HomeMy WebLinkAbout24084AGREEMENT INFORMATION
AGREEMENT NUMBER
24084
NAME/TYPE OF AGREEMENT
STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL
PROTECTION
DESCRIPTION
CLEAN WATER & STATE REVOLVING FUND DESIGN &
CONSTRUCTION LOAN AGREEMENT/WAGNER CREEK &
SEYBOLD CANAL/FILE ID: 15-00733/R-15-0304/MATTER ID: 22-
2346
EFFECTIVE DATE
ATTESTED BY
TODD B. HANNON
ATTESTED DATE
9/28/2022
DATE RECEIVED FROM ISSUING
DEPT.
9/28/2022
NOTE
DOCUSIGN AGREEMENT BY EMAIL
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
‘,�./ CITY OF MIAMI
DOCUMENT ROUTING FORM
* IMCORP HMV
18 98
l
ORIGINATING DEPARTMENT: Office of Capital Improvements
DEPT. CONTACT PERSON:
File No: oci2j 108
EXT:
Charles McKinnon/Hector Badia 12789/1280
NAME OF OTHER CONTRACTUAL PARTY/ENTITY:
Florida Department of Environmental
IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ® NO
TOTAL CONTRACT INVOLVED AMOUNT: $ 7,472,533 FUNDING INVOLVED $ Z YES ❑ NO
TYPE OF AGREEMENT:
❑ MANAGEMENT AGREEMENT
❑ PROFESSIONAL SERVICES AGREEMENT
❑ GRANT AGREEMENT
❑ EXPERT CONSULTANT AGREEMENT
❑ LICENSE AGREEMENT
OTHER: (PLEASE SPECIFY)
PURPOSE OF ITEM (BRIEF
SUMMARY)
❑ PUBLIC WORKS AGREEMENT
❑ MAINTENANCE AGREEMENT
❑ INTER -LOCAL AGREEMENT
❑ LEASE AGREEMENT
❑ PURCHASE OR SALE AGREEMENT
Certification of State Revolving Loan Fund Disbursement Request No. SW 132000
Wagner Creek/Seybold Canal OCI Project Number 40-B50643
COMMISSION APPROVAL
DATE:
07/09/15 FIELD ID: 15-0073 ENACTMENT NO.: R-15-0304
IF THIS DOES NOT REQUIRE COMMISSION APPROVAL,
PLEASE EXPLAIN:
ROUTING INFORMATION
Date
PLEASE PRINT AND SIGN
APPROVAL BY DEPARTMENTAL DIRECTOR
PRINT: HECTOR BADIA
INTERIM DIRECTOR
SIGNATURE:
iDocuSiggned by:
c 6--
1_38ACAB636B542B
SUBMITTED TO RISK MANAGEMENT
PRINT: ANN-MARIE
SIGNATURE:
SH RuocPEned by:
FrAA GblMt/')
'-27395C6318214E7...
SUBMITTED TO CITY ATTORNEY
PRINT: VICTORIA
,—DS
SI W RE (V 2
MENDEZ
r—DocuSigned by: p
i , - -}jr. I
APPROVAL BY ASSISTANT CITY MANAGER
PRINT: NZERIBE
SIGNATURE:
ItTE 'W °457...
p—DocuSigned by:
N,1?U/ i(kt, f lawa,oa
'- 45F9436AFE40458...
RECEIVED BY CITY MANAGER
PRINT: ART NORIEGA
SIGNATURE:
,—DocuSigned by:
Ar4 NorieS.
1) ONE ORIGINAL TO CITY CLERK,
2) ONE COPY TO CITY ATTORNEY'S OFFICE,
3) REMAINING ORIGINAL(S) TO ORIGINATING
DEPARTMENT
PRINT:
SIGNATURE:
‘--850CF6C372DD42A...
DocuSigned by:
PRINT:
SIGNATUE
PRINT:
SIGNATURE:
U
E46o7560ocF1459...
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590 ORM TO ALL DOCUMENTS THAT REQUIRE
EXECUTION BY THE CITY MANAGER
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
State Revolving Fund Disbursement Request Package
1. Project Sponsor City of Miami
2. Project Number SW132000
3. Disbursement Request Number 4 FINAL
4. Type of Request: Partial ❑ Final ❑
5. Federal Employer Identification Number 59-6000375
6. Mail ❑ EFT ❑ Send Remittance to:
City of Miami
444 SW 2nd Ave.
Miami, FL 33130
Disbursement Details
(Rounded to the nearest dollar)
1. Planning and Specialized Studies (attach invoices)
2. Design (attach invoices)
3. Construction and Demolition (attach pay estimates)
4. Technical Services during Construction (attach invoices)
5. Other (must be specified in agreement)
6. Total cumulative to date
7. Disbursements previously requested
8 Amount requested for disbursement
Amount This Request
Total Cumulative
$
-
$
-
$
-
$
-
$
6,818,412
$
20,363,400
$
654,141
$
814,351
$
-
$
-
$
-
$
-
$
7,472,553
$
21,177,751
$
13,705,198
$
7,472,553
(Total of lines 1 through 5)
(Line 6 minus Line 7)
EMAIL FORM AND SUPPORTING DOCUMENTATION TO:
SRF_Reporting@dep.state.fl.us
Page 1 of 3
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Authorized Representative's Certification
of Disbursement Request
Arthur Noriega
on behalf of
(name of Authorized Representative designated in the agreement)
the City of Miami , do hereby certify that:
(name of Project Sponsor)
1. The disbursement amount requested on page 1 of this form is for allowable costs for the
project described in the agreement.
2. Materials, labor, equipment, and/or services representing costs included in the amount
requested have been satisfactorily purchased, performed or received, and applied toward
completing the project; such costs are documented by invoices or other appropriate
documentation which are filed in the Project Sponsor's permanent records.
3. The Project Sponsor is required to pay such costs under the terms and provisions of
contracts relating directly to the project, and the Project Sponsor is not in default of any
terms or provisions of the contracts.
4. All funds received to date have been applied toward completing the project.
5. All permits and approvals required for the construction which is underway have been
obtained.
6. If applicable, I certify to the best of my knowledge and belief that the above referenced
project complies with Davis -Bacon and Related Acts such that all of the laborers and
mechanics employed by contractors and subcontractors during the referenced period on the
contractors pay applications submitted with this disbursement request were paid wages at
rates not Tess than those listed on the prevailing wage rate contained in the contract
documents and that all applicable provisions of the Davis -Bacon and Related Acts have
been met.
also certify that interviews and periodic reviews of a representative sample of the weekly
payroll data have been performed to verify that contractors and subcontractors are paying
the appropriate wage rate.
understand that falsifying information on this certification may be grounds for termination of the
SRF loan agreement.
DS
DocuSigned by:
Ar4 I'Jor
"-850CF6C372DD42A
( Signature of Authorized Representative)
City Manager
(Title)
September 28, 2022 1 10:30:42 EDT
(Date)
Page 2 of 3
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Engineer's Certification
of Disbursement Request
Jose A. Ramos , being the Professional Engineer retained by
(name of Professional Engineer)
the City of Miami , am responsible for overseeing construction of the
(name of Project Sponsor)
project described in the Agreement and do hereby certify that:
1. Equipment, materials, labor, and services represented by the construction invoices have
been satisfactorily purchased or received and applied to the project in accordance with
construction contract documents filed with and previously approved by the Department of Environmental
Protection;
2. Payment is in accordance with construction contract provisions;
3. Adequate construction supervision is being provided to assure compliance with construction
requirements and Florida Administrative Code Rule 62-604.600 (2)(b) or Rule 62-
620.630(2)(a) for CWSRF or Florida Administrative Code Rule 62-555.540 (2)(b) or Rule 62-
555.520(3) for DWSRF, as appropriate;
4. Construction up to the point of this disbursement is in compliance with the contract
documents;
5. All changes, additions, or deletions to the construction contract(s) have been documented by
change order and all change orders have been submitted to the Department; and
6. All additions or deletions to the Project which have altered the Project's performance
standards, scope, or purpose (since issue of the pertinent Department permit) have been identified in
writing to the Department.
Signature of Professional ngneer
CH2M Hill Constructors, Inc.
Firm or Affiliation
0 74/2622 .
63120
aatete (P.E. Number)
Page 3 of 3
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
City of Miami
Wagner Creek/Seybold Canal
SRF Loan No. SW132000
Disbursement Request #4 FINAL
Descri . tion
Invoice #
This Re. uest
Technical Services After Bid Opening
CH2M Hill Constructors, Inc. Contract Amount
$ 3,499,588
Project No. 650820 Total Invoices
$ 1,593,027
Inv. Prior-#7
Less Other Funding
$ 1,432,817
SRF Loan
$ 160,210
Less: RTD
$ 160,210
Amt This Request
$ -
0
CH2M Hill Constructors, Inc. Contract Amount
$ 654,150
Project No. WAGCRK21 Total Invoices
$ 654,141
Inv. #1-#6
Less Other Funding
$ -
SRF Loan
$ 654,141
Less: RTD
$ -
Amt This Request
$ 654,141
Inv. #1-#6
654,141
Total Technical Services After Bid Opening
SRF Loan Budget
$ 1,725,000
Contract Amount
$ 4,153,738
Total Invoices
$ 2,247,168
Less Other Funding
$ 1,432,817
SRF Loan
$ 814,351
Less: RTD
$ 160,210
Amt This Request
$ 654,141
654,141
Construction and Demolition
Sevenson Environmental Contract Amount
$ 23,997,789
Services, Inc. Total PE's
$ 23,713,400
PE #1-#30
Phase 1 Dredging Less Retainage
$ -
Less Other Funding
$ 3,350,001
SRF Loan
$ 20,363,400
Less: RTD
$ 13,544,988
Amt This Request
$ 6,818,412
PE #19-#30
6,818,412
Total Construction and Demolition
SRF Loan Budget w/Contingencies
$ 20,688,800
Contract Amount
$ 23,997,789
Total PE's
$ 23,713,400
Less Retainage
$ -
Less Other Funding
$ 3,350,001
SRF Loan
$ 20,363,400
Less: RTD
$ 13,544,988
Amt This Request
$ 6,818,412
SRF Loan SRF Loan Budget
$ 22,413,800
Contracted Amounts w/ Allowances
$ 28,151,527
Total Invoices/PE's/Allowances
$ 25,960,568
Less Retainage
$ -
Less Other Funding
$ 4,782,818
SRF Loan
$ 21,177,751
Less: RTD
$ 13,705,198
Amt This Request
$ 7,472,553
7,472,553
% Req to Date
92%
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
ANGIEBREWER.COM
keeping your funds flowing!
SRF Revenue Schedule
Date Received
Draft Number
Amount
Requested
Amount Not
Received
Total Received
to Date
Balance of Loan
SW132000
$ 22,413,800
Amendment 1
Amendment 2
Total SRF
$ 22,413,800
Request No/Date
#1
11/09/17
0251223
$ 2,346,682
$ 2,346,680
$ 20,067,120
FDEP Adjustment
$ (2)
$ -
$ -
$ 20,067,120
#2
12/12/18
0314395
$ 7,702,292
$ -
$ 7,702,292
$ 12,364,828
#3
01/17/20
0391697
$ 3,656,227
$ -
$ 3,656,226
$ 8,708,602
FDEPAdjustment
$ (1)
$ -
$ -
$ 8,708,602
#4
$ 7,472,553
$ 7,472,553
$ -
$ 8,708,602
#5
#6
#7
#8
#9
#10
Total SRF
I $ 21,177,751
I $ 7,472,553
I $ 13,705,198
I $ 8,708,602
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION
REIMBURSEMENT SUMMARY
Sponsor Name:
City of Miami
Payment Request No.: 4 FINAL
DEP Agreement No.:
SW132000
Vendor Name
Invoice Number
Invoice Date
Invoice
Amount
Local Share or
Other Funding
or Amount Not
Reauested
Requested
Amount
Check
Number
Category (ie.
g
construction,
technical services)
CH2M Hill Constructors, Inc.
#1 - CH2052821
7/26/2021
$ 113,489.90
$ -
$ 113,489.90
ACH
Technical Services
CH2M Hill Constructors, Inc.
#2 - CH2073021
9/27/2021
$ 198,714.76
$ -
$ 198,714.76
ACH
Technical Services
CH2M Hill Constructors, Inc.
#3 - CH2100121
11/23/2021
$ 204,571.67
$ -
$ 204,571.67
ACH
Technical Services
CH2M Hill Constructors, Inc.
#4 - CH2112621
2/10/2022
$ 129,746.11
$ -
$ 129,746.11
ACH
Technical Services
CH2M Hill Constructors, Inc.
#5 - CH2012822
3/23/2022
$ 6,162.08
$ -
$ 6,162.08
ACH
Technical Services
CH2M Hill Constructors, Inc.
#6 - CH2072922-F
8/10/2022
$ 1,456.50
$ -
$ 1,456.50
ACH
Technical Services
Sevenson Environmental Services, Inc.
#19
5/10/2021
$ 40,000.00
$ -
$ 40,000.00
ACH
Construction
Sevenson Environmental Services, Inc.
#20
7/16/2021
$1,223,910.00
$ -
$ 1,223,910.00
ACH
Construction
Sevenson Environmental Services, Inc.
#21
9/9/2021
$ 252,797.40
$ -
$ 252,797.40
ACH
Construction
Sevenson Environmental Services, Inc.
