COOPERATIVE FUNDING AGREEMENT FOR TROPIC HILLS PHASE III DRAINAGE IMPROVMENTS (W280)AGREEMENT NO. �2C��OOOt�$
COOPERATIVE FUNDING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
AND
CITY OF CLEARWATER
� FOR
TROPIC HILLS PHASE III DRAINAGE IMPROVEMENTS (W280)
THIS COOPERATIVE FUNDING AGREEMENT is made and entered into by and between
the SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT, a public corporation of the
State of Florida, whose address is 2379 Broad Street, Brooksville, Florida 34604-6899,
hereinafter referred to as the "DISTRICT," and CITY OF CLEARWATER, a municipal
corporation of the State of Florida, whose address is 100 South Myrtle Avenue, Suite 220,
Clearwater, Florida 33756, hereinafter referred to as the "CITY."
WITNESSETH:
WHEREAS, the CITY proposed a project to the DISTRICT for funding consideration under
the DISTRICT'S cooperative funding program; and
WHEREAS, the project consists of design, construction and construction management to
implement Best Management Practices (BMPs) for Phase III of the Tropic Hills drainage and
water quality improvements, 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 will assist with
Pf�OJECT coordination and will be each party's prime contact person. Notices and
reports will be sent to the attention of each party's Project Manager by U.S. mail,
postage paid, by nationally recognized overnight courier, or personally to the parties'
addresses as set forth below.
Project Manager for the DISTRICT:
Nancy T. Norton, P.E.
Southwest Florida Water Management District
7601 U.S. Highway 301 North
Tampa, Florida 33637
Project Manager for the CITY:
Phuong Vo
City of Clearwater
Municipal Services Building
100 South Myrtle Avenue, Suite 220
Clearwater, Florida 33756
Any changes to the above representatives or addresses must be provided to the other
party in writing.
Page 1 of 9
1.1 The DISTRICT'S Project Manager is hereby authorized ta approve requests to
extend a PROJECT task deadline set forth in this Agreement. Such approval
must be in writing, explain the reason for the extension and be signed by the
Project Manager and his or her Department Director, or Deputy Executive
Directar 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 ta the DISTRICT or which will exceed the expiration date set
forth in Paragraph 7, Cantract Period.
1.2 The DISTRICT'S Project Manager is autharized to adjust a line item amaunt af
the Praject Budget contained in the Praject Plan set forth in Exhibit "B" ar, if
applicable, the refined budget as set forth in Subparagraph 3.2 below. The
autharization must be in writing, explain the reason fior the adjustment, and be
signed by the Praj�ct Manager, his or her Department Director and Deputy
Executive Director. The DISTRICT'S Project Manager is nat autharized to make
changes to the Scope of Work and is not autharized to apprave any increase in
th� amounts set forth in the funding sectian of this Agreement.
2. SCQPE O� WORK. Upon receipt ofi written natice to praceed from the DISTRICT, the
CITY will perfarm the services necessary ta complete the PROJECT in accardance with
the Special Project Terms and Canditions set farth in Exhibit "A" and the CITY'S Praject
Plan set forth in Exhibit "B." Any changes to this Scope of Work and associated costs,
except as pravided herein, must be mutually agreed to in a formal written amendment
approved by the DISTRICT and the CITY priar ta being perfarmed by the CITY, subject
to the provisions of Paragraph 3, Funding. The CITY will be solely responsible far
managing the PROJECT, including the hiring and supervising of any cansultants or
contractors it engages in order to complete the PROJECT.
The parties agree that time is af the essence in the performance af each obligation
under this Agreement.
3. FUNDING. The parties anticipate that the total cost of the PROJECT will be Two Million
Five Hundred Thousand Dollars ($2,500,000). The DISTRICT agrees to fund
PROJECT costs up to One Million Two Hundred Fifty Thousand Dollars ($1,250,OQQ)
and will have na abligation to pay any costs beyond this maximum amount. The CITY
agre�s to provide all remaining funds necessary for the satisfactory completian af the
PROJECT. The CITY will b� the lead party ta this Agreement and pay PROJECT casts
prior ta requesting reimbursement from the DISTRICT.
3.1 Any federal, state, local or grant monies received by the CITY for this PROJECT
will be applied to equally reduce each party's share of PROJECT costs. The
CITY will provide the DISTRICT with written docum�ntation detailing its allocation
ofi any such funds appropriated for this PROJECT. In the event the DISTRICT
provides funding far the PROJECT in excess of the DISTRICT'S shar� after all
federal, state, local and grant monies have been applied as set forth herein, CITY
will pramptly refiund such overpaid amaunts ta the DISTRICT.
