Loading...
COOPERATIVE FUNDING AGREEMENT FOR STEVENSONS CREEK WATERSHED MANAGEMENT PROGRAM AGREEMENT NO. 02CON000086 COOPERATIVE FUNDING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND THE CITY OF CLEARWATER FOR THE STEVENSONS CREEK WATERSHED MANAGEMENT PROGRAM: IMPLEMENTATION OF BEST MANAGEMENT PRACTICES (K394) THIS COOPERATIVE FUNDING AGREEMENT is made and entered into by and between the SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT, a public corporation ofthe State of Florida, whose address is 2379 Broad Street, Brooksville, Florida 34604-6899, for itself and on behalf of the Pinellas-Anclote River Basin Board, hereinafter collectively referred to as the "DISTRICT," and the CITY OF CLEARWATER, a municipal corporation of the State of Florida, whose address is 112 South Osceola Avenue, Post Office Box 4748, Clearwater Florida, 33758- 4748, hereinafter referred to as the "CITY." ' WITNESSETH: WHEREAS, the CITY proposed a multi-year funded project to evaluate and implement a stormwater management program in the Stevenson Creek Watershed forfunding consideration under the DISTRICT's cooperative funding program; and WHEREAS, the stormwater management program for the Stevenson Creek Watershed is in the Pinellas-Anclote River Basin Board's five-year plan with a budget of $4,850,000; and WHEREAS, the project consists of the selection, design, permitting and construction of flood protection and water quality Best Management Practices in the Stevenson Creek Watershed, hereinafter referred to as the "PROJECT"; and WHEREAS, the DISTRICT considers the PROJECT worthwhile and desires to assist the CITY in funding the PROJECT. NOW, THEREFORE, the DISTRICT and the CITY, in consideration of the mutual terms, covenants and conditions set forth herein, agree as follows: 1. PROJECT MANAGER AND NOTICES. Each party hereby designates the employee set forth below as its respective Project Manager. Project Managers shall assist with PROJECT coordination and shall be each party's prime contact person. Notices or reports shall be sent to the attention of each party's Project Manager by U.S. mail, postage paid, to the parties' addresses as set forth in the introductory paragraph of this Agreement. Project Manager for the DISTRICT: Project Manager for the CITY: Richard Mayer Elliot Shoberg Page 1 of 7 rfJ (7{)~ :J !',,~-O I (/ f() Any changes to the above representatives or addresses must be provided to the other party in writing. 1.1 The DISTRICT's Project Manager is hereby authorized to approve requests to extend a PROJECT task deadline set forth in this Agreement. Such approval shall be in writing, shall explain the reason for the extension and shall be signed by the Project Manager and his/her Department Director, or Deputy Executive Director if the Department Director is the Project Manager. The DISTRICT's Project Manager is not authorized to approve any time extension which will result in an increased cost to the DISTRICT or any time extension which will likely delay the final PROJECT task deadline. 1.2 The DISTRICT's Project Manager is authorized to adjust a line item amount of the PROJECT Budget set forth in Exhibit "B" or, if applicable, the refined budget as set forth in Paragraph 3.1 below. The adjustment shall be in writing, shall explain the reason for the adjustment, and shall be signed by the Project Manager, his/her Department Director and their Deputy Executive Director. The DISTRICT's Project Manager is not authorized to make changes to the Scope of Work and is not authorized to approve any increase in the not-to-exceed amount set forth in the funding section of this Agreement. 2. SCOPE OF WORK. Upon receipt of written notice to proceed from the DISTRICT, the CITY shall perform the services necessary to complete the PROJECT in accordance with the Special Project Terms and Conditions set forth in Exhibit "A" and the Proposed Project Plan set forth in Exhibit "B," both attached hereto and incorporated herein. Any changes to this Scope of Work and associated costs shall be mutually agreed to in a formal written amendment approved by the DISTRICT Governing Board and the CITY prior to being performed by the CITY. The CITY shall be solely responsible for managing the PROJECT, including the hiring and supervising of any consultants or contractors it engages under this Agreement. 