#22
10/14/2021
$ 539,944.87
$ -
$ 539,944.87
ACH
Construction
Sevenson Environmental Services, Inc.
#23
10/28/2021
$ 429,812.75
$ -
$ 429,812.75
ACH
Construction
Sevenson Environmental Services, Inc.
#24
11/27/2021
$ 463,378.52
$ -
$ 463,378.52
ACH
Construction
Sevenson Environmental Services, Inc.
#25
11/27/2021
$ 397,867.54
$ -
$ 397,867.54
ACH
Construction
Sevenson Environmental Services, Inc.
#26
12/10/2021
$ 592,746.17
$ -
$ 592,746.17
ACH
Construction
Sevenson Environmental Services, Inc.
#27
12/28/2021
$ 849,345.61
$ -
$ 849,345.61
ACH
Construction
Sevenson Environmental Services, Inc.
#28
1/12/2022
$ 940,939.98
$ -
$ 940,939.98
ACH
Construction
Sevenson Environmental Services, Inc.
#29
1/28/2022
$ 409,827.74
$ -
$ 409,827.74
ACH
Construction
Sevenson Environmental Services, Inc.
#30
2/28/2022
$ 677,841.18
$ -
$ 677,841.18
ACH
Construction
Totals:
$7,472,552.78
$ -
$ 7,472,552.78
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Vendor CH2M Hill Constructors, Inc.
Project Name Dredging Services Wagner Creek / Seybold Canal
ABA Project # 228-300-01
Vendor # WAGCRK21
Funded by SRF/City
Purchase Order Detail
Total Work
Complete This
Period
SRF
SW132000
City
Payment
Deductions
Total Value
Original Contract Amount
654,141.02
8.98
j
$ 654,150.00
CO/Amendment
Number
Vendor
Approval Date
Community
Approval Date
Funding
Agency
Approval Date
Total C.O. Value
-
-
$ -
Contract Value
654,141.02
8.98
$ 654,150.00
Payment Number
Invoice Date
Check Number
Check Date
Net Payment
#1 - CH2052821
7/26/2021
ACH
8/20/2021
113,489.90
113,489.90
-
113,489.90
#2 - CH2073021
9/27/2021
ACH
11/12/2021
198,714.76
198,714.76
-
198,714.76
#3 - CH2100121
11/23/2021
ACH
12/23/2021
204,571.67
204,571.67
-
204,571.67
#4 - CH2112621
2/10/2022
ACH
4/22/2021
129,746.11
129,746.11
-
129,746.11
#5 - CH2012822
3/23/2022
ACH
4/22/2021
6,162.08
6,162.08
-
6,162.08
#6 - CH2072922-F
8/10/2022
ACH
8/22/2022
1,456.50
1,456.50
-
1,456.50
Total Payment
654,141.02
654,141.02
-
654,141.02
Balance
-
8.98
8.98
Prepared by: Angie Brewer & Associates, LC
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Contractor Sevenson Environmental Services, Inc.
Project Name Wagner Creek/Seybold Canal Restoration Project
City PO # 1704484
City Project # B-50643
ABA Project # 228-300-01
Funded by SRF/LP/FIND
Purchase Order Detail
Total Work
Complete This
Period
Total Retainage SRF
S W 132000
LP Grant
S0774
FIND
DA-MI-15-178
OS6 OnMI
FIND
DA-MI-16-204
(OS6 OnMI
FIND
DA-MI-17-217 City of Miami
OS6 Only/
Payment Total Value
Deductions
Original Contract Amount
ii.
16,050,140.00
450,000.00
700,000.00
1,200,000.00
-
-
$ 18,400,140.00
C.O. Number
Contractor Approval
Da
Approval Date
Community Da
Approval Date
Funding Agency
Approval Date
ADD GRANT
(1,000,000.00)
1,000,000.00
-
-
#1
6/5/2017
6/5/2017
10/23/2018
-
-
-
-
-
-
-
#2
7/3/2017
7/3/2017
10/23/2018
-
-
-
-
-
-
-
#3
8/22/2018
9/12/2018
10/23/2018
87,107.94
-
-
-
-
-
87,107.94
#4
12/11/2018
12/18/2018
1/3/2020
(1,552,259.34)
-
-
-
-
-
(1,552,259.34)
#12
12/18/2019
1/7/2020
N/A
36,978.00
-
-
-
-
-
36,978.00
#13
5/11/2021
3/23/2022
N/A
(36,978.00)
-
-
-
-
-
(36,978.00)
#14
3/31/2022
4/15/2022
7,062,800.00
-
-
-
-
-
7,062,800.00
Amount over 100 % *
-
-
-
Total C.O. Value
4,597,648.60
-
-
-
1,000,555.00
-
$ 5,597,648.60
Contract Value
20,647,788.60
450,000.00
700,000.00
1,200,000.00
1,000,000.00
-
$ 23,997,788.60
Payment
Number
Invoice Date
Check Number
Check Date
Net Payment
#1
6/21/2017
ACH
7/18/2017
1,246,680.02
(124,668.00)
918,142.42
-
203,869.60
-
-
-
1,122,012.02
#2
7/1/2017
ACH
9/1/2017
1,182,732.02
(118,273.20)
868,250.75
-
196,208.07
-
-
-
1,064,458.82
#3
8/1/2017
ACH
11/9/2017
568,728.79
(56,872.88)
239,671.67
242,184.42
29,999.82
-
-
-
511,855.91
#4
9/1/2017
ACH
12/26/2017
1,337,559.99
(133,756.00)
594,132.17
207,815.58
24,117.24
-
-
377,739.00
1,203,803.99
#5
10/17/2017
ACH
1/12/2018
526,889.99
(52,689.00)
408,188.75
-
24,117.24
-
-
41,895.00
474,200.99
#6
11/6/2017
ACH
2/28/2018
981,394.25
(98,139.43)
748,235.32
-
46,707.99
-
-
88,311.51
883,254.82
#7
2/7/2018
ACH
3/16/2018
1,420,047.63
(142,004.76)
1,249,140.19
-
28,902.68
-
-
-
1,278,042.87
#8
1/8/2018
ACH
5/4/2018
1,297,266.40
(129,726.64)
1,143,422.52
-
24,117.24
-
-
-
1,167,539.76
#9
2/9/2018
ACH
6/12/2018
962,674.00
(96,267.40)
819,800.79
-
33,688.11
-
-
12,917.70
866,406.60
#10
3/9/2018
ACH
6/22/2018
1,519,881.01
(151,988.10)
1,308,682.60
-
59,210.31
-
-
-
1,367,892.91
#11
4/5/2018
ACH
6/22/2018
850,930.60
(85,093.06)
463,304.92
-
29,061.70
273,470.92
-
-
765,837.54
#12
5/5/2018
ACH
8/17/2018
2,323,316.96
(232,331.70)
1,127,790.02
-
-
926,529.08
36,666.16
-
2,090,985.26
#13
6/5/2018
ACH
12/21/2018
979,709.64
(97,970.96)
493,286.01
-
-
-
388,452.67
-
881,738.68
#14
9/28/2018
ACH
12/21/2018
974,915.18
(97,491.52)
606,850.87
-
-
-
128,518.99
142,053.80
877,423.66
#15
10/25/2018
ACH
1/15/2019
-
1,504,063.56
1,250,520.98
-
-
-
253,542.58
-
1,504,063.56
#16
12/7/2018
ACH
2/1/2019
762,262.12
36,982.88
1,285,633.26
-
-
-
176,528.75
(662,917.01)
799,245.00
#17
9/12/2019
ACH
11/14/2019
-
26,226.21
13,113.11
-
-
-
13,113.10
-
26,226.22
#18
9/19/2019
ACH
11/14/2019
-
10,000.00
6,822.25
-
-
-
3,177.75
-
10,000.00
#19
5/10/2021
ACH
9/14/2021
-
40,000.00
40,000.00
-
-
-
-
-
40,000.00
#20
7/16/2021
ACH
9/8/2021
1,359,900.00
135,990.00
1,223,910.00
-
-
-
-
-
1,223,910.00
#21
9/9/2021
ACH
10/12/2021
280,886.00
28,088.60
252,797.40
-
-
-
-
-
252,797.40
#22
10/14/2021
ACH
10/29/2021
599,938.75
59,993.88
539,944.87
-
-
-
-
-
539,944.87
#23
10/28/2021
ACH
12/10/2021
477,569.72
47,756.97
429,812.75
-
-
-
-
-
429,812.75
#24
11/27/2021
ACH
12/10/2021
514,865.02
51,486.50
463,378.52
-
-
-
-
-
463,378.52
#25
11/27/2021
ACH
12/30/2021
442,075.04
44,207.50
397,867.54
-
-
-
-
-
397,867.54
#26
12/10/2021
ACH
1/7/2022
658,606.86
65,860.69
592,746.17
-
-
-
-
-
592,746.17
#27
12/28/2021
ACH
2/18/2022
943,717.35
94,371.73
849,345.61
-
-
-
-
-
849,345.61
#28
1/12/2022
ACH
3/18/2022
1,045,488.87
104,548.89
940,939.98
-
-
-
-
-
940,939.98
#29
1/28/2022
ACH
4/1/2022
455,364.15
45,536.42
409,827.74
-
-
-
-
-
409,827.74
#30
2/28/2022
ACH
-
(677,841.18)
677,841.18
-
-
-
-
-
677,841.18
Total Payment
23,713,400.36
0.00
20,363,400.36
450,000.00
700,000.00
1,200,000.00
1,000,000.00
-
23,713,400.36
Balance
284,388.25
-
-
-
-
-
284,388.25
*Represents items over 100% and/or change orders not yet approved by FDEP.
Report Date. 6/29/2022
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
ATTEST:
BY:
State Revolving Fund Disbursement Request Package
Authorized Representative's Certification of Disbursement Request
Signature Page
,—DocuSigned by:
40O1DODUUfr 14D9...
Todd Hannon, City Clerk
r— DocuSigned by:
(Affix City Se
Approved by City Attorney
as to legal form and correctness:
BY:
DocuSigned by:
CITY OF MIAMI, a municipal
corporation of the State of Florida
BY:
�DocuSigned by:
A NM25w
Arthur Norie 8V,F trVI'anager
FDS
A4
Approved as to
Insurance Requirements:
DocuSigned by:
'rain. ghont/7
BY. 27305C6318211E7...
Victoria' gin' i 'i Attorney Ann -Marie Sharpe
Director, Risk Management
HDO?
S
—AtV22—ZZi�{6
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
%ail
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
AND
CITY OF MIAMI, FLORIDA
CLEAN WATER STATE REVOLVING FUND
DESIGN AND CONSTRUCTION LOAN AGREEMENT
SW132000
Florida Department of Environmental Protection
State Revolving Fund Program
Marjory Stoneman Douglas Building
3900 Commonwealth Boulevard, MS 3505
Tallahassee, Florida 32399-3000
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
CLEAN WATER STATE REVOLVING FUND DESIGN AND CONSTRUCTION LOAN
AGREEMENT
CONTENTS PAGE
ARTICLE I - DEFINITIONS 1
1.01. WORDS AND TERMS. 1
1.02. CORRELATIVE WORDS. 3
ARTICLE II - WARRANTIES, REPRESENTATIONS AND COVENANTS 3
2.01. WARRANTIES, REPRESENTATIONS AND COVENANTS. 3
2.02. LEGAL AUTHORIZATION. 5
2.03. AUDIT AND MONITORING REQUIREMENTS. 5
ARTICLE III - LOAN REPAYMENT ACCOUNT 8
3.01. LOAN DEBT SERVICE ACCOUNT. 8
3.02. INVESTMENT OF LOAN DEBT SERVICE ACCOUNT MONEYS. 9
3.03. LOAN DEBT SERVICE ACCOUNT WITHDRAWALS. 9
3.04. ASSETS HELD IN TRUST. 9
ARTICLE IV - PROJECT INFORMATION 9
4.01. PROJECT CHANGES. 9
4.02. TITLE TO PROJECT SITE. 9
4.03. PERMITS AND APPROVALS. 9
4.04. ENGINEERING SERVICES. 10
4.05. PROHIBITION AGAINST ENCUMBRANCES. 10
4.06. COMPLETION MONEYS. 10
4.07. CLOSE-OUT. 10
4.08. LOAN DISBURSEMENTS. 10
ARTICLE V - RATES AND USE OF THE STORMWATER SYSTEM
5.01. RATE COVERAGE.
5.02. MAINTENANCE OF THE STORMWATER SYSTEM.
11
11
11
ARTICLE VI - DEFAULTS AND REMEDIES 12
6.01. EVENTS OF DEFAULT. 12
6.02. REMEDIES. 12
6.03. DELAY AND WAIVER. 13
ARTICLE VII - THE PLEDGED REVENUES 13
7.01. SUPERIORITY OF THE PLEDGE TO THE DEPARTMENT. 13
7.02. ADDITIONAL DEBT OBLIGATIONS. 14
ARTICLE VIII - GENERAL PROVISIONS 14
8.01. DISCHARGE OF OBLIGATIONS. 14
8.02. PROJECT RECORDS AND STATEMENTS. 14
8.03. ACCESS TO PROJECT SITE. 14
8.04. ASSIGNMENT OF RIGHTS UNDER AGREEMENT. 15
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
CLEAN WATER STATE REVOLVING FUND DESIGN AND CONSTRUCTION LOAN
AGREEMENT
CONTENTS PAGE
8.05. AMENDMENT OF AGREEMENT. 15
8.06. ANNULMENT OF AGREEMENT. 15
8.07. SEVERABILITY CLAUSE. 15
8.08. USE AS MATCHING FUNDS. 15
8.09. COMPLIANCE VERIFICATION. 15
8.10. AMERICAN IRON AND STEEL REQUIREMENT. 16
8.11. FISCAL SUSTAINABILITY PLAN (FSP). 16
ARTICLE IX - DESIGN AND CONSTRUCTION CONTRACTS AND INSURANCE 17
9.01. AUTHORIZATION TO AWARD DESIGN AND CONSTRUCTION CONTRACTS. 17
9.02. SUBMITTAL OF DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS. 17
9.03. INSURANCE REQUIRED. 18
ARTICLE X - DETAILS OF FINANCING 18
10.01. PRINCIPAL AMOUNT OF LOAN. 18
10.02. LOAN SERVICE FEE. 18
10.03. FINANCING RATE. 19
10.04. LOAN TERM. 19
10.05. REPAYMENT SCHEDULE. 19
10.06. PROJECT COSTS. 20
10.07. SCHEDULE. 20
10.08. SPECIAL CONDITIONS. 20
ARTICLE XI - EXECUTION OF AGREEMENT 21
ii
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
CLEAN WATER STATE REVOLVING FUND CONSTRUCTION LOAN AGREEMENT
SW132000
THIS AGREEMENT is executed by the STATE OF FLORIDA DEPARTMENT OF
ENVIRONMENTAL PROTECTION (Department) and the CITY OF MIAMI, FLORIDA,
(Local Government) existing as a local governmental agency under the laws of the State of
Florida.