3.2 The DISTRICT will reimburse the CITY for the DISTRICT'S share af the
PROJECT casts in accordance with the Project Budget cantained in the Project
Page 2 of 9
Plan set forth in Exhibit "B." The CITY may contract with consultant(s),
contractor(s) or both 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) will refine the amounts set forth
in the Project Budget and be incorporated herein by reference. The DISTRICT
will reimburse the CITY for 50 percent of all allowable costs in each DISTRICT
approved invoice received from the CITY, but at no point in time will the
DISTRICT'S expenditure amount under this Agreement exceed expenditures
made by the CITY. Payment will be made to the CITY within forty-five (45) days
of receipt of an invoice with adequate supporting documentation to satisfy
auditing purposes. Invoices will be submitted to the DISTRICT every two (2)
months electronically at invoices(a�WaterMatters.orq, or at the following address:
Accounts Payable Section
Southwest Florida Water Management District
Post Office Box 1166
Brooksville, Florida 34605-1166
In addition to sending an original invoice to the DISTRICT'S Accounts Payable
Section as required above, copies of invoices may also be submitted to the
DISTRICT'S Project Manager in order to expedite the review process. Failure of
the CITY to submit invoices to the DISTRICT in the manner provided herein will
relieve the DISTRICT of its obligation to pay within the aforementioned
timeframe.
3.3 Any travel expenses which may be authorized under this Agreement will be paid
in accordance with Section 112.061, F.S., as may be amended from time to time.
3.4 The DISTRICT will not reimburse the CITY for any purpose not specifically
identified in Paragraph 2, Scope of Work.
3.5 Surcharges added to third party invoices are not considered an allowable cost
under this Agreement.
3.6 The DISTRICT will have no obligation and will not reimburse the CITY for any
costs under this Agreement until construction of the PROJECT has commenced.
3.7 Each CITY invoice must include the following certification, and the CITY hereby
delegates authority by virtue of this Agreement 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 TROPIC HILLS PHASE III DRAINAGE
IMPROVEMENTS agreement between the Southwest Florida Water
Management District and CITY OF CLEARWATER (Agreement No.
i2coodoao¢�, ), are allowable, allocable, properly documented, and are in
accordance with the approved project budget. The CITY has been allocated a
Page 3 of 9
total of $_ in federal, state, local or grant n°ianies for this PROJECT. $_ has
been allocated to this invoice, reducing the DISTRICT'S and CITY'S share to
� „
3.8 The DISTRICT'S p�rformance and payment pursuant ta this Agreem�nt are
contingent upan the DISTRICT'S Governing Board appropriating funds in its
approved budget for the PROJECT in each Fiscal Year of this Agreement. The
CITY'S performance and payment pursuant to this Agreement are contingent
upon the CITY Council appropriating funds in its approved budget for the
PROJECT in �ach Fiscal Year of this Agr��ment.
4. COMPLETION DATES. The CITY will commence the PROJECT by November 30,
2011, will complete the PROJECT by September 30, 2014 and will otherwise m��t thE
milestones established in this Agreement, as may be extended by th� DISTRICT in
accordance with Paragraph 1 of this Agreement. In the event of hurricanes, tornados,
floods, acts of God, acts of war, or other such catastrophes, ar other man-made
emergencies such as labor strikes ar riots, which are beyond the control of the CITY, the
CITY'S obligations to meet the time frames provided in this Agreement will be
suspended for the period of time the condition continues ta exist. During such
suspension, this Agreement will remain in effect. The suspension of the CITY'S
obligations provided for in this provision will be the CITY'S sole remedy for the delays
set forth herein.
5. FAILURE TO COMPLETE PROJECT, The CITY will repay the DISTRICT all funds the
DISTRICT paid to the CITY under this Agreement, if: a) the CITY fails ta complete the
PROJECT in accardance with Paragraph 4 of this Agreement; b) the DISTRICT
determines, in its sole discretion and judgment, that the CITY has failed ta maintain
scheduled pragress af the PROJECT thereby endangering the timely performance of
this Agreement; or c) the CITY fails ta appropriate sufficient funds to camplete the
PROJECT. The CITY will be obligated to pay attorneys' fees and costs incurred by the
DISTRICT, including appeals, as a result of CITY'S failure to repay the DISTRICT in
accordancE with this Paragraph.