3. FUNDING. The parties anticipate that the total cost of the PROJECT will be Four Million Eight Hundred Fifty Thousand Dollars ($4,850,000). The DISTRICT agrees to fund PROJECT costs up to Two Million Four Hundred Twenty-Five Thousand Dollars ($2,425,000) and shall have no obligation to pay any costs beyond this maximum amount. The CITY agrees to fund PROJECT costs up to Two Million Four Hundred Twenty-Five Thousand Dollars ($2,425,000) and shall be responsible for all costs in excess of the anticipated total PROJECT cost. The CITY shall be the lead party to this Agreement and shall pay PROJECT costs prior to requesting reimbursement from the DISTRICT. 3.1 The DISTRICT shall reimburse the CITY forthe DISTRICT's share of PROJECT costs in accordance with the proposed Budget set forth in Exhibit "B." The CITY shall contract with consultants and/or contractors in accordance with the Special Project Terms and Conditions set forth in Exhibit "A." Upon written DISTRICT approval, the budget amounts for the work set forth in such contract(s) shall refine the amounts set forth in the proposed Budget and shall be incorporated herein by reference. The DISTRICT shall reimburse the CITY for 50 percent of all allowable costs in each Page 2 of 7 rJl DISTRICT approved invoice received from the CITY, but at no point in time shall the DISTRICT's expenditure amount under this Agreement exceed expenditures made by the CITY. Payment shall be made to the CITY within thirty (30) days of receipt of an invoice, with the appropriate support documentation, which shall be submitted to the DISTRICT on a monthly basis at the following address: Accounts Payable Section Southwest Florida Water Management District Post Office Box 1166 Brooksville, Florida 34605-1166 3.2 The maximum amount of $4,850,000 includes any travel expenses which may be authorized under this Agreement and reimbursement shall be paid only in accordance with Section 112.061, Florida Statutes (F.S.), as may be amended from time to time, District Policy 130-5 and District Procedure 13-5. 3.3 The CITY shall not use any DISTRICT funds for any purposes not specifically identified in the above Scope of Work. 3.4 The CITY hereby recognizes and agrees that DISTRICT funding ofthe PROJECT will be over five (5) fiscal years, 2002 through 2006, and is conditioned upon the inclusion, funding, and approval ofthe PROJECT in the DISTRICT's annual budgets. The DISTRICT approved Five Hundred Six Thousand Two Hundred Fifty Thousand Dollars ($506,250) in Fiscal Year 2002 and the remaining funds up to the DISTRICT's funding commitment are anticipated to be available in subsequent fiscal years. If DISTRICT funding in any subsequent year does not occur, the CITY shall be responsible for all funding necessary to complete the PROJECT. 3.5 Each CITY invoice shall include the following certification, and the CITY hereby agrees to delegate authority to its Project Manager to affirm said certification: "I hereby certify that the costs requested for reimbursement and the CITY's matching funds, as represented in this invoice, are directly related to the performance under the Stevenson Creek Watershed Management Program: Implementation of Best Management Practices Agreement between the Southwest Florida Water Management District and the City of Clearwater (Agreement No. 02CON000086 ), are allowable, allocable, properly documented, and are in accordance with the approved project budget." 3.6 The DISTRICT shall have no obligation to reimburse the CITY for any costs under this Agreement until construction of the PROJECT has commenced. 3.7 The DISTRICT's performance and payment pursuant to this Agreement is contingent upon the DISTRICT's Governing Board appropriating funds for the PROJECT. The CITY's performance adn payment pursuant to this Agreement is contingent upon the CITY Commission appropriating funds for the PROJECT. Page 3 of 7 rIJ 4. CONTRACT PERIOD. This Agreement shall be effective upon execution by all parties and shall remain in effect until January 31, 2010, unless terminated or extended in writing by mutual written agreement of the parties. 