WITNESSETH:
WHEREAS, pursuant to Section 403.1835, Florida Statutes, the Department is authorized to
make loans to local government agencies to finance or refinance the construction of stormwater
pollution control facilities, the planning and design of which have been reviewed by the
Department; and
WHEREAS, funding is provided from the State Revolving Fund program repayments and
interest, which are Federally protected but which are subject to state audit requirements; and
WHEREAS, the Local Government has made application for the financing of the Project, and the
Department has determined that such Project meets all requirements for a loan.
NOW, THEREFORE, in consideration of the Department loaning money to the Local
Government, in the principal amount and pursuant to the covenants hereinafter set forth, it is
agreed as follows:
ARTICLE I - DEFINITIONS
1.01. WORDS AND TERMS.
Words and terms used herein shall have the meanings set forth below:
(1) "Agreement" or "Loan Agreement" shall mean this design and construction loan
agreement.
(2) "Authorized Representative" shall mean the official of the Local Government
authorized by ordinance or resolution to sign documents associated with the Loan.
(3) "Capitalized Interest" shall mean a finance charge that accrues at the Financing Rate
on Loan proceeds from the time of disbursement until six months before the first Semiannual
Loan Payment is due. Capitalized Interest is financed as part of the Loan principal.
(4) "Depository" shall mean a bank or trust company, having a combined capital and
unimpaired surplus of not less than $50 million, authorized to transact commercial banking or
savings and loan business in the State of Florida and insured by the Federal Deposit Insurance
Corporation.
1
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
(5) "Financing Rate" shall mean the charges, expressed as a percent per annum, imposed
on the unpaid principal of the Loan. The Financing Rate shall consist of an interest rate
component and a Grant Allocation Assessment rate component.
(6) "Grant Allocation Assessment" shall mean an assessment, expressed as a percent per
annum, accruing on the unpaid balance of the Loan. It is computed similarly to the way interest
charged on the Loan is computed and is included in the Semiannual Loan Payment. The
Department will use Grant Allocation Assessment moneys for making grants to financially
disadvantaged small communities pursuant to Section 403.1835 of the Florida Statutes.
(7) "Gross Revenues" shall mean Stormwater Utility Fees and all income and earnings
received by the Local Government from the ownership or operation of its Stormwater System,
including investment income, all as calculated in accordance with generally accepted accounting
principles. Gross Revenues shall not include proceeds from the sale or other disposition of any
part of the Stormwater System, condemnation awards or proceeds of insurance, except use and
occupancy or business interruption insurance, received with respect to the Stormwater System.
(8) "Loan" shall mean the amount of money to be loaned pursuant to this Agreement
and subsequent amendments.
(9) "Loan Application" shall mean the completed form which provides all information
required to support obtaining design and construction loan financial assistance.
(10) "Loan Debt Service Account" shall mean an account, or a separately identified
component of a pooled cash or liquid account, with a Depository established by the Local
Government for the purpose of accumulating Monthly Loan Deposits and making Semiannual
Loan Payments.
(11)"Loan Service Fee" shall mean an origination fee which shall be paid to the
Department by the Local Government.
(12) "Monthly Loan Deposit" shall mean the monthly deposit to be made by the Local
Government to the Loan Debt Service Account.
(13) "Operation and Maintenance Expense" shall mean the costs of operating and
maintaining the Stormwater System determined pursuant to generally accepted accounting
principles, exclusive of interest on any debt payable from Gross Revenues, depreciation, and any
other items not requiring the expenditure of cash.
(14) "Pledged Revenues" shall mean the specific revenues pledged as security for
repayment of the Loan and shall be the Gross Revenues derived yearly from the operation of the
Stormwater System after payment of the Operation and Maintenance Expense and the
satisfaction of all yearly payment obligations on account of any senior obligations issued
pursuant to Section 7.02 of this Agreement.
(15) "Project" shall mean the works financed by this Loan and shall consist of furnishing
all labor, materials, and equipment to construct the stormwater project in accordance with the
2
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
plans and specifications accepted by the Department for the "Wagner Creek/Seybold Canal
Restoration" contract.
The Project is in agreement with the planning documentation accepted by the Department
effective October 27, 2014. A Florida Finding of No Significant Impact was published on
April 4, 2014 and no adverse comments were received.
(16) "Semiannual Loan Payment" shall mean the payment due from the Local
Government to the Department at six-month intervals.
(17) "Stormwater Utility Fees" shall mean the fees collected to cover the cost of
operating and maintaining the City of Miami's Stormwater Management System.
(18) "Stormwater System" shall mean all devices and facilities owned by the Local
Government for the collection, transmission, detention, retention, treatment, and management of
stormwater.
1.02. CORRELATIVE WORDS.
Words of the masculine gender shall be understood to include correlative words of the
feminine and neuter genders. Unless the context shall otherwise indicate, the singular shall
include the plural and the word "person" shall include corporations and associations, including
public bodies, as well as natural persons.
ARTICLE II - WARRANTIES, REPRESENTATIONS AND COVENANTS
2.01. WARRANTIES, REPRESENTATIONS AND COVENANTS.
The Local Government warrants, represents and covenants that:
(1) The Local Government has full power and authority to enter into this Agreement and
to comply with the provisions hereof.
(2) The Local Government currently is not the subject of bankruptcy, insolvency, or
reorganization proceedings and is not in default of, or otherwise subject to, any agreement or any
law, administrative regulation, judgment, decree, note, resolution, charter or ordinance which
would currently restrain or enjoin it from entering into, or complying with, this Agreement.
(3) There is no material action, suit, proceeding, inquiry or investigation, at law or in
equity, before any court or public body, pending or, to the best of the Local Government's
knowledge, threatened, which seeks to restrain or enjoin the Local Government from entering
into or complying with this Agreement.
(4) All permits, real property interests, and approvals required as of the date of this
Agreement have been obtained for construction and use of the Project. The Local Government
knows of no reason why any future required permits or approvals are not obtainable.
3
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
(5) The Local Government shall undertake the Project on its own responsibility, to the
extent permitted by law.
(6) To the extent permitted by law, the Local Government shall release and hold
harmless the State, its officers, members, and employees from any claim arising in connection
with the Local Government's actions or omissions in its planning, engineering, administrative,
and construction activities financed by this Loan or its operation of the Project.
(7) All Local Government representations to the Department, pursuant to the Loan
Application and Agreement, were true and accurate as of the date such representations were
made. The financial information delivered by the Local Government to the Department was
current and correct as of the date such information was delivered. The Local Government shall
comply with Chapter 62-503, Florida Administrative Code, and all applicable State and Federal
laws, rules, and regulations which are identified in the Loan Application or Agreement. To the
extent that any assurance, representation, or covenant requires a future action, the Local
Government shall take such action as is necessary for compliance.
(8) The Local Government shall maintain records using generally accepted accounting
principles established by the Governmental Accounting Standards Board. As part of its
bookkeeping system, the Local Government shall keep accounts of the Stormwater System
separate from all other accounts and it shall keep accurate records of all revenues, expenses, and
expenditures relating to the Stormwater System, and of the Pledged Revenues, Loan
disbursement receipts, and Loan Debt Service Account.
(9) In the event the anticipated Pledged Revenues are shown by the Local Government's
annual budget to be insufficient to make the Semiannual Loan Payments for such Fiscal Year
when due, the Local Government shall include in such budget other legally available non -ad
valorem funds which will be sufficient, together with the Pledged Revenues, to make the
Semiannual Loan Payments. Such other legally available non -ad valorem funds shall be
budgeted in the regular annual governmental budget and designated for the purpose provided by
this Subsection, and the Local Government shall collect such funds for application as provided
herein. The Local Government shall notify the Department immediately in writing of any such
budgeting of other legally available non -ad valorem funds. Nothing in this covenant shall be
construed as creating a pledge, lien, or charge upon any such other legally available non -ad
valorem funds; requiring the Local Government to levy or appropriate ad valorem tax revenues;
or preventing the Local Government from pledging to the payment of any bonds or other
obligations all or any part of such other legally available non -ad valorem funds.
(10) Each year, beginning three months before the first Semiannual Loan Payment and
ending with the year during which the final Loan repayment is made, the Local Government's
Authorized Representative or its chief financial officer shall submit, pursuant to the schedule
established in Section 10.07, a certification that: (a) Pledged Revenue collections satisfy, on a
pro rata basis, the rate coverage requirement; (b) the Loan Debt Service Account contains the
funds required; and (c) insurance, including that issued through the National Flood Insurance
Program authorized under 42 U.S.C. secs. 4001-4128 when applicable, in effect for the facilities
generating the Pledged Revenues, adequately covers the customary risks to the extent that such
insurance is available; and (d) any given year in which Loan funds are received, the Local
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Government shall submit certification that the revenue generation system is in conformance with
2.01(14) and Chapter 62-503.700(2)(h)3, Florida Administrative Code.
(11) Pursuant to Section 216.347 of the Florida Statutes, the Local Government shall not
use the Loan proceeds for the purpose of lobbying the Florida Legislature, the Judicial Branch,
or a State agency.
(12)The Local Government agrees to construct the Project in accordance with the Project
schedule. Delays incident to strikes, riots, acts of God, and other events beyond the reasonable
control of the Local Government are excepted. If for any reason construction is not completed as
scheduled, there shall be no resulting diminution or delay in the Semiannual Loan Payment or
the Monthly Loan Deposit.
(13)The Local Government covenants that this Agreement is entered into for the purpose
of constructing, refunding, or refinancing the Project which will in all events serve a public
purpose. The Local Government covenants that it will, under all conditions, complete and
operate the Project to fulfill the public need.
(14) The Local Government shall update the revenue generation system annually to
assure that sufficient revenues are generated for debt service; operation and maintenance;
replacement of equipment, accessories, and appurtenances necessary to maintain the system
design capacity and performance during its design life; and to make the system financially self-
sufficient.
2.02. LEGAL AUTHORIZATION.
Upon signing this Agreement, the Local Government's legal counsel hereby expresses
the opinion, subject to laws affecting the rights of creditors generally, that:
(1) This Agreement has been duly authorized by the Local Government and shall
constitute a valid and legal obligation of the Local Government enforceable in accordance with
its terms upon execution by both parties; and
(2) This Agreement specifies the revenues pledged for repayment of the Loan, and the
pledge is valid and enforceable.
2.03. AUDIT AND MONITORING REQUIREMENTS.
The Local Government agrees to the following audit and monitoring requirements.
Funds provided under this Agreement have been identified as second -tier monies under
the Federal Clean Water Act which are identified as state funds whose use is federally protected.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
5
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
(1) The financial assistance authorized pursuant to this Loan Agreement consists of the
following:
State Resources Awarded to the Local Government Pursuant to this Agreement Consist of the
Following Resources Subject to Section 215 97, F.S.:
State
Program
Number
Funding Source
CSFA
Number
CSFA Title or
Fund Source
Description
Funding
Amount
State
Appropriation
Category
140131
Original
Agreement
Wastewater
Treatment and
Stormwater
Management TF
37.077
Wastewater
Treatment
Facility
Construction
$22,413,800
(2) Audits.
(a) In the event that the Local Government expends a total amount of state financial
assistance equal to or in excess of $500,000 in any fiscal year of such Local Government, the
Local Government must have a State single audit for such fiscal year in accordance with Section
215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters
10.550 (local governmental entities) or 10.650 (nonprofit and for -profit organizations), Rules of
the Auditor General. In determining the state financial assistance expended in its fiscal year, the
Local Government shall consider all sources of state financial assistance, including state
financial assistance received from the Department of Environmental Protection, other state
agencies, and other nonstate entities. State financial assistance does not include Federal direct or
pass -through awards and resources received by a nonstate entity for Federal program matching
requirements.