6. OPERATION AND MAINTENANCE. After construction is completEd, the CITY will
operate and maintain the PROJECT for a minimum of twenty (20) years, in such a
manner that the resource benefits as described in the Project Plan are achieved. In the
event the PROJECT is not operated and maintained in accordance with these
requirements, the CITY will pay to the DISTRICT an early termination fiee. The fee will
be five psrcent (5%) of total DISTRICT monies contributed to the PROJECT far each
year or a fraction th�reof for early termination of the PROJECT. The CITY will be
obligated to pay attarneys' fees and costs incurr�d by the DISTRICT, including appeals,
as a result of CITY'S failure to repay the DISTRICT in accordance with this Paragraph.
The rights and remedies in this provision are in addition to any other rights and
remedies provided by law or this Agreement.
7. CONTRACT PERIOD. This Agr�ement will be efFective upon execution by the parties
and will remain in efFect through December 31, 2014, or upon satisfactory completion of
the PROJECT and subsequent r�imbursement to the CITY, whichever occurs first,
unless amended in writing by the parties. The CITY will not be eligible for
Page 4 of 9
reimbursement far any work that is cammenced, or costs that are incurred, priar to the
effective date af this Agreement.
S. PROJECT RECORDS AND DOCUMENTS. Each party, upon request, will permit the
oth�r party to examine ar audit all PROJECT related records and documents during or
follawing completian of the PROJECT. Payments made to CITY under this Agreement
will be reduced for amounts found to be not allawable under this Agreement by an audit.
The CITY will refund to the DISTRICT all such disallowed payments. If an audit is
undertaken by either party, all required recards will be maintained until the audit has
been campleted and all questions arising from it are resolved. Each party will maintain
all such records and dacuments for at least three (3) years fallowing completian of the
PROJECT. Each party will allow public access to PROJECT documents and materials
made or received by either party in accardance with the Public Records Act, Chapter
119, F.S. Should either party assert any exemption to the requirements of Chapter 119,
F.S., th� burden of establishing such exemption, by way of injunctive or other relief as
provided by law, will be upon the asserting party.
9. REPORTS. The CITY will provide the DISTRICT with copies of any and all reports,
models, studies, maps or other dacuments resulting from the PROJECT. Additianally,
two (2) sets, electranic and hardcopy, of any final reparts must be submitted to the
DISTRICT as Record and L.ibrary copies.
10. LIABILITY. Each party hereto agrees to defend, indemnify and hold the other harmless,
to the extent allawed under S�ction 768.2$, F.S., from all claims, loss, damage and
expense, including attorneys' fees and costs and attarneys' fees and costs an appeal,
arising from the negligent acts or amissions of the indemnifying party's afficers,
employees, contractors and agents related ta its performance under this Agreement.
The indemnified party will have th� right ta approve counsel selected by the
indemnifying party. This provisian does not canstitute a waiver of either party's
savereign immunity or extend either party's liability beyand the limits established in
Section 768.28, F.S. Additionally, this pravision will not be construed to impose
contractual liability on either party for underlying tort claims as described above beyond
the limits specified in Section 765.28, F.S.
11. DEFAULT. Either party may terminate this Agreement upon the other party's failure to
comply with any term or condition of this Agreement, including the failure to meet
specific milestanes established in this Agreement, as long as th� terminating party is not
in default of any term or condition of this Agreement at the time af termination. In
addition to the above, the DISTRICT may terminate this Agreement if, in its sole
discretion and judgment, it determines that the CITY has failed to maintain scheduled
progress of the PROJECT thereby endangering the timely performance of the
PROJECT. Ta effect terminatian, the terminating party will provide the defaulting party
with a written "Notice af Termination" stating its intent to terminate and describing all
terms and conditions with which the defaulting party has failed to camply. If the
defaulting party has not remedied its default within thirty (30) days aft�r receiving the
Notice of Terminatian, this Agre�ment will automatically terminate. If a default cannot
reasonably be cur�d in thirty (3Q) days, then the thirty (30) days may be extended at the
non-defaulting party's discretion, if the defaulting party is pursuing a cure of the d�fault
Page 5 of 9
with reasonable diligence. The rights �nd remedies in this provision are in additian ta
any other rights and remedies provided by law or this Agreement.
12. RELEASE OF INFORMATION. The parties agree not to initiate any oral or written
media interviews ar issue press releases on ar abaut the PROJECT withaut providing
advance natices or copies ta the ather party. This provision will not be canstrued as
preventing the parties from complying with the public records disclasure laws set farth in
Chapter 119, F.S. �
13. DISTRICT REC�GNITION. The CITY will recognize DISTRICT funding in any reports,
models, studies, maps or other documents resulting from this Agreement, and the form
of said recognition will be subject to DISTRICT approval. If construction is invalved, the
CITY will provide signage at the PROJECT site that recagnizes funding for this
PROJECT pravided by the DISTRICT. All signage must meet with DISTRICT written
approval as to form, content and location, and must be in accordance with local sign
ordinances.