5. PROJECT RECORDS AND DOCUMENTS. Each party shall, upon request, permit the other party to examine or audit all PROJECT related records and documents during or following completion of the PROJECT. Each party shall maintain all such records and documents for at least three (3) years following completion of the PROJECT. All records and documents generated or received by either party in relation to the PROJECT are subject to the Public Records Act in Chapter 119 F .S. 6. OWNERSHIP OF DOCUMENTS AND OTHER MATERIALS. All documents, including reports, drawings, estimates, programs, manuals, specifications, and all goods or products, including intellectual property and rights thereto, purchased under this Agreement with DISTRICT funds or developed in connection with this Agreement shall be and remain the property of the DISTRICT. 7. REPORTING. The CITY shall provide the DISTRICT with any and all reports, models, studies, maps or other documents resulting from the PROJECT. 8. LIABILITY. Each party hereto agrees that it shall be solely responsible for the negligent acts or omissions of its officers, employees, contractors and agents; however, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the limitations set forth in Section 768.28, F .S. 9. DEFAULT. Either party may terminate this Agreement upon the other party's default in complying with any term or condition of this Agreement, as long as the terminating party is not in default of any term or condition of this Agreement. To effect termination, the terminating party shall provide the defaulting party with a written "Notice of Termination" stating its intent to terminate and describing the term and/or condition with which the defaulting party has failed to comply. If the defaulting party has not remedied its default within thirty (30) days after receiving the Notice of Termination, this Agreement shall automatically terminate. 1 O. TERMINATION WITHOUT CAUSE. This Agreement may be terminated by either party without cause upon ten (10) days written notice to the other party. Termination shall be effective upon the tenth (10th) day as counted from the date of the written notice. In the event of termination under this paragraph, the CITY shall be entitled to compensation on a pro-rated basis for all services provided by the CITY prior to the date of termination that are within the Scope of work set forth in Exhibit "B," are allowed under this Agreement and documented in the Budget of Exhibit "B." 11. RELEASE OF INFORMATION. The parties shall not initiate any verbal or written media interviews or issue press releases on or about the PROJECT without providing advance copies to the other party. This provision shall not be construed as preventing the parties from complying with the public records disclosure laws set forth in Chapter 119 F .S. Page 4 of 7 rJj 12. DISTRICT RECOGNITION. The CITY shall recognize DISTRICT funding and, if applicable, Basin Board funding in any reports, models, studies, maps or other documents resulting from this Agreement, and the form of said recognition shall be subject to DISTRICT approval. If construction is involved, the CITY shall provide signage at the PROJECT site that recognizes funding for this PROJECT provided by the DISTRICT and, if applicable, the Basin Board(s). All signage must meet with DISTRICT written approval as to form, content. and location, and must be in accordance with local sign ordinances. 13. PERMITS AND REAL PROPERTY RIGHTS. The CITY shall obtain all permits and all real property rights necessary to complete the PROJECT priorto commencing any construction involved in the PROJECT. The DISTRICT shall have no obligation to reimburse the CITY for any costs under this Agreement until the CITY has obtained such permits and rights. 14. LAW COMPLIANCE. Each party shall comply with all applicable federal, state and local laws, rules, regulations and guidelines, relative to performance under this Agreement. 15. COMPLIANCE WITH DISTRICT RULES & REGULATIONS. If the PROJECT involves design services, the CITY's professional designers and DISTRICT regulation and projects staff shall meet regularly during the PROJECT design to discuss ways of ensuring that the final design for the proposed PROJECT shall technically comply with all applicable DISTRICT rules and regulations. 16. DISADVANTAGED BUSINESS ENTERPRISES. The DISTRICT expects the CITY to use good faith efforts to ensure that disadvantaged business enterprises, which are qualified under either federal or state law, have the maximum practicable opportunity to participate in contracting opportunities under this project Agreement. Invoice documentation submitted to the DISTRICT under this Agreement shall include information relating to the amount of expenditures made to disadvantaged businesses by the CITY in relation to this Agreement, to the extent the CITY maintains such information. 