(b) In connection with the audit requirements addressed in the preceding paragraph (a);
the Local Government shall ensure that the audit complies with the requirements of Section
215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined
by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or
10.650 (nonprofit and for -profit organizations), Rules of the Auditor General.
(c) If the Local Government expends less than $500,000 in state financial assistance in its
fiscal year, an audit conducted in accordance with the provisions of Section 215.97, Florida
Statutes, is not required. The Local Government shall inform the Department of findings and
recommendations pertaining to the State Revolving Fund in audits conducted by the Local
Government in which the $500,000 threshold has not been met. In the event that the Local
Government expends less than $500,000 in state financial assistance in its fiscal year, and elects
to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes,
the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an
audit must be paid from the Local Government's resources obtained from other than State
entities).
(d) The Local Government is hereby advised that the Florida Single Audit Act
Requirements may further apply to lower tier transactions that may be a result of this Agreement.
6
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
For information regarding the Florida Catalog of State Financial Assistance (CSFA), a Local
Government should access the Florida Single Audit Act website located at
https://apps.fldfs.com/fsaa for assistance. In addition to the above websites, the following
websites may be accessed for information: Legislature's Website at
http://www.leg.state.fLus/Welcome/index.cfm, State of Florida's website at
http://www.myflorida.com/, Department of Financial Services' Website at http://www.fldfs.com/
and the Auditor General's Website at http://www.state.fl.us/audgen.
(e) The Local Government should confer with its chief financial officer, audit director or
contact the Department for assistance with questions pertaining to the applicability of these
requirements.
(3) Report Submission.
(a) Copies of financial reporting packages shall be submitted by or on behalf of the
Local Government directly to each of the following:
(i) The Department at the following address:
Valerie Peacock, Audit Director
Office of the Inspector General
Florida Department of Environmental Protection
3900 Commonwealth Boulevard, MS 41
Tallahassee, Florida 32399-3123
(ii) The Auditor General's Office at the following address:
State of Florida Auditor General
Room 401, Claude Pepper Building
111 West Madison Street
Tallahassee, Florida 32399-1450
(iii) Copies of reports or management letters shall be submitted by or on behalf of the
Local Government directly to the Department of Environmental Protection at the
following address:
Valerie Peacock, Audit Director
Office of the Inspector General
Florida Department of Environmental Protection
3900 Commonwealth Boulevard, MS 41
Tallahassee, Florida 32399-3123
(b) Any reports, management letters, or other information required to be submitted to the
Department pursuant to this Agreement shall be submitted timely in accordance with Florida
Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for -profit
organizations), Rules of the Auditor General, as applicable.
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
(c) Local Governments, when submitting financial reporting packages to the Department
for audits done in accordance with Chapters 10.550 (local governmental entities) or 10.650
(nonprofit and for -profit organizations), Rules of the Auditor General, should indicate the date
that the reporting package was delivered to the Local Government in correspondence
accompanying the reporting package.
(4) Record Retention.
The Local Government shall retain sufficient records demonstrating its compliance with
the terms of this Agreement for a period of five years from the date of the final amendment, and
shall allow the Department, or its designee, Chief Financial Officer, or Auditor General access to
such records upon request. The Local Government shall ensure that working papers are made
available to the Department, or its designee, Chief Financial Officer, or Auditor General upon
request for a period of five years from the date of the final amendment, unless extended in
writing by the Department.
(5) Monitoring.
In addition to reviews of audits conducted in accordance with Section 215.97, F.S., as
revised monitoring procedures may include, but not be limited to, on -site visits by Department
staff and/or other procedures. By entering into this Agreement, the Local Government agrees to
comply and cooperate with any monitoring procedures/processes deemed appropriate by the
Department of Environmental Protection. In the event the Department of Environmental
Protection determines that a limited scope audit of the Local Government is appropriate, the
Local Government agrees to comply with any additional instructions provided by the Department
to the Local Government regarding such audit. The Local Government further agrees to comply
and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the
Chief Financial Officer or Auditor General.
ARTICLE III - LOAN REPAYMENT ACCOUNT
3.01. LOAN DEBT SERVICE ACCOUNT.
The Local Government shall establish a Loan Debt Service Account with a Depository
and begin making Monthly Loan Deposits no later than the date set forth for such action in
Section 10.07 of this Agreement.
Beginning six months prior to each Semiannual Loan Payment, the Local Government
shall make six Monthly Loan Deposits. The first five deposits each shall be at least equal to one -
sixth of the Semiannual Loan Payment. The sixth Monthly Loan Deposit shall be at least equal
to the amount required to make the total on deposit in the Loan Debt Service Account equal to
the Semiannual Loan Payment amount, taking into consideration investment earnings credited to
the account pursuant to Section 3.02.
Any month in which the Local Government fails to make a required Monthly Loan
Deposit, the Local Government's chief financial officer shall notify the Department of such
failure. In addition, the Local Government agrees to budget, by amendment if necessary,
payment to the Department from other legally available non -ad valorem funds all sums
8
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
becoming due before the same become delinquent. This requirement shall not be construed to
give superiority to the Department's claim on any revenues over prior claims of general creditors
of the Local Government, nor shall it be construed to give the Department the power to require
the Local Government to levy and collect any revenues other than Pledged Revenues.
3.02. INVESTMENT OF LOAN DEBT SERVICE ACCOUNT MONEYS.
Moneys on deposit in the Loan Debt Service Account shall be invested pursuant to the
laws of the State of Florida. Such moneys may be pooled for investment purposes. The maturity
or redemption date of investments shall be not later than the date upon which such moneys may
be needed to make Semiannual Loan Payments. The investment earnings shall be credited to the
Loan Debt Service Account and applied toward the Monthly Loan Deposit requirements.
3.03. LOAN DEBT SERVICE ACCOUNT WITHDRAWALS.
The withdrawal of moneys from the Loan Debt Service Account shall be for the sole
purpose of making the Semiannual Loan Payment or for discharging the Local Government's
obligations pursuant to Section 8.01.
3.04. ASSETS HELD IN TRUST.
The assets in all accounts created under this Loan Agreement shall be held in trust for the
purposes provided herein and used only for the purposes and in the manner prescribed in this
Agreement; and, pending such use, said assets shall be subject to a lien and charge in favor of the
Department.
ARTICLE IV - PROJECT INFORMATION
4.01. PROJECT CHANGES.
Project changes prior to bid opening shall be made by addendum to plans and
specifications. Changes after bid opening shall be made by change order. The Local
Government shall submit all addenda and all change orders to the Department for an eligibility
determination. After execution of all construction, equipment and materials contracts, the
Project contingency may be reduced.
4.02. TITLE TO PROJECT SITE.
The Local Government shall have an interest in real property sufficient for the
construction and location of the Project free and clear of liens and encumbrances which would
impair the usefulness of such sites for the intended use.
4.03. PERMITS AND APPROVALS.
The Local Government shall have obtained, prior to the Department's authorization to
award construction contracts, all permits and approvals required for construction of the Project or
portion of the Project funded under this Agreement.
9
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
4.04. ENGINEERING SERVICES.
A professional engineer, registered in the State of Florida, shall be employed by, or under
contract with, the Local Government to oversee construction.
4.05. PROHIBITION AGAINST ENCUMBRANCES.
The Local Government is prohibited from selling, leasing, or disposing of any part of the
Stormwater System which would materially reduce operational integrity or Gross Revenues so
long as this Agreement, including any amendment thereto, is in effect unless the written consent
of the Department is first secured.
4.06. COMPLETION MONEYS.
In addition to the proceeds of this Loan, the Local Government covenants that it has
obtained, or will obtain, sufficient moneys from other sources to complete construction and place
the Project in operation on, or prior to, the date specified in Article X. Failure of the Department
to approve additional financing shall not constitute a waiver of the Local Government's
covenants to complete and place the Project in operation.
4.07. CLOSE-OUT.
The Department shall conduct a final inspection of the Project and Project records.
Following the inspection, deadlines for submitting additional disbursement requests, if any, shall
be established, along with deadlines for uncompleted Loan requirements, if any. Deadlines shall
be incorporated into the Loan Agreement by amendment. The Loan principal shall be reduced
by any excess over the amount required to pay all approved costs. As a result of such
adjustment, the Semiannual Loan Payment shall be reduced accordingly, as addressed in
Section 10.05.
4.08. LOAN DISBURSEMENTS.
Disbursements shall be made only by the State Chief Financial Officer and only when the
requests for such disbursements are accompanied by a Department certification that such
withdrawals are proper expenditures. Disbursements shall be made directly to the Local
Government for allowance costs and reimbursement of the incurred design and construction
costs and related services. Disbursement of the allowance costs shall be made upon the
Department's receipt of a disbursement request form. Up to seventy percent of the estimated
allowance shall be disbursed after the Loan Agreement is signed. The remainder of the
allowance shall be disbursed after all procurement contracts are executed and shall be adjusted to
reflect as -bid costs. The entire estimated allowance may be disbursed after the Loan Agreement
is signed if the local government agrees to an allowance adjustment after all contracts have been
bid. Disbursements for materials, labor, or services shall be made upon receipt of the following:
(1) A completed disbursement request form signed by the Authorized Representative.
Such requests must be accompanied by sufficiently itemized summaries of the materials, labor,
or services to identify the nature of the work performed; the cost or charges for such work; and
the person providing the service or performing the work.
10
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
(2) A certification signed by the Authorized Representative as to the current estimated
costs of the Project; that the materials, labor, or services represented by the invoice have been
satisfactorily purchased, performed, or received and applied to the project; that all funds received
to date have been applied toward completing the Project; and that under the terms and provisions
of the contracts, the Local Government is required to make such payments.
(3) A certification by the engineer responsible for overseeing design and construction
stating that equipment, materials, labor and services represented by the design and construction
invoices have been satisfactorily purchased, or received, and applied to the Project in accordance
with design and construction contract documents; stating that payment is in accordance with the
design and construction contract provisions; stating that design and construction, up to the point
of the requisition, is in compliance with the contract documents; and identifying all additions or
deletions to the Project which have altered the Project's performance standards, scope, or purpose
since the issue of the Department construction permit.
(4) Such other certificates or documents by engineers, attorneys, accountants,
contractors, or suppliers as may reasonably be required by the Department.
ARTICLE V - RATES AND USE OF THE STORMWATER SYSTEM
5.01. RATE COVERAGE.
The Local Government shall maintain rates and charges for the services furnished by the
Stormwater System which will be sufficient to provide, in each Fiscal Year, Pledged Revenues
equal to or exceeding 1.15 times the sum of the Semiannual Loan Payments due in such Fiscal
Year. In addition, the Local Government shall satisfy the coverage requirements of all Senior
Revenue Obligations and parity debt obligations.
5.02. MAINTENANCE OF THE STORMWATER SYSTEM.
The Local Government shall operate and maintain the Stormwater System in a proper,
sound and economical manner and shall make all necessary repairs, renewals and replacements.
5.03. ADDITIONS AND MODIFICATIONS.
The Local Government may make any additions, modifications or improvements to the
Stormwater System which it deems desirable and which do not materially reduce the operational
integrity of any part of the Stormwater System. All such renewals, replacements, additions,
modifications and improvements shall become part of the Stormwater System.
5.04. COLLECTION OF REVENUES.
The Local Government shall use its best efforts to collect all rates, fees and other charges
due to it. The Local Government shall establish liens on premises served by the Stormwater
System for the amount of all delinquent rates, fees and other charges where such action is
permitted by law. The Local Government shall use its best efforts to shut off water service
furnished to persons who are delinquent beyond customary grace periods in the payment of
Stormwater System rates, fees and other charges.
11
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
ARTICLE VI - DEFAULTS AND REMEDIES
6.01. EVENTS OF DEFAULT.
Each of the following events is hereby declared an event of default:
(1) Failure to make any Monthly Loan Deposit or to make any installment of the
Semiannual Loan Payment when it is due and such failure shall continue for a period of 30 days.
(2) Except as provided in Subsections 6.01(1) and 6.01(7), failure to comply with the
provisions of this Agreement or failure in the performance or observance of any of the covenants
or actions required by this Agreement and such failure shall continue for a period of 60 days
after written notice thereof to the Local Government by the Department.
(3) Any warranty, representation or other statement by, or on behalf of, the Local
Government contained in this Agreement or in any information furnished in compliance with, or
in reference to, this Agreement, which is false or misleading.
(4) An order or decree entered, with the acquiescence of the Local Government,
appointing a receiver of any part of the Stormwater System or Gross Revenues thereof; or if such
order or decree, having been entered without the consent or acquiescence of the Local
Government, shall not be vacated or discharged or stayed on appeal within 60 days after the
entry thereof.
(5) Any proceeding instituted, with the acquiescence of the Local Government, for the
purpose of effecting a composition between the Local Government and its creditors or for the
purpose of adjusting the claims of such creditors, pursuant to any federal or state statute now or
hereafter enacted, if the claims of such creditors are payable from Gross Revenues of the
Stormwater System.
(6) Any bankruptcy, insolvency or other similar proceeding instituted by, or against, the
Local Government under federal or state bankruptcy or insolvency law now or hereafter in effect
and, if instituted against the Local Government, is not dismissed within 60 days after filing.
(7) Failure of the Local Government to give immediate written notice of default to the
Department and such failure shall continue for a period of 30 days.
