may be amended only with the written approval of the parties.
26. A failure or waiver of the DISTRICTS right to enforce any covenant, condition,
or provision of this CONTRACT shall not operate as a discharge of or invalidate such
covenant, condition or provision, or impair the enforcement rights of the DISTRICT.
27. This CONTRACT states the entire understanding between the parties and
supersedes any written or oral representations, statements, negotiations, or agreements
to the contrary. 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, authorized, and signed by an
authorized DISTRICT representative. This CONTRACT shall bind the parties, their
assigns, and successors in interest.
The parties or their duly authorized representatives hereby execute this
CONTRACT on the date first above written.
LEGAL FORM APPROVED
SPWMD OFFICE OF COUNSEL
BY:
DATE
SOUTH FLORIDA WATER MANAGEMENT DISTRICT
BY ITS GOVERNING BOARD
Lo
Chairman
CITY OF MIAMI, FLORIDA
By:
Title
n
9Oft 348
EXHIBIT A
ESTIMATED BUDGET and PAYMENT SCHEDULE
The estimated budget for the above work is outlined below. Notwithstanding that
this is an estimate, the DISTRICT's actual contribution to each project's construction
cost shall not exceed the individual dollar amounts set forth below:
1. GRAPELAND STORM SEWERS -PHASE 1 (400 acres)
Estimaied cost of construction:
$1,100,000
District cost sharing (50%)
$
550,000
City of Miami (50%)
$
550,000
2. GRAPELAND STORM SEWERS -PHASE 11 (300 acres)
Estimated cost of construction:
$1,700,000
District cost sharing (50%) -
$
850,000
City of Miami (SO%)
$
850,000
3. DURHAM STORM SEWERS (160 acres)
Estimated cost of construction:
$
500,000
District cost sharing (50%)
$
250,000
City of Miami (50%)
$
250,000
TOTAL COST FOR 795 ACRES: $3,300,000
DISTRICT COST SHARING $1,650,000
CITY OF MIAMI $1,650,000
The DISTRICT will reimburse the CITY for costs incurred on a quarterly basis to a ,
maximum amount as stated above. The CITY will submit invoices stating the actual a
cash disbursement. The CITY will include copies of invoices from its contractors
which have been paid by the CITY.
The DISTRICT will withhold 10% of the amount requested on each invoice. This 10%
will be paid to the CITY upon receipt of the certifications of completion for the three
basin systems, according to permitted plans.
' i"
s
EXHIBIT B
SCOPE OF WORK
STORMWATER MANAGEMENT SYSTEMS INSTALLATION
This project involves the installation of stormwater management facilities in three
basins which drain to District canals - the Tamiami and Comfort Canals. The three
basins are Grapeland Phase 1, Grapeland Phase 2 and Durham. Exhibits B-1, B-2 and
B-3 depict the basin locations.
These are urbanized basins subject to flooding problems and water quality problems
resulting from runoff flowing untreated to the District canals. The three basins have
been identified on the City's Project Priority List for Storm Sewer Improvements.
In each basin, the scope of work includes: the construction of large exfiltration
drainage systems, with french drains, deep wells and grease and oil interceptors,
The systems will be designed to retain the first inch of runoff generated by a storm
with a return frequency of one in five years. Work performed under this Agreement
will result in no interconnections with the sanitary sewer system.
The CITY will be responsible for all design, permitting, construction and quality
control. Permits from the DISTRICT are not required for these projects. Design and
construction will be sufficient to meet all applicable regulatory requirements and
codes of practice. Where possible, work will be performed in conjunction with other
road construction projects so as to minimize cost. Construction drawings and work
schedules will be provided to the DISTRICT for each basin prior to construction. As -
built drawings will be provided to the DISTRICT on completion of each basin.
The CITY will submit construction drawings and specifications for each basin system
to the DISTRICT thirty (30) days prior to advertising for bids. The DISTRICT will review v
these douments and provide written comments, as necessary, within fifteen (15)
days of receipt from the CITY.
The CITY shall provide a copy of all executed contracts within thirty days of the v
execution of such contracts.
The CITY will cooperate with Department of Environmental Resources Management
on the installation of and access to outfalls, for the purpose of monitoring.
The CITY will inspect the installed systems at least on an annual basis, to determine
that all components are functioning properly. Repairs which can be performed by
CITY personnel will be completed within 60 days of the inspection. Repairs which
require non -CITY contractors will be completed in accordance with the timeframe
allowed by the CITY -adopted contracting procedure.
The CITY will provide a maintenance record ,of all Basins covered under this
CONTRACT for a period of not less than five (5) years from the date of their
respective construction.
90w 348
Exhibit 8 continued
The CITY will provide written status reports on a quarterly basis through the term of
this contract. These reports will describe progress made on each basin project during
the previous three-month period. The percentages of work completed and work
remaining will be stated in each status report.
The Project Manager for the CITY will be an engineer registered with the State of
Florida.
The Project Manager for the CITY will certify that the system installed in each basin
has been constructed according to the plans as permitted.
This contract will terminate on September 30, 1992.
90,- 348
:•.,m *Jibs South Florida Water Management District
Ary z 90 CONTRACTOR'S INVOICE FOR CONSTRUCTION AND RETAINAGE
1YEE/VENDOR ►VENDOR NO _
►INVOICE NO
1EMITTO: ►INVOICE DATE
Street ►SFWMD CONTRACT NO.