17. ASSIGNMENT. Neither party may assign or transfer its rights or obligations under this Agreement, including any operation or maintenance duties related to the PROJECT, without the written consent of the other party. 18. SUBCONTRACTORS. Nothing in this Agreement shall create, or be implied to create, any relationship between the DISTRICT and any subcontractor of the CITY. 19. THIRD PARTY BENEFICIARIES. Nothing in this Agreement shall be construed to benefit any person or entity not a party to this Agreement. 20. LOBBYING PROHIBITION. Pursuant to Section 216.347, F.S., the CITY is hereby prohibited from using funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or a state agency. 21. PUBLIC ENTITY CRIMES. Pursuant to Section 287.133(2) and (3), F.S., a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public Page 5 of 7 t entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F.S., for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 22. DISCRIMINATION. Pursuant to Section 287.134(2)(a), F.S., an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. 23. MODIFICATIONS. This Agreement constitutes the entire agreement between the parties and may be amended only in writing, signed by all parties to this Agreement. 24. DOCUMENTS. The following documents are attached and made a part of this Agreement. In the event of a conflict of contract terminology, priority shall first be given to the language in the body of this Agreement, then to Exhibit "A," and then to Exhibit "B." A. Exhibit "A" B. Exhibit "B" Special Project Terms and Conditions Proposed Project Plan The remainder of this page intentionally left blank. Page 6 of 7 rt:l I N WITNESS WHEREOF, the parties hereto, or their lawful representatives, have executed this Agreement on the day and year set forth next to their signatures below. Witness: SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT tf~ Plt ~ By: '1-1-02- Date FederaIID#: 59-0965067 Attest: CITY OF CLEARWATER, FLORIDA ~. <):Y/ Al ;H ,k..d'~~Y:~"", ~.IJ . .......~":rt , ..~ E.Gc;~au ~71 . William B Home, II , City Manager ~City Clerk Approved as to form: Countersigned: ~();j~ By: Brian Date FederaIID#: 59-6000289 COOPERATIVE FUNDING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND THE CITY OF CLEARWATER FOR THE STEVENSON CREEK WATERSHED MANAGEMENT PROGRAM IMPLEMENTATION OF BEST MANAGEMENT PRACTICES (K394) DISTRICT APPROVAL IS LEGAL RISK MGMT tV CONTRACTS ' RM DEPT DIR DEPUTY EXEC DIR GOVERNING BOARD $ tJlt/tI~2- ~ Page 7 of 7 rfJ AGREEMENT NO. 02CON000086 EXHIBIT "A" SPECIAL PROJECT TERMS AND CONDITIONS 1. CONTRACTING WITH CONSULTANT AND CONTRACTOR. The CITY shall engage the services of a consultant(s), hereinafter referred to as the "CONSULTANT," to design and a contractor(s), hereinafter referred to as the "CONTRACTOR," to construct the PROJECT in accordance with the Proposed Project Plan attached as Exhibit "B." The CITY shall be responsible for administering the contracts with the CONSULTANT and CONTRACTOR. 2. APPROVAL OF BID DOCUMENTS. The CITY shall obtain the DISTRICT's written approval of all construction bid documents prior to being advertised or otherwise solicited. The DISTRICT shall not unreasonably withhold its approval. The DISTRICT's approval of the construction documents does not constitute a representation or warranty that the DISTRICT has verified the architectural, engineering, mechanical, electrical, or other components of the construction documents, or that such documents are in compliance with DISTRICT rules and regulations or any other applicable rules, regulations, or laws. The DISTRICT's approval shall not constitute a waiver of the CITY's obligation to assure that the design professional performs according to the standards of his/her profession. The CITY shall require the design professional to warrant that the construction documents are adequate for bidding and construction of the PROJECT. 3. DISTRICT PARTICIPATION IN SELECTING CONSULTANT AND REVIEW OF CITY'S SELECTION OF CONTRACTOR. Upon notifying the CITY's Project Manager, the DISTRICT shall have the option of participating as an evaluator in the CITY'S process for selecting the CONSULTANT in accordance with Section 287.055, F.S. The CITY shall provide the DISTRICT with a tabulation of CONTRACTOR bids and a recommendation to award. The CITY shall obtain the DISTRICT's approval of the selected CONTRACTOR priorto proceeding with construction of the PROJECT and the DISTRICT shall not unreasonably withhold its approval. 