6.02. REMEDIES.
Upon any event of default and subject to the rights of others having prior liens on the
Pledged Revenues, the Department may enforce its rights by any of the following remedies:
(1) By mandamus or other proceeding at law or in equity, cause to establish rates and
collect fees and charges for use of the Stormwater System, and to require the Local Government
to fulfill this Agreement.
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
(2) By action or suit in equity, require the Local Government to account for all moneys
received from the Department or from the ownership of the Stormwater System and to account
for the receipt, use, application, or disposition of the Pledged Revenues.
(3) By action or suit in equity, enjoin any acts or things which may be unlawful or in
violation of the rights of the Department.
(4) By applying to a court of competent jurisdiction, cause to appoint a receiver to
manage the Stormwater System, establish and collect fees and charges, and apply the revenues to
the reduction of the obligations under this Agreement.
(5) By certifying to the Auditor General and the Chief Financial Officer delinquency on
loan repayments, the Department may intercept the delinquent amount plus a penalty from any
unobligated funds due to the Local Government under any revenue or tax sharing fund
established by the State, except as otherwise provided by the State Constitution. The Department
may impose a penalty in an amount not to exceed an interest rate of 18 percent per annum on the
amount due in addition to charging the cost to handle and process the debt. Penalty interest shall
accrue on any amount due and payable beginning on the 30th day following the date upon which
payment is due.
(6) By notifying financial market credit rating agencies and potential creditors.
(7) By suing for payment of amounts due, or becoming due, with interest on overdue
payments together with all costs of collection, including attorneys' fees.
(8) By accelerating the repayment schedule or increasing the Financing Rate on the
unpaid principal of the Loan to as much as 1.667 times the Financing Rate for a default under
Subsection 6.01(1).
6.03. DELAY AND WAIVER.
No delay or omission by the Department to exercise any right or power accruing upon
event of default shall impair any such right or power or shall be construed to be a waiver of any
such default or acquiescence therein, and every such right and power may be exercised as often
as may be deemed expedient. No waiver or any default under this Agreement shall extend to or
affect any subsequent event of default, whether of the same or different provision of this
Agreement, or shall impair consequent rights or remedies.
ARTICLE VII - THE PLEDGED REVENUES
7.01. SUPERIORITY OF THE PLEDGE TO THE DEPARTMENT.
From and after the effective date of this Agreement, the Department shall have a lien on
the Pledged Revenues, which along with any other Department State Revolving Fund liens on
the Pledged Revenues, on equal priority, will be prior and superior to any other lien, pledge or
assignment with the following exception. All obligations of the Local Government under this
Agreement shall be junior, inferior, and subordinate in all respects in right of payment and
security to any additional senior obligations issued with the Department's consent pursuant to
13
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Section 7.02. Any of the Pledged Revenues may be released from the lien on such Pledged
Revenues in favor of the Department if the Department makes a determination, based upon facts
deemed sufficient by the Department, that the remaining Pledged Revenues will, in each Fiscal
Year, equal or exceed 1.15 times the debt service coming due in each Fiscal Year under the
terms of this Agreement.
7.02. ADDITIONAL DEBT OBLIGATIONS.
The Local Government may issue additional debt obligations on a parity with, or senior
to, the lien of the Department on the Pledged Revenues provided the Department's written
consent is obtained. Such consent may be granted if the Local Government demonstrates at the
time of such issuance that the Pledged Revenues, which may take into account reasonable
projections of growth of the Stormwater System and revenue increases, plus revenues to be
pledged to the additional proposed debt obligations will, during the period of time Semiannual
Loan Payments are to be made under this Agreement, equal or exceed 1.15 times the annual
combined debt service requirements of this Agreement and the obligations proposed to be issued
by the Local Government and will satisfy the coverage requirements of all other debt obligations
secured by the Pledged Revenues.
ARTICLE VIII - GENERAL PROVISIONS
8.01. DISCHARGE OF OBLIGATIONS.
All payments required to be made under this Agreement shall be cumulative and any
deficiencies in any Fiscal Year shall be added to the payments due in the succeeding year and all
years thereafter until fully paid. Payments shall continue to be secured by this Agreement until
all of the payments required shall be fully paid to the Department. If at any time the Local
Government shall have paid, or shall have made provision for the timely payment of, the entire
principal amount of the Loan, and as applicable, Loan Service Fee, interest, and Grant Allocation
Assessment charges, the pledge of, and lien on, the Pledged Revenues to the Department shall be
no longer in effect. Deposit of sufficient cash, securities, or investments, authorized by law,
from time to time, may be made to effect defeasance of this Loan. However, the deposit shall be
made in irrevocable trust with a banking institution or trust company for the sole benefit of the
Department. There shall be no penalty imposed by the Department for early retirement of this
Loan.
8.02. PROJECT RECORDS AND STATEMENTS.
Books, records, reports, engineering documents, contract documents, and papers shall be
available to the authorized representatives of the Department for inspection at any reasonable
time after the Local Government has received a disbursement and until five years after the final
amendment date.
8.03. ACCESS TO PROJECT SITE.
The Local Government shall provide access to Project sites and administrative offices to
authorized representatives of the Department at any reasonable time. The Local Government
14
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
shall cause its engineers and contractors to cooperate during Project inspections, including
making available working copies of plans and specifications and supplementary materials.
8.04. ASSIGNMENT OF RIGHTS UNDER AGREEMENT.
The Department may assign any part of its rights under this Agreement after notification
to the Local Government. The Local Government shall not assign rights created by this
Agreement without the written consent of the Department.
8.05. AMENDMENT OF AGREEMENT.
This Agreement may be amended in writing, except that no amendment shall be
permitted which is inconsistent with statutes, rules, regulations, executive orders, or written
agreements between the Department and the U.S. Environmental Protection Agency. This
Agreement may be amended after all design and construction contracts are executed to re-
establish the Project cost, Loan amount, Project schedule, and Semiannual Loan Payment
amount. A final amendment establishing the final Project costs and the Loan Service Fee based
on actual Project costs shall be completed after the Department's final inspection of the Project
records.
8.06. ANNULMENT OF AGREEMENT.
The Department may unilaterally annul this Agreement if the Local Government has not
drawn any of the Loan proceeds within eighteen months after the effective date of this
Agreement. If the Department unilaterally annuls this Agreement, the Department will provide
written notification to the Local Government.
8.07. SEVERABILITY CLAUSE.
If any provision of this Agreement shall be held invalid or unenforceable, the remaining
provisions shall be construed and enforced as if such invalid or unenforceable provision had not
been contained herein.
8.08. USE AS MATCHING FUNDS.
The U.S. Environmental Protection Agency has provided a class deviation from the
provisions of 40 CFR 35.3125(b)(1) to allow these second tier funds to be used as local matching
requirements for most EPA grant funded treatment works projects, including special
Appropriations Act projects.
8.09. COMPLIANCE VERIFICATION.
(1) The Local Government shall periodically interview 10% of the work force entitled to
Davis -Bacon prevailing wages (covered employees) to verify that contractors or subcontractors
are paying the appropriate wage rates. Local Governments shall immediately conduct interviews
in response to an alleged violation of the prevailing wage requirements. As provided in 29 CFR
5.6(a)(5) all interviews must be conducted in confidence. The Local Government must use
15
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Standard Form 1445 or equivalent documentation to memorialize the interviews. Copies of the
SF 1445 are available from EPA on request.
(2) The Local Government shall periodically conduct spot checks of a representative
sample of weekly payroll data to verify that contractors or subcontractors are paying the
appropriate wage rates. The Local Government shall establish and follow a spot check schedule
based on its assessment of the risks of noncompliance with Davis -Bacon posed by contractors or
subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the
subrecipient should spot check payroll data within two weeks of each contractor or
subcontractor's submission of its initial payroll data and two weeks prior to the completion date
of the contract or subcontract. Local Governments must conduct more frequent spot checks if
the initial spot check or other information indicates that there is a risk that the contractor or
subcontractor is not complying with Davis -Bacon. In addition, during the examinations the Local
Government shall verify evidence of fringe benefit plans and payments thereunder by contractors
and subcontractors who claim credit for fringe benefit contributions.
(3) The Local Government shall periodically review contractors and subcontractors use
of apprentices and trainees to verify registration and certification with respect to apprenticeship
and training programs approved by either the U.S Department of Labor (DOL) or a state, as
appropriate, and that contractors and subcontractors are not using disproportionate numbers of
laborers, trainees, and apprentices. These reviews shall be conducted in accordance with the
schedules for spot checks and interviews described in items (1) and (2) above.
(4) Local Governments must immediately report potential violations of the Davis -Bacon
prevailing wage requirements to the EPA Davis -Bacon contact Sheryl Parsons at
Parsons.Sheryl@epamail.epa.gov and to the appropriate DOL Wage and Hour District Office
listed at http://www.dol.gov/whd/america2.htm.
8.10. AMERICAN IRON AND STEEL REQUIREMENT.
The Local Government's subcontracts must contain requirements that all of the iron and
steel products used in the Project are in compliance with the American Iron and Steel
Requirement as described in H. R. 3547, "Consolidated Appropriations Act, 2014" unless the
Local Government has obtained a waiver pertaining to the Project or the Department has advised
the Local Government that the requirement is not applicable to the Project.
8.11. FISCAL SUSTAINABILITY PLAN (FSP).
The 2014 amendments to the Federal Water Pollution Control Act (FWPCA) require a
recipient of a Loan for a project that involves the repair, replacement, or expansion of a treatment
works to develop and implement a Fiscal Sustainability Plan (FSP) or certify that it has
developed and implemented such a plan.
Under Section 603(d)(1)(E0(i) of that act, the Local Government shall (i) develop and
implement a Fiscal Sustainability Plan that includes: an inventory of critical assets that are a part
of the treatment works; an evaluation of the condition and performance of inventoried assets or
asset groupings; a certification that the recipient has evaluated and will be implementing water
16
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
and energy conservation efforts as part of the plan; and a plan for maintaining, repairing, and, as
necessary, replacing the treatment works and a plan for funding such activities; or (ii) certify that
the recipient has developed and implemented a plan that meets the requirements under (i).
At a minimum, the FSP shall include: an inventory of critical assets that are part of the
Project funded by this agreement; an evaluation of the condition and performance of these assets;
a certification that the assistance recipient has evaluated and will be implementing water and
energy conservation efforts as part of the plan; and a plan for maintaining, repairing, and, as
necessary, replacing the treatment works and a plan for funding such activities.
A FSP certification is a certification by the Local Government that the FSP has been
developed and is being implemented. For systems that self -certify under Section
603(d)(1)(E)(ii), certification is due at the time of loan closing. For systems developing an FSP
under Section 603(d)(1)(E)(i), the requirement to develop and implement an FSP is a condition
of the Loan Agreement and is due before the final disbursement is approved.
ARTICLE IX - DESIGN AND CONSTRUCTION CONTRACTS AND INSURANCE
9.01. AUTHORIZATION TO AWARD DESIGN AND CONSTRUCTION CONTRACTS.
The following documentation is required to receive the Department's authorization to
award construction contracts:
(1) Proof of advertising.
(2) Award recommendation, bid proposal, and bid tabulation (certified by the
responsible engineer).
(3) Certification of compliance with the conditions of the Department's approval of
competitively or non -competitively negotiated procurement, if applicable.
(4) Certification Regarding Disbarment, Suspension, Ineligibility and Voluntary
Exclusion.
(5) Assurance that the Local Government and contractors are in compliance with Section
1606 with labor standards, including prevailing wage rates established for its locality by the U.S.
Department of Labor under the Davis -Bacon Act for Project construction.
(6) Certification that all procurement is in compliance with Section 8.10 which states
that all iron and steel products used in the Project must be produced in the United States unless
(a) a waiver is provided to the Local Government by the Environmental Protection Agency
(EPA) or (b) compliance would be inconsistent with United States obligations under
international agreements.
9.02. SUBMITTAL OF DESIGN AND CONSTRUCTION CONTRACT DOCUMENTS.
After the Department's authorization to award design and construction contracts has been
received, the Local Government shall submit:
17
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
(1) Contractor insurance certifications.
(2) Executed Contract(s).
(3) Notices to proceed with design and construction.
9.03. INSURANCE REQUIRED.
The Local Government shall cause the Project, as each part thereof is certified by the
engineer responsible for overseeing design and construction as completed, and the Stormwater
System (hereafter referred to as "Revenue Producing Facilities") to be insured by an insurance
company or companies licensed to do business in the State of Florida against such damage and
destruction risks as are customary for the operation of Revenue Producing Facilities of like size,
type and location to the extent such insurance is obtainable from time to time against any one or
more of such risks.
The proceeds of insurance policies received as a result of damage to, or destruction of,
the Project or the other Revenue Producing Facilities, shall be used to restore or replace damaged
portions of the facilities. If such proceeds are insufficient, the Local Government shall provide
additional funds to restore or replace the damaged portions of the facilities. Repair, construction
or replacement shall be promptly completed.
ARTICLE X - DETAILS OF FINANCING
10.01. PRINCIPAL AMOUNT OF LOAN.
The estimated principal amount of the Loan is $22,413,800, which consists of
$22,413,800 to be disbursed to the Local Government and $0 of Capitalized Interest.
