Loading...
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