4. APPROVAL OF CONTRACT. The CITY shall obtain the DISTRICT's prior written approval of all contracts entered into with its CONSULTANTS and its CONTRACTORS as referenced above in item number one of this exhibit. The DISTRICT shall not unreasonably withhold its approval. 5. COMPLETION DATES. The CITY shall commence construction on the PROJECT by November 1, 2003 and shall complete all aforementioned work by September 30, 2009. However, in the event of any national, state or local emergency which significantly affects the CITY's ability to perform, such as hurricanes, tornados, floods, acts of God, acts of war, or other such catastrophes, or other man-made emergencies beyond the control of the CITY such as labor strikes or riots, then the CITY's obligation to complete said work within aforementioned time frames shall be suspended for the period oftime the condition continues to exist. A-1 ~ AGREEMENT NO, 02CON000086 EXHIBIT "B" PROPOSED PROJECT PLAN Proiect Description In response to a cooperative funding request from the City of Clearwater (CITY), the Southwest Florida Water Management District's Pinellas-Anclote River Basin Board (DISTRICT) included funding for the Stevenson Creek Watershed Management Program, Implementation of Best Management Practices (BMP's), in its Fiscal Year (FY) 2002 budget. The Watershed Management Program includes four major elements: Watershed Evaluation, Watershed Management Plan, Implementation of BMPs, and Updating and Management of Watershed Parameters. The Stevenson Creek Watershed Evaluation and Management Plan was funded in FY 2000, and has been completed. The CITY, has begun to implement selected BMP's with funding assistance from the DISTRICT in FY 2001 ($750,000). Funding has been budgeted in FY 2002, and future funding is planned to assist the CITY with implementing the selected BMP's. This PROJECT is a continuation of a multi-year funded, multi-phased project to implement selected BMP's developed in the Watershed Management Plan that address flood protection, natural systems and water quality issues (Attachment 1). The total amount projected for completion of the PROJECT is $4,850,000 with the DISTRICT funding $2,425,000. The DISTRICT's current budgeted amount for FY 2002 is $506,250, with future funding amounts as follows: $418,750 in FY 2003, $500,000 in FY 2004, $500,000 in FY 2005, and $500,000 in FY 2006. The CITY shall be responsible for obtaining the DISTRICT's approval of the scope, budget and schedule for implementing each ofthe BMP's, all agreements and construction documents prior to execution and administering contracts with CONSULTANTS and CONTRACTORS. Scope of Work To accomplish the PROJECT, the CITY shall complete the following tasks: Task 1. Project Selection - The CITY shall group the BMPs it plans to implement into construction projects. Then the CITY shall prepare a Project Plan with the scope, preliminary design plans, cost and schedule data, and a discussion of permitting issues for each of these projects and submit it to the DISTRICT for review and approval. The Project Plan shall include a line item budget and schedule for design, permitting, development of contract documents, CONTRACTOR selection and construction of the recommended BMPs. Upon written DISTRICT approval of the Project Plan, Tasks 2 through 4 of this PROJECT shall be implemented in accordance with the approved Project Plan. B-1 & Task 2. Design and Permitting - The CITY shall proceed with final design and prepare a design report describing the design including calculations. The CITY shall also prepare an Environmental Resource Permit (ERP) application and obtain a construction permit for each project. The CITY shall submit two copies of a 70 percent draft of the design report and the ERP application(s) to the DISTRICT for review and comment. The CITY shall incorporate the DISTRICT comments into the design report and application and submit two copies of the final documents to the DISTRICT. The CITY shall provide the DISTRICT with two copies of the approved ERP for each construction project. Task 3. Contract Documents and Contractor Selection -The CITY shall prepare specifications for each of the construction projects. The bidding documents shall include all the information necessary for soliciting bids and