Capitalized Interest is not disbursed to the Local Government, but is amortized via
periodic Loan repayments to the Department as if it were actually disbursed. Capitalized Interest
is computed at the Financing Rate, or rates, set for the Loan. It accrues and is compounded
annually from the time when disbursements are made until six months before the first
Semiannual Loan Payment is due. Capitalized Interest is estimated prior to establishing the
schedule of actual disbursements.
10.02. LOAN SERVICE FEE.
The Loan Service Fee is estimated as $448,276 for the Loan amount authorized to date.
The fee represents two percent of the Loan amount excluding Capitalized Interest amount; that
is, two percent of $22,413,800. The Loan Service Fee is estimated at the time of execution of the
loan agreement and shall be revised with any increase or decrease amendment. The Loan
Service Fee is based on actual Project costs and assessed in the final loan amendment. The Local
Government shall pay the Loan Service Fee from the first available repayment(s) following the
final amendment.
18
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Capitalized Interest is computed on the assessed Loan Service Fee at the Financing Rate,
or rates and included in the final amendment. It accrues and is compounded annually from the
final amendment date until six months before the first Semiannual Loan Payment is due.
10.03. FINANCING RATE.
The Financing Rate on the unpaid principal of the Loan amount specified in
Section 10.01 is 0.00 percent per annum. The Financing Rate equals the sum of the interest rate
and the Grant Allocation Assessment Rate. The interest rate is 0.00 percent per annum and the
Grant Allocation Assessment rate is 0.00 percent per annum. However, if this Agreement is not
executed by the Local Government and returned to the Department before October 1, 2015 the
Financing Rate may be adjusted. A new Financing Rate shall be established for any funds
provided by amendment to this Agreement.
10.04. LOAN TERM.
The Loan shall be repaid in 40 Semiannual Loan Payments.
10.05. REPAYMENT SCHEDULE.
The Semiannual Loan Payment shall be computed based upon the principal amount of the
Loan plus the estimated Loan Service Fee and the principle of level debt service. The
Semiannual Loan Payment amount may be adjusted, by amendment of this Agreement, based
upon revised information. After the final disbursement of Loan proceeds, the Semiannual Loan
Payment shall be based upon the actual Project costs, the actual Loan Service Fee and Loan
Service Fee capitalized interest, if any, and actual dates and amounts of disbursements, taking
into consideration any previous payments. Actual Project costs shall be established after the
Department's inspection of the completed Project and associated records. The Department will
deduct the Loan Service Fee and any associated interest from the first available repayments
following the final amendment.
Each Semiannual Loan Payment shall be in the amount of $571,552 until the payment
amount is adjusted by amendment. The interest and Grant Allocation Assessment portions of
each Semiannual Loan Payment shall be computed, using their respective rates, on the unpaid
balance of the principal amount of the Loan, which includes Capitalized Interest. Interest (at the
Financing Rate) also shall be computed on the estimated Loan Service Fee. The interest and
Grant Allocation Assessment on the unpaid balance shall be computed as of the due date of each
Semiannual Loan Payment.
Semiannual Loan Payments shall be received by the Department beginning on
October 15, 2017 and semiannually thereafter on April 15 and October 15 of each year until all
amounts due hereunder have been fully paid. Funds transfer shall be made by electronic means.
The Semiannual Loan Payment amount is based on the total amount owed of
$22,862,076, which consists of the Loan principal and the estimated Loan Service Fee.
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
10.06. PROJECT COSTS.
The Local Government and the Department acknowledge that the actual Project costs
have not been determined as of the effective date of this Agreement. Project cost adjustments
may be made as a result of construction bidding or mutually agreed upon Project changes.
Capitalized Interest will be recalculated based on actual dates and amounts of Loan
disbursements. If the Local Government receives other governmental financial assistance for
this Project, the costs funded by such other governmental assistance will not be financed by this
Loan. The Department shall establish the final Project costs after its final inspection of the
Project records. Changes in Project costs may also occur as a result an audit. The Local
Government agrees to the following estimates of Project costs:
PROJECT COSTS
CATEGORY COST($)
Construction and Demolition 18,808,000
Contingencies 1,880,800
Technical Services After Bid Opening 1,725,000
SUBTOTAL (Disbursable Amount) 22,413,800
Capitalized Interest 0
TOTAL (Loan Principal Amount) 22,413,800
10.07. SCHEDULE.
The Local Government agrees by execution hereof:
(1) Completion of Project construction is scheduled for April 15, 2017.
(2) The Loan Debt Service Account shall be established and Monthly Loan Deposits
shall begin no later than April 15, 2017.
(3) The initial annual certification required under Subsection 2.01(10) of this Agreement
shall be due July 15, 2017. Thereafter the certification shall be submitted no later than
September 30 of each year until the final Semiannual Loan Payment is made.
(4) The first Semiannual Loan Payment in the amount of $571,552 shall be due
October 15, 2017.
10.08. SPECIAL CONDITIONS.
Prior to any funds being released, the Local Government shall submit the following:
(1) A certified copy of the Resolution which authorizes the application, establishes the
Pledged Revenues, and designates an Authorized Representative for signing the application and
executing the Loan Agreement; and
(2) A Legal Opinion addressing the availability of Pledged Revenues, the right to
increase rates, and subordination of the pledge.
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
ARTICLE XI - EXECUTION OF AGREEMENT
This Loan Agreement SW132000 shall be executed in two or more counterparts, any of
which shall be regarded as an original and all of which constitute but one and the same
instrument.
IN WITNESS WHEREOF, the Department has caused this Agreement to be executed on
its behalf by the Secretary or Designee and the Local Government has caused this Agreement to
be executed on its behalf by its Authorized Representative and by its affixed seal. The effective
date of this Agreement shall be as set forth below by the Department.
SEAL
Approved
for
C Y OF MIAMI
Daniel ty Manager
Attest:
0
£.Tnnlrt, City Clerk
est`to the opinion expressed in Section 2.02,
entit d Legal A hori . loll.
Victo a Mendez, City • ttorney
Requirements: Approved as o Loan Documents:
Anne -Marie Sharpe Director,
Risk Management department And
Jose
for
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
Fernando Casamayor, Chief Financial Officer
z, Finance Director
Secretary or Designee
21
Date
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
City of Miami
File Summary Report
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File ID: 15-00733
Introduced: 6/3/15
Type: Resolution Status: Passed
Final Action: 7/9/15 Controlling Body: Office of the City
Clerk
Title: A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), PROVIDING FOR A
DESIGN AND CONSTRUCTION LOAN OF NOT TO EXCEED TWENTY-TWO MILLION, FOUR
HUNDRED THIRTEEN THOUSAND, EIGHT HUNDRED DOLLARS ($22,413,800.00) AT A ZERO
PERCENT (0%) INTEREST RATE (COLLECTIVELY, "LOAN") TO THE CITY OF MIAMI ("CITY") FROM
THE STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION ("DEPARTMENT")
CLEAN WATER STATE REVOLVING FUND PROGRAM ("PROGRAM") FOR THE WAGNER
CREEK/SEYBOLD CANAL PROJECT SW132000 (COLLECTIVELY, "PROJECT"), WITH FORTY (40)
SEMI-ANNUAL LOAN PAYMENTS BEGINNING ON OR ABOUT OCTOBER 15, 2017; FURTHER
AUTHORIZING A LOAN SERVICE FEE OF NOT TO EXCEED FOUR HUNDRED FORTY-EIGHT
THOUSAND, TWO HUNDRED AND SEVENTY SIX DOLLARS ($448,276.00) TO BE PAID ON OR
ABOUT OCTOBER 15, 2017, BY THE CITY FOR THE LOAN THROUGH THE PROGRAM; MAKING
CERTAIN FINDINGS AND DETERMINATIONS; RATIFYING, APPROVING AND CONFIRMING THE
CITY'S AMENDED LOAN APPLICATION; AUTHORIZING AND DESIGNATING THE CITY MANAGER
TO NEGOTIATE, EXECUTE AND DELIVER THE LOAN AGREEMENT, IN A FORM ACCEPTABLE TO
THE CITY ATTORNEY ("LOAN AGREEMENT"); FURTHER AUTHORIZING AND DESIGNATING THE
CITY MANAGER TO NEGOTIATE, EXECUTE AND DELIVER, IN A FORM ACCEPTABLE TO THE
CITY ATTORNEY, ALL OTHER NECESSARY AGREEMENTS, DOCUMENTS, AND INSTRUMENTS IN
CONNECTION WITH THE LOAN AND THE LOAN AGREEMENT FOR THE PROJECT; SETTING
CERTAIN BASIC PARAMETERS OF THE TERMS AND CONDITIONS OF THE LOAN AND THE LOAN
AGREEMENT; ESTABLISHING PLEDGED REVENUES; DESIGNATING AND AUTHORIZING THE CITY
MANAGER, THE CITY ATTORNEY, AND ALL OTHER NECESSARY CITY REPRESENTATIVES TO
UNDERTAKE ALL OTHER ACTIONS IN CONNECTION HEREWITH FOR THE CITY'S COMPLIANCE
WITH THE PROGRAM'S REQUIREMENTS; PROVIDING ASSURANCES; PROVIDING FOR CONFLICTS,
SEVERABILITY, AND AN EFFECTIVE DATE.
City of Miami Page 1 Printed on 9/1/2022
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
CITY OF MIAMI
OFFICE OF CAPITAL IMPROVEMENTS (OCI)
CONSULTANT STANDARD INVOICE
To:
City of Miami
Office of Capital Improvements (OCI)
444 SW 2nd Avenue - 8th Floor
Miami, FL 33130
Invoice Number. CH2072922-F
ATTN:
Jose Lago, P.E.
Invoice Date: Auguat 10, 2022
Page:
From:
CH2M HILL Constructors. Inc.From:
To
Dept. 1485
Invoice Period: January 29, 2021 29, 2022
Denver, CO 80291-1485
Contract No.: B-50643_
Contract Title:
Wagner Creek/Seyboki Canal Dredging
Project No.: B-50643
NOTE:
'
Project Name: Wagner Creek/Seybok) Canal
rnvoioes "'calved pest 2:00 PM will be stamped with the Next Business Date
Prepare Invoices properly to avoid payment delay.
Each invoice must be signed by a Pnnopal of the firm as designated. Purchase Order No.: 2102766
Attach appropriate bade -up documents to each Invoice.
Work Order No:
SERVICE
CONTRACT AMOUNT % COMPLETE TOTAL EARNED
TO DATE
PREVIOUSLY INVOICED CURRENT INVOICE AMOUNT
$ $ - $ - $ -
Teak 01 - Project Planning and Support
$ 42,714.10 95 iL $ 40,451.50 $ 38,995.00 $ 1,456.50
Task 02 - Services During Construction
$ 601,246 100%
$ 603 627.49 $ 80877.49 $ -
_ _ _
Task 03 - Allowance for Water Semplirty
$ 0 00—
_$ - $ -
Task 04 - Allowance for Risk Assessment
$ 0.00
$ - I $ - $ -
Task 0 - nee Or an arm
O00
_ _
3 $ - $ -
Teak06-AllowenceforAddnal Services
dto
$ 10,18986 99%
$ 10,062.021 $ 10,062.02 -
$$ -
$ -
$ - r$ - $ -
$ - ,
$ - I $ - $
$
$
-
-$ - - s
$ -
$ - $ - '8 -
$ -
$ - $ - s -
Reimbursable Expenses
$ -
$ - $ - $
1. (Tide)
$ -
$ - $ - $
-
2 (Title)
$ -
$ - $ - S -
3. (Tide)
$ -
$ - $ - s -
$ -
$ - $ - $ -
Additional Services
_
$
$ - $ - $ -
1. (Title)
$ -
$ - $ - S -
_
2. (Tide)
$ -
$ - $ - $ -
3. (Tide) $ -
$ - $ - S -
$ -
$ - $ - $ -
TOTAL: $ 654,150.00
$ 654,141.01 $ 662,684.51 $ 1,456.50
Subtotal:
$ 1,456.50
Prior to thla Invoice Remaining Contract Balance: $ 1,465.49
Deductions:
Total Due :
$ 1,456.50
TO BE COMPLETED BY CONSULTANT- IRM-
CERTIFI TRUE AND CORRECT BY: SUPPORTING DOCUMENTS CHECKLIST:
ActivationrbLetter or Phase being
rInvoiced:
Supporting for (Report
A
Construction
�j(/{q,f �✓Ji.0 Construction Status Report
.1
(Signature or Principal) Final Payment Documents:
Additional Service Authorizations:
Daniel M. TOMCZC ) Pt, .1 I. Mcr14.eief.
(Type Name and Title of Pnnopal)
AREA TO BE COMPLETED BY CITY OF MIAMI
CITY OF MIAMI APPROVAL:
DATE
SIGNATURE
Date Received CIP
Jose Lago. P.E.
PROJECT MANAGER
CHIEF PROJECT MANAGER
Date Received for Payment Processing (Budget Department)
ASSISTANT DIRECTOR
DIRECTOR
Date Implemented 8.0i08
Date Revised' September 2021
Form 106
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
cH?nx•
CH2M HILL Constructors, Inc.
3150 SW 38 Avenue, Suite 700
Miami, FL 33146
City of Miami
Finance - General Accounting
444 SW 2nd Ave, 6th Floor
Miami, Florida 33130
Please Remit Payment To:
CH2M HILL Constructors, Inc.