C1ty
State Zip
ROJECT NAME
ROJECT PHASES17ASKS
►PAYMENT REQUEST NO _
>FOR SERVICES PERFORMED
FROM
►PARTIAL PAYMENT
TO
FINAL PAYMENT
i )
ORIGINAL COST OF CONTRACT
S
2)
TOTAL AMENDMENTS & CHANGE
ORDERS EXECUTED TO DATE(+ or -)
S
3)
ADJUSTED COST OF CONTRACT
(item I plus/minus item 2)
S
4)
PERCENT COMPLETED TO DATE
%
(attach detail as necessary)
5)
S AMOUNT COMPLETED TO DATE
S
6)
RETAINAGE ( %) TO DATE
$
7)
AMOUNT COMPLETED LESS RETAINAGE
(item 5 less item 6)
$
8)
TOTAL PREVIOUSLY INVOICED
(item 7 from last invoice)
S
9)
AMOUNT OF THIS INVOICE (item 7 less item a) S
10)
CONTRACT BALANCE DUE AFTER PAYMENT
OF THIS INVOICE (item 3 less item 7)
S
ATTACH SECOND PAGE IF NEEDED
%YEENENDOR CERTIFICATION • I hereby certify that the materials or services invoiced herein have been delivered,
.t this is the only original invoice, is correct and just, and that m part of same has previously been paid.
Title:
......................... FOR SFWMD USE ONLY — DO MOT WRITE BELOW THIS LINE .. ... . .
Moo/Encumbrance No.
Voucher No.
:butts Coding: EXPENDITURE
"Pay by" Date
=und Account Div Project Supplemental Line No.
6._J `S
, t a A, , ` , , , 1J S
i Rmainage: (Increase) Decrease SUaTOTAL S
I 1 ... . . A ,. , ► , 1 1 1L 1 , S
U640 ACCOUNT
'ROVED: Payment This Invoico s
>�e�Ci 1YNni�eT ate Ontrad AdminswaUOn UV w CtytfrWA �FCtOr (t Mece tutry) AN
4p6rt 0nt Oereaw 11 keceSwo Date NPUty Eaecubwe oa;; l7r (1 ►iete"ary) att
EXHIBIT B-1
r:: �a a t.• S ,a• `+
i
71?d
gig
S fAk II ..
,.
EXHIBIT B-2
GRAFEIAM STUB SEWERS - PHASE ZI
�lis•�o� rw.w�lr _
MI
J •
Q
EXHIBIT B--3
DURHAM STORM SEWERS
GOLF COURSE
•
i
pTT OR M14191
GRAPELAND
WOWS
MAR
t East-West Expressway
� r
Comfort Canal
s
t �
ii
,
o w , District
BmiduyA
LA
L_J
ftft..Wwmw�
N tr
r
Q• � South Florida Water Management District
Contractor's Invoice*
Furm •0736
Rev 2,90
Payee/Vendor Invoice No.
I Remit To:
Invoice Date
EXHIBIT "C"
Street SFWNID Contract No. C90-I244
Payment Request No. I
City Far Services From To
State
I Project Name
Zip
`Description of Project Phases/Tasks Covered by This invoice:
I• Do Not Use for R'etarnage Contracts
Payment: Partial Final
Summary of Contract
Original Contract Amount
Net Amendments and Change Orders
Adjusted Contract Amount
Payment Summary:
Prior invoices
Current Invoice (See continuation sheets))
Total Cumulative Expenses Billed
Balance of Contract
ATTACH CONTINUATION SHEET If NEEDED
PayeelVendor Certification: I hereby certify the percentage of completion is %. and the materials or services
invoiced herein have been delivered, that this is the only original invace. is correct and just, and that no part of
same has previously been paid.
ey: Title: I
0
11
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO. Honorable Mayor and Members
of the City Commission
FROM dazIt-IJ
DATE MAY 1 6 �/ nzi o FILE
SUBJECT Resolution Approving Cost
Sharing Contract with South
//
F I or I da Water Management D I str 1 ct
RtFERENCE5INFRASTRUCTURE TRUST FINDS)
Cesar H . Od 1 o ENCLOSURES Draft Contract
City Manager C00-1244
RECOMMENDATION:
it Is respectfully recommended that the City Commission adopt the
attached resolution approving a cost sharing contract between the
City of Miami and the South Florida Water Management District for
stormwater management facilities In three basins (project areas)
draining Into two District canals within the City of Miami.
BACKGROUND:
The Department of PubIIc Works, In a continuing of fort to serve
all residents of the City of Miami, Is recommending the adoption
of the attached resolution approving a cost sharing contract
between the City and the South Florida Water Management District.
In 1988 the Governing Board of the District created the
Infrastructure Trust Fund Program to assist local governments in
the funding of water resource Infrastructure Improvements. These
Improvements are to provide flood protection and to correct
and/or prevent water quality problems. A cost sharing contract
has been negotiated between the City and the District for the
construction of three stormwater management projects that are
currently included in the City"s Capital Improvement Program.
The three projects are:
1. Grapeland Storm Sewers -Phase I C.I.P. *052188
2. Durham Storm Sewers C.I.P. *052193
3. Grapeland Storm Sewers -Phase II C.I.P. *052266
These projects Involve the construction of stormwater management
facilities in stormwater basins that drain to canals maintained
by the District, i.e. the Tam IamI Canal and the Comfort Canal.
The scope of work will include the construction of Iarge scale
exfIItrat Ion drains, deep wells, and grease & oil Interceptors.
The drainage systems will be designed to retain the first Inch of
runoff generated by a storm with a return frequency of one in
five years.
Page 1 of 2
90- 648
0
Honorable Mayor and Members
of the City Commission
The estimated budget for this contract is $3.3 milllon with the
District contributing $1.65 million in Infrastructure Trust Funds
and the City contributing $1.65 million In Stormwater Utility
Trust Funds.
Page 2 of 2
90- 348