for guiding the CONTRACTOR during construction. The CITY shall submit construction bid documents to the DISTRICT for review and written approval prior to advertisement. Task 4. Construction - The CITY shall construct each project, and monitor construction through surveys, observations and materials testing, in accordance with the approved plans and specifications. Upon completion of the construction, the CITY shall provide the permitting agencies the project close-out information, including but not limited to construction record drawings and quality assurance testing data. Proiect Deliverables The CITY shall provide two (2) copies of the following documents to the DISTRICT for each funded construction project as defined in the above Scope of Work. Task 1. Project Selection Project Plan Task 2. Design and Permitting Daft design (70%) report Draft ERP applications, ERP applications and ERPs Task 3. Contract Documents and Contractor Selection Construction bid documents Contract documents Task 4. Construction As-built drawings Construction close-out documentation Proiect Budget Task Description DISTRICT CITY TOTAL 1. Project Selection $23,950 $23,950 $47,900 2. Design & Permitting $287,410 $287,410 $574,820 3. Contract Documents and $143,700 $143,700 $287,400 Contractor Selection 4. Construction $1.969.940 $1.969.940 $3.939.880 Totals: $2,425,000 $2,425,000 $4,850,000 B-2 rP Proiect Schedule PROJECT activities shall be initiated/completed as indicated below. The actual design, permitting and construction schedules for individual projects shall be accomplished in accordance with the Project Plan developed in Task 1. Activity Initiation/Completion Dates A. Select CONSULTANT B. Select Projects C. Commence Design & Permitting D. Commence construction E. Complete construction Complete by February 28, 2002 Complete by April 30, 2002 Initiate by May 31,2002 Initiate by November 1,2003 Complete by September 30, 2009 The remainder of this page intentionally left blank. B-3 ;Ii Attachment 1 Stevenson Creek Watershed Management Plan Final Report Table 4-1. Stevenson Creek Watershed Management Plan Project Ranking Matrix Flood Water Erosion Recreationall Ability Relative Control Quality Ecological Control Educational to Benefits Weighted Project Benefits Benefits Benefits Benefits Benefits Implement vs. Cost Score Rank No. Project Description .Ii 4 4 3 2 2 Ii Snrlnl'l Branch 1A.1 SDrlna Branch ConveYance Enhancements (Lower Portion) 10 1.5 0 10 0 6 10.0 5.7 3 1A.2 SDrlna Branch ConveYance Enhancements (UDDer Portion) 6.5 0.5 0 0 0 8 4.2 2.8 14 18 Springtime Avenue and Douglas Avenue Brldaes 1 0 0 0 0 7 0.7 0.9 28 1C Spring Branch Flood Detention Basin 1 5.7 10 5 2 4 3.9 4.4 6 10 Woodland Terrace Storm Sewer Replacement 2.5 0.1 0 0 0 9 3.4 1.8 22 1E Bvram Pond Dredalna and wanslon 1.5 0.8 0 5 0 4 3.6 2.0 21 1F Spring Branch Stabilization, Union Street to Bvram Pond 0 0 0 10 0 10 3.8 2.6 16 1G Clearvlew Lake 0.5 0.9 0 1 0 8 1.7 1.3 27 1H Bettv Lane Forested Habitat Preservation Site 0 0 10 0 8 3 5.5 3.3 12 lower Stevenson 2A Palmetto Street Sediment Sump 0.5 0.2 2 9 0 4 10.0 3.7 9 28 N. Missouri Ave, and Palmetto St. DralnaaelmDrovements 1 0.9 0 0 0 9 2.1 1.4 24 . 2C Installation of Additional CDS Units 0 4 1 0 0 10 4.4 2.4 18 20 Overbrook Avenue Detention Pond 2 1.8 6 0 4 6 3.3 3,0 13 Mlddll'! Stevenson 3A Glen Oaks Storm water Detention Facllltv 10 10 10 5 10 6 8.8 8,5 1 UnDer SfeVllNlOn 4A Hillcrest Avenue Overflow Bypass Culvert 10 0 0 3 0 6 3.0 3.3 10 4B UDDer Stevenson Creek Stabilization 0 0 0 10 0 B 2.5 2.2 19 4C St Thomas Drive' Bellevue Bouleverd Creak Restoration 9.5 0.4 6 2 2 3 5.4 4.5 Ii Hammond Branch 5A Flaaler Drive' CSX Railroad North Swale Improvements 5,5 0 0 2 0 4 5.3 2.8 17 58 Palmetto Street Dralnaae ImDrovements 2 0 0 2 0 B 2.5 1,7 23 5C Saturn Avenue Dralnaoe ImDrovements 1 0.2 0 0 0 9 2.2 1.3 28 50 Smallwood Circle Draln;lge ImDrovements 1 0.1 0 0 0 . 6 3.9 1.4 25 5E Lake Hobart Outfall Control Structure 0 0.8 0 0 0 10 10.0 2.8 15 lk Bellevue Branch 6A.1 EXDanslon of Lake Bellevue 4.5 8.7 7 1 I 3 8 9.7 6.1 2 6A.2 UPDer Lake Bellevue Culverts 7.5 0 0 0 0 10 10.0 4.1 8 68 Turner Street Box Culverts 4,5 1.2 0 0 0 7 2.1 2.0 20 Jeffords st Branch. 7A Crest lake Expansion 2 1.6 6 1 4 10 6.8 4,1 7 7B Duncan Avenue/Turner Street Detention Pond 7 O.B 4 0 0 5 4.2 3.3 11 7C Jeffords Street/Barry Road Detention Pond 8 2.8 5 10 0 3 7.0 5.5 4 Table 4-1 Ranklngs.xls B-4