Dept. 1485
Denver, CO 80291-1485
Date: 8/10/2022
Purchase Order No.: 2102766
Invoice No.: CH2072922-F
Project No.: WAGCRK21
Period Ending: 7/29/2022
SUMMARY OF ACTIVITIES
CH2M HILL staff performed the following activities:
Task 01 - Project Planning and Support
• Discussion with project delivery and project accounting on the transfer of tasks from WAGCRK21 to 650820CH
• Discussions with City (OCI, legal, and finance) on the use of the old PO #1500743 to cover additional construction oversight costs, surface water sampling, risk
assessment, and embankment design
• Internal discussion on the embankment design in OS-1
Task 02 - Services During Construction
• N/A
Task 03 - Allowance for Water Sampling
• N/A
Task 04 - Allowance for Risk Assessment
• N/A
Task 05 - Allowance for Design and Permitting
• N/A
Task 06 - Allowance for Additional Services
• N/A
This invoice covers the period between January 29, 2022 through July 29, 2022.
DUE AND PAYABLE ON RECEIPT OF INVOICE. FINANCE CHARGES WILL BE ASSESSED AT 1 V2 PERCENT PER M ONTH (OR
MAXIMUM PERMISSIBLE UNDER STATE LAW) ON ALL ACCOUNTS OVERDUE UNLESS STATED OTHERWISE IN OUR
CONTRACT. CH2M HILL IS INCORPORATED.
Page 2 of 4
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
C4124w
CH2M HILL Constructors, Inc.
3150 SW 38 Avenue, Suite 700
Miami, FL 33146
City of Miami
Finance - General Accounting
444 SW 2nd Ave, 6th Floor
Miami, Florida 33130
Please Remit Payment To:
CH2M HILL Constructors, Inc.
Dept. 1485
Denver, CO 80291-1485
Date: 8/10/2022
Purchase Order No.: 2102766
Invoice No.: CH2072922-F
Project No.: WAGCRK21
Period Ending: 7/29/2022
INVOICE
Design services for Dredging services for Wagner Creek / Seybold Canal
This invoice covers the period between January 29, 2022 through July 29, 2022.
TASK 01 — PROJECT PLANNING AND SUPPORT
LABOR
EMPLOYEE
JOB CLASSIFICATION
MCMANUS, ELLEN G.
TOMCZAK, DANIEL M (DANIEL)
RAMOS, JOSE ANTONIO (JOSE)
MCRAE, JENNIFER EMILY (JENNIF Project Controls
EXPENSES
DESCRIPTION
Technical Advisor
Project Manager
Geotechnical Manager
SUBTOTAL LABOR
WORK COMPLETE
SUBTOTAL EXPENSES
TOTAL TASK 01
HOURS
0.25
6.75
1.00
0.25
RATE AMOUNT
218.60
175.72
174.88
163.44
54.65
1,186.11
174.88
40.86
$ 1,456.50
AMOUNT
$ 1,456.50
TASK 02 — SERVICES DURING CONSTRUCTION
LABOR
EMPLOYEE
JOB CLASSIFICATION
SUBTOTAL LABOR
EXPENSES
DESCRIPTION
WORK COMPLETE
SUBTOTAL EXPENSES
TOTAL TASK 02
HOURS
RATE AMOUNT
AMOUNT
TASK 03 — ALLOWANCE FOR WATER SAMPLING
WORK COMPLETE
TOTAL TASK 03
TASK 04 — ALLOWANCE FOR RISK ASSESSMENT
Page 3 of 4
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
WORK COMPLETE
TOTAL TASK 04 $
TASK 05 - ALLOWANCE FOR DESIGN AND PERMITTING
LABOR
EMPLOYEE JOB CLASSIFICATION HOURS RATE AMOUNT
EXPENSES
DESCRIPTION
SUBTOTAL LABOR $
WORK COMPLETE
AMOUNT
SUBTOTAL EXPENSES $
TOTAL TASK 05 $
TASK 06 - ALLOWANCE FOR ADDITIONAL SERVICES
WORK COMPLETE
TOTAL TASK 06 $
TOTAL AMOUNT DUE $ 1,456.50
One Time PO Fee: $ 654,150.00
Less: Amount Billed To Date: $ 654,141.01
Remaining Balance: $ 8.99
DUE AND PAYABLE ON RECEIPT OF INVOICE. FINANCE CHARGES WILL BE ASSESSED AT 1112 PERCENT PER MONTH (OR
MAXIMUM PERMISSIBLE UNDER STATE LAW) ON ALL ACCOUNTS OVERDUE UNLESS STATED OTHERWISE IN OUR
CONTRACT. CH2M HILLIS INCORPORATED .
Page 4 of 4
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
March 18, 2021
Mr. Daniel M. Tomczak
CH2M HILL Constructors, Inc.
111 Corning Road, Ste. 200
Cary, NC 27518
eitp of fIlliarni
NOTICE TO PROCEED
ARTHUR NORIEGA, V
City Manager
RE: B-50643, Construction Support Services
Wagner Creek and Seybold Canal Waterways Restoration Project
Amount: $654,150.00 PO No. 2102766
Dear Mr. Tomczak:
This letter serves as official notice for you to proceed with the work for the above referenced
project in accordance with your executed Amendment No. 3 to the contract agreement for
dredging related construction support services for Wagner Creek and Seybold Canal
Waterways Restoration Project dated January 26, 2021 and authorized by the City of Miami
Legislation Resolution R-20-0184.
You are hereby authorized to commence on March 22, 2021 for the services per the attached
enclosure Consultant Work Order Proposal.
The total duration for these services is fifty-two (52) working weeks from the authorized date
of the NTP. Please be certain to have a copy of this NTP accompany your invoice when it is
submitted.
A copy of the Purchase Order will be forwarded to you by the City of Miami Purchasing
Department. Should you have any questions concerning this project, please contact the Project
Manager, Jose L. Lago, PE, CFM at (305) 416-1252 or email jllago@miamigov.com
Sincerely,
Jorge IaMora
Assistant Director
Enclosure: Consultant Work Order Proposal (dated December 23, 2020)
cc: Jose L. Lago, PE, CFM, Sr. Project Manager, Office of Capital Improvements
Robert Fenton, Sr. Construction Manager, Office of Capital Improvements
OFFICE OF CAPITAL IMPROVEMENTS
444 SW 2nd Avenue, 8`h Floor / Miami, FL 33130 / (305) 416-1280 / Fax: (305) 416-2153
Mailing Address: P.O. Box 330708 Miami, FL 33233-0708
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Visit our website for business opportunities at: www.miamigov.com/procurement
c‘'
Sk
+ ,
o
9
ocoyFi
°F 4'��,
i ^ �?-S'
,, MHO * ,
„ „ e ;
0 -
4•
Clt Of Mlallll
Y
Purchase Order
Department of Purchasing
P.O. Box 330708 Miami, Florida 33233-0708
(305) 416-1922 Fax - (305) 416-1925
PURCHASE ORDER/RELEASE NUMBER
2102766
Show this number on all packages, invoices, and shipping papers.
Change
Number
0
Change
Date
Page No.
1 of 2
Order Date
02/26/2021
Bid/Contract Number
Buyer:
Luis Perez-Codina
,,,. _
Taxpayer ID
Supplier No.
Telephone No. City of
Miami - Office of Management and Budget
2nd Ave., 5th Floor
FL 33130
841230545
13075
0
2 444 SW
CH2M Hill Constructors Inc.
3150 SW 38th Avenue
Suite 700
Miami, FL 33146
Miami,
rn
City of
0 444 SW
H Miami,
Miami -
2nd Ave,
FL 33130
416-1987
Finance -
6th Floor
Email
a copy
General Accounting
- payables@miamigov.com
above.
Customer Account Number m Fax - (305)
Please also forward
of the invoice to the Ship To address
Effective Start Date
Effective End Date
Total Agreement Limit
Line
Commodity
Code
Description/Delivery Date
Qty
Unit
Unit Price
Extended Price
1
96258-00
Dredging Services for Wagner Creek/Seybold Canal per Amendment No.
3;650643
654150
Dollar
1.00
654,150.00
Total Amount:
Amendment No. 3 to RFP 15-16-030 Pursuant to Resolution R-20-0184
654,150.00
FOB:
Destination
Requisition Number:
233567
Vendor Instructions
1. Florida Tax Exempt ID:
Ship Via:
Department:
231000 - Office of Management and Budget
2. Invoices: Direct Invoices in Duplicate to the address shown above.
3. Terms and conditions set forth in our Bid or Quotation and on the
Payment Terms:
Net 30
Contact Person:
Alcala, Daniel
reverse side hereof are incorporated herein by reference become
part of this order
Telephone Number:
305 416-1513
02/26/2021
Annie Perez, CPPO, Director of Procurement
Date Appnwed
C FN/PC 506 Rev. 12/05
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
chzsw
CONSULTANT WORK ORDER PROPOSAL
Wagner Creek/Seybold Canal Restoration Project
Date: December 23, 2020
Dear Mr. Hector L. Badia:
CH2M
3150 SW 38th Avenue
Suite 700
Miami, FL 33146
Tel 305 441-1864
Fax 305 443-8856
CH2M HILL Constructors, Inc. (CH2M) proposes to provide the consulting and engineering
support services identified below for the project entitled "B-50643, Wagner Creek and Seybold
Canal Restoration Project" for the City of Miami Office of Capital Improvements.
I. GENERAL
Wagner Creek, which merges into Seybold Canal, is a tributary of the Miami River and receives
stormwater runoff from the surrounding C-6 Basin of the Miami, Florida metropolitan area. The
Wagner Creek/Seybold Canal system is a 303(d) listed water body that has a high
concentration of pollutants. Historical stormwater discharge into Wagner Creek and Seybold
Canal has resulted in elevated sediment concentrations of dioxins, total polycyclic aromatic
hydrocarbons (PAHs), and metals. Wagner Creek is an important part of the Miami River water
system and removal of the contaminated sediment ultimately benefits Miami's local communities
and south Florida's natural aquatic resources.
The first phase of the dredging of Wagner Creek and Seybold Canal was completed in 2017-
2018 and involved removal of contaminated sediments, resulting in improved conveyance of
drainage and improved navigation. Dredging activities began at the upstream extent of Wagner
Creek (where the creek exits a culvert system at NW 20' Street) and continued downstream to
where Seybold Canal discharges into the Miami River. CH2M provided engineering and
construction inspection support during the first phase of the dredging, as well as with post -
dredging water sampling and reporting and other project support services for the City of Miami
(City).
As established in the Miami -Dade County Regulatory and Economic Resources Department —
Environmental Monitoring and Restoration Division (DERM) Class 1 Construction Permit (2008-
CLI-PER-00248) for the Wagner Creek/Seybold Canal restoration activities, all sediment
materials capable of being dredged are to be removed. However, during the sediment removal
activities in 2017-2018, the sediment materials under bridges and in culverts along Wagner
Creek were left in place, including the bridges at NW 14th Avenue, NW 16' Street, NW 15th
Street, and NW 11' Street and the culverts under NW 14th Street and Highway 836. The
Corrective Action Plan (CAP) 2 discusses the use of engineering controls, such as
backfilling/capping, matting, or removal, should residual sediment material within the excavation
limits of the Operational Sections not be removed. However, the City plans to remove the
remaining sediment materials under the bridges and in culverts along the length of Wagner
Creek. Following removal of the sediment materials under the bridges and in culverts, a risk
analysis will be completed to evaluate human health and ecological risk from the residual
materials remaining in Wagner Creek and Seybold Canal.
LEGAL ENTITY (IF APPLICABLE)
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Mr. Jose Lago
Page 6
December 23, 2020
by federal, provincial and municipal proclamations/declarations regarding shelter in place and/or
business closures.
Based on the foregoing, this proposal, including the schedule of activities, is contingent on being
able to appropriately and safely staff and perform (including travel), in light of the COVID-19
outbreak.
V. COMPENSATION
Consultant shall perform the Work detailed in this Proposal for a Total fee of six hundred fifty
four thousand one hundred fifty dollars and zero cents ($654,150.00). The City shall not be
liable for any fee, cost, expense or reimbursable expense or other compensation beyond this
amount. Said fee for each task includes an allowance for reimbursable expenses required in
connection with the work, including travel, lodging, meals, materials, supplies and other project
related expenses. Said reimbursable expenses shall be used in accordance with the
Agreement Provisions.
SUMMARY OF COMPENSATION*
Task, Sub -
task, or
Activity ID #
Major Task Name and/or Activity Description
Fee Amount
Fee Basis
01
Project Planning and Support
$42,714.10
Hourly Rate, Not to Exceed
02
Services During Construction
$496,448.14
Hourly Rate, Not to Exceed
03
Allowance for Water Sampling
$26,442.20
Hourly Rate, Not to Exceed
04
Allowance for Risk Assessment
$39,614.00
Hourly Rate, Not to Exceed
05
Allowance for Design and Permitting
$34,141.70
Lump Sum, Not to Exceed
06
Allowance for Additional Services
$10,189.86
Limiting Amount, Not to Exceed
Subconsultant — Environmental Testing Lab
$4, 600.00
Limiting Amount, Not to Exceed
TOTAL
$654,150.00
*Note: Compensation should match the Task, Activities, and/or Deliverables identified.
VI. ADDITIONAL SERVICES
The City may establish an allowance for additional project services (Sub -Task 06.AS) for work
as requested by the City and for unforeseen circumstances, which shall be utilized at the sole
discretion of the City.
VII. DATA PROVIDED BY CITY
The following information or documents are to be provided by the City, where available:
Right-of-way maps, historical environmental sampling reports, as-builts of bridges along Wagner
Creek
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Tomczak, Daniel/RAL
From: Lago, Jose <JLLago@miamigov.com>
Sent: Friday, July 30, 2021 6:21 PM
To: Tomczak, Daniel/RAL; Mora, Jorge; Jackson, Robin Jones; Velez, Pablo; Perez-Codina,
Luis; McGinnis, Lai -Wan
Cc: Badia, Hector; Marquez, Giraldo; Alban, Xavier E.; Paschal, Erica; Ponassi Boutureira,
Fernando; Fenton, Robert; Basile, Melania; Pannu, Gurinderjit
Subject: [EXTERNAL] RE: M&IE for Wagner Creek , B-50643
Attachments: PO_81_2102766_0_US.pdf
Good evening Daniel,
I have discussed the meal and incidental expenses (M&IE) per diem rate with OCI senior leadership yesterday. Per the
email information below you are approved to use the M&IE per diem rate of $50/day/person for meal and incidental
expenses (M&IE) for the subject project PO number 2102766. For reference I have attached the Purchase Order.
I am providing additional information below regarding the approved per diem request for the Wagner Creek project:
• The M&IE per diem rate of $50/day/person for M&IE. Meals would include breakfast, lunch, and dinner.
• The requested rate of $50/day/person is lower than the GSA rate (for the Miami area) as well as the average
rate for the rates published in the Runzheimer Report (for the Miami area). In addition, this is the same rate as
what was requested and approved by the City for the Wagner Creek field activities in 2017-18.
• Per diem would only be expensed for field staff who are working on the project and are from out of town. There
is 1 field staff (Joseph Hambrick) who would expense a per diem (but could be up to 2 field staff if a rotation is
needed in the schedule and other staff come from out of town).
• The per diem rate would only be charged under the Task 02 —Services During Construction as discussed in the
Work Order Proposal.
• With the current schedule of 6 days/week, 6 months of dredging oversight plus 2 weeks of oversight of set-
up/mobilization and 2 weeks of oversight of breakdown/demobilization (for a total of 7 months), the total per
diem charges (at $50/day/person) would be $8,400 over the 7 months of field activities. The per diem charges
will be included in the overall budget for Task 02 of $496,448.14.
Should you have any questions please contact me. Thanks.
Team,
Should you have any questions and/or comments please provide them to me by next Friday, August 6, 2021. Thanks.
Regards,
Jose
OCI
Jose L. Lago, P.E., CFM
Senior Project Manager
City of Miami
Office of Capital Improvements
444 SW 2nd Avenue, 8th Floor
1
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Tomczak, Daniel/RAL
From: Lago, Jose <JLLago@miamigov.com>
Sent: Tuesday, January 18, 2022 2:02 PM
To: Tomczak, Daniel/RAL
Cc: Carrasquillo, Angel; Badia, Hector; Mora, Jorge; Alban, Xavier E.; McGinnis, Lai -Wan
Subject: [EXTERNAL] RE: Wagner Creek Request for CEI-CM Hours to completion
Attachments: Transfer-Request_WagnerCreek_CityofMiami_20220111_withAmendl.pdf
Good afternoon Daniel,
Please refer to the attached approved justification letter for Cost Transfer of CM Hours and Allowances from
PO#2102766 to
PO#1500743. Please insert the attached in all future remaining invoices. Thanks and please contact me if you have any
questions.
Jose L. Lago, P.E., CFM
Senior Project Manager
City of Miami
Office of Capital Improvements
444 SW 2nd Avenue, 8h Floor
Miami, Florida 33130
Office: (305) 416-1252
Email: ilago@miamigov.com
Building a stronger, more resilient Miami
ID CIE
From: Badia, Hector <hbadia@miamigov.com>
Sent: Tuesday, January 18, 2022 1:41 PM
To: Lago, Jose <JLLago@miamigov.com>
Cc: Carrasquillo, Angel <AnCarrasquillo@miamigov.com>; Mora, Jorge <JMora@miamigov.com>
Subject: RE: Wagner Creek Request for CEI-CM Hours to completion
Please see attached.
This is to allow the use of allowances in the contract.
Reviewed by Legal and Budget.
i
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
CH2MHILL
January 11, 2022
Attention: Jose Lago, PE, CFM
City of Miami
Office of Capital Improvements
444 SW 2nd Avenue, 8th Floor
Miami, FL 33130
CH2M HILL Constructors, Inc.
3150 SW 38th Ave
Miami, FL 33146
305.718.0599
305.718.8077
Subject: Justification for Cost Transfer of CM Hours and Allowances from PO#2102766 to
PO#1500743
Wagner Creek and Seybold Canal Restoration Project, Miami, Florida
Project Number B-50643
Mr. Jose Lago:
CH2M HILL Constructors, Inc. (a legal entity under Jacobs Engineering Group, Inc) is pleased to
provide the City of Miami Office of Capital Improvements (OCI) with a request to transfer the
three Allowances (Water Sampling, Risk Assessment, and Design and Permitting) from the
current PO#2102766 (CH2M Hill Project No. WAGCRK21) to the old PO#1500743 (CH2M Hill
Project No. 678289CH). This memorandum is a follow-up to the multiple discussions
(December 3 and 21, 2021) between CH2M, City of Miami Office of Capital Improvements (Mr.
Jose Lago), City of Miami Office of Management and Budget (Ms. Lai -Wan McGinnis), and City of
Miami Office of City Attorney (Mr. Xavier Alban) regarding this request, who are in agreement
with the transfer request and have asked for the request to be forwarded for approval.
The budget for the three allowances under the current PO#2102766 would be used to cover the
additional construction oversight costs for the dredging being completed under the
bridges/culverts along Wagner Creek due to the extension in the schedule. Amendment 1 of
the original contract for the Dredging Services for Wagner Creek and Seybold Canal Waterways
Project, B-50643 (PO#1500743), which included the construction oversight services for the
dredging activities in 2017-18, has been incorporated into Amendment 3 of the contract
(PO#2102766), which included the oversight of the removal of sediment under the bridges and
culverts of Wagner Creek in 2021. The justification in transferring the three allowances
originally included under PO#2102766 to Task 3 - Services During Construction under
PO#1500743 is based on the scope description that was included in the Proposal for Consulting
and Sediment Removal Support, Wagner Creek/Seybold Canal Restoration Project (Amendment
1 to original contract, dated May 27, 2014) from CH2M HILL (see attached Amendment
1). Within the proposal, under Task 3 - Services During Construction, the discussion of other
tasks that may be performed under PO#1500743 included:
As part of this task, CH2M HILL may perform the following additional services as directed by the
City however, it should be noted that these services are not included in the budget presented in
Attachment B:
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
January 11, 2022
Mr. Jose Lago:
• Review SO Ws of work for structure repairs prepared by the contractor,
• Observe structure repairs as requested in the field (e.g., embankments and sea walls),
• Provide additional services as requested and mutually agreed upon.
As "additional services as requested and mutually agreed upon", the allowances to be
transferred are related to the post -construction services for Wagner Creek/Seybold Canal that
are being requested by either DERM or by the City of Miami OCI and therefore could be included
under Task 3 - Services During Construction of PO#1500743.
Details of the allowances to be transferred to Task 3 - Services During Construction (under
PO#1500743) include:
1) Allowance for Water Sampling $26,442.20 + $3,600 lab costs
At the request of Miami -Dade DERM (from the December 23, 2019 communication),
CH2M will assist the City in performing one (1) post -dredge surface water sampling
event from select locations along Wagner Creek. The post -dredge sampling event will
be conducted within 3 months after the completion of the dredging activities from under
the bridges and within culverts of Wagner Creek. A post -dredge surface water sampling
plan modification (addendum to the DERM approved sampling plan dated July 2018)
will be drafted and submitted to DERM for review and approval prior to mobilization for
the sampling event. Surface water samples will be collected for dioxins/furans
following the same procedures as the sampling during 2018-2019 and from six
locations along Wagner Creek. If DERM requests additional sampling, then the
additional sampling will be discussed and agreed upon by the City of Miami and DERM
prior to being completed. A report summarizing the surface water results will be written
and submitted to the City and DERM for their review. Subcontractor (laboratory) costs
and field expenses are included in the budget for this task. Allowance for post -dredge
surface water sampling within Wagner Creek will be completed at the sole discretion of
the City of Miami OCI.
2) Allowance for Risk Assessment $39,614.00 + $1,000 lab costs
Per the request of Miami -Dade DERM during the December 13, 2019 meeting, CH2M
will assist the City with confirmatory sediment sampling along Seybold Canal in support
of modifying the draft risk assessment. Residual sediment may be present along the
bulkheads and seawalls of Seybold Canal (OS-6) and will be sampled if needed and
submitted to a laboratory for analysis. A total of 8 sediment samples (unless DERM
requests additional samples) will be collected along the length of Seybold Canal (east
and west sides) and analyzed for lead only. The draft ecological and human health risk
assessment report for Wagner Creek and Seybold Canal will be revised to include the
new sediment data from OS-6 and submitted to the City and DERM for their review.
Subcontractor (laboratory) costs and field expenses are included in the budget for this
task. Allowance for the OS-6 sediment sampling and risk assessment will be
completed at the sole discretion of the City of Miami OCI.
3) Allowance for Design and Permitting $34,141.70
As outlined in Section 4 of the CAP 2 document, structures that fail or are damaged as
a result of the dredging excavation activities will be repaired or restored within a
reasonable time after the failure or damage occurs. Articulating block was previously
placed along the embankment of OS-1 of Wagner Creek to provide erosion control
measures, but erosion of the creek bank and sloughing of the articulating block into the
creek have since occurred. CH2M will develop a technical memorandum that includes
a summary of calculations, evaluation of alternatives for the embankment stabilization,
recommendations, basis of design, and cost estimate. Once the alternative has been
approved by the City, construction documents (30%, 60%, 90% design) and final
(100%) design with complete plans and specification notes will be developed and
submitted to the City for review and comments. Construction documents for the design
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
January 11, 2022
Mr. Jose Lago:
will be signed and sealed by a CH2M Florida PE. Necessary permitting (i.e., USACE
and DERM) for the completion of the embankment repair and stabilization along OS-1
will also be completed under this task. Allowance for the OS-1 embankment
stabilization design and permitting will be completed at the sole discretion of the City of
Miami OCI.
CH2M recommends that the charges (labor, expenses, subcontractor costs) for the additional
construction services during the dredging activities and the three allowances be tracked under
the Contingency sub -task of Task 3 (03.CN) of PO#1500743 since they are additional services
requested (by the City of Miami) and agreed upon.
Let me know if there are any additional questions regarding this request. If you have any
questions, or need further information, please feel free to contact me at (919) 637-0633 or
daniel.tomczak@jacobs.com.
Sincerely,
Daniel M. Tomczak
Project Manager
Cc: Lai -Wan McGinnis, City of Miami Office of Management and Budget
Xavier Alban, City of Miami Office of City Attorney
Badia, Hector
2022.01.18
13:37:49-05'00'
DocuSign Envelope ID: 2080FBED-CEC8-42A8-8B4A-2132D4A53590
Payment# 228609
Payment Overview [CMIA AP Supervisor] SI
Operating Unit
Number
Currency
Amount
Date
Payment Process Request
Voucher
Status
Cleared Amount
Cleared Date
Void Date
Maturity Date
Invoices
City of Miami
228609
USD
1,456.50
I22-AUG-2022
108-22-2022 AP ACH P Rt
Negotiable
Payee
Paid To Name
Taxpayer ID
Supplier Number
Address
Bank
Name
Account
Payment Document
Payment Method
Payment Process Profile
CH2M Hill Constructors Inc.
841230545
13075 Site IDENVER
Department 1485
1700 Lincoln Street
Lower Level 3
Wachovia Bank, N.A.
Main Operating
Electronic
Electronic
CMIA AP NACHA Profile
Number Amount Paid GL Date Description
CH2072922-F
1,456.50 22-AUG-2022
A:2180 P:40-B50643
Invoice Overview
Bank Supplier
Payments
22029A09410141ACHOVIA BANK, H.A. CITY OF MIAMI
1596000375CC608-22-2022 220823
0000145850228609 CH2M HILL CONSTRUCTORS I
00001456502ATCH_NSME 08-22-2022 AP ACH P RE I
385 1456501596000375
301000000141565013009
WELLS
FARGO
Intraday Composite Report
Standard Intraday Composite Report
As of 08/23/2022
company: CITY OF '01.4\11
User. Bic Galled
09(231202201:26 PM ET
Corrmanclal Electronic Office Treasury Infarmatlon Reporting
S/2312022 1451 ACH CONCENTRATION CREDIT Credit Arnow1.456.50
Out Raft 091000017106609 Bank Rat
Unique ID: 00000091DD5662504531
COMPANY NAME: CITY OF MIAMI
ENTRY DESC: AUTOSETTLE
RECIPIENT ID FILE2596000375
RECIPIENT NAMEACH AUTO SETLMNT
COMPANY ID' 1596000375
ENTRY CLASS CODE' CCD
DISCRETIONARY DATA:
ACH ORIGINATION - CITY OF MIAMI - FILE 2596000375 COID 1596000375O1D07D0017106609
TRANSACTION CODE: 22
Debit Transactions
1