14. PERMITS AND REAL PROPERTY RIGHTS. The CITY must obtain all permits, local
government approvals and all real property rights necessary to complete the PROJECT
prior to cammencing any canstruction involved in the PROJECT. The DISTRICT will
have no obligatian to reimburse the CITY far any costs under this Agreement until the
CITY has obtained such permits and property rights necessary ta undertake the
PROJ ECT.
15. LAW COMPLIANCE. Each party will comply with all applicable federal, state and local
laws, rules, regulations and guidelines, including those of the DISTRICT, related ta
perFormance under this Agreement. If the PROJECT involves design services, the
CITY'S professional designers and the DISTRICT'S regulation and projects stafF will
m�et regularly during the PROJECT design ta discuss ways of ensuring that the final
design for the praposed PROJECT technically camplies with all applicable DISTRICT
rules and regulations, hawever, the DISTRICT undertakes na duty to ensure compliance
with such rules and regulations.
16. DIVERSITY IN C�NTRACTING AND SUBCONTRACTING. The DISTRICT is
cammitted to supplier diversity in the performance of all contracts associated with
DISTRICT coop�rative funding projects. The DISTRICT requires the CITY to make
good faith efForts to encaurage the participatian of minarity owned and waman owned
and small business enterprises, both as prime contractors and subcontractars, in the
p�rfarmance of this Agreement, in accardance with applicable laws.
16.1 If requested, the DISTRICT will assist the CITY by sharing information ta help the
coaperator in ensuring that minority owned and woman awned and small
businesses are afforded an oppartunity ta participate in the perFarmance of this
Agreement.
16.2 The CITY agrees to provide the DISTRICT with a report indicating all contractors
and subcontractors who performed work in association with the PROJECT, the
amount spent with each cantractor or subcontractor, and to the extent such
information is known, whether each contractor or subcontractor was a minarity
Page 6 of 9
owned or woman owned ar small business enterprise. If no minarity owned or
waman owned or small business enterprises were used in the performance of this
Agreement, then the report shall sa indicate. The Minority/Women Owned and
Small Business Utilization Report form is attached as Exhibit "C." The report is
required upon final completian of the PROJECT prior to final payment, ar within
thirty (30) days of the execution of any amendment that increases PROJECT
funding, far informatian up to the date af the amendment and priar ta the
disbursement af any additional funds by the DISTRICT.
17. ASSIGNMENT. Except as atherwise provided in this Agreement, no party may assign
any af its rights or delegate any of its obligatians under this Agreement, including any
operatian or maint�nance duties related to the PROJECT, without the prior written
consent of the ather party. Any attempted assignment in vialation af this provision is
void.
18. SUBCONTRACTQRS. Nothing in this Agreement will be construed ta create, ar be
implied to create, any relatianship between the DISTRICT and any subcontractor af the
CITY.
19. THIRD PARTY BENEFICIARIES. Nothing in this Agreement will be construed to benefit
any person ar entity not a party ta this Agreement.
20. L.OBBYING PROHIBITION. Pursuant to Section 216.347, F.S., the CITY is hereby
prahibited from using funds provided by this Agreement for the purpose af lobbying the
Legislature, the judicial branch or a state agency.
21. PUBLIC ENTITY CRIMES. Pursuant to Subsections 287.133(2) and (3), F.S., a person
or afFiliate who has b�en placed on the convicted vendor list following a canviction for a
public entity crime may not submit a bid, proposal, or reply on a contract ta provide any
goods ar services to a public entity; may not submit a bid, praposal, ar reply an a
contract with a public entity for the construction or repair af a public building or public
work; may not submit bids, prapasals, or replies on leases of real praperty to a public
�ntity; may not be awarded ar perForm work as a contractor, supplier, subcontractar, ar
cansultant under a cantract 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 fallowing the date of being placed on the
convicted vendar list. The CITY agrees to include this provision in all subcontracts
issu�d as a result af this Agreement.
22. DISCRIMINATION. Pursuant ta Subsection 287.134(2)(a), F.S., an entity or afFiliate
who has been placed on the discriminatory vendor list may not submit a bid, praposal,
or reply an a contract to provide any goods or services to a public entity; may not submit
a bid, praposal, or reply on a contract with a public entity far the construction or repair of
a public building or public work; may not submit bids, proposals, or replies an leases of
real praperty ta a public entity; may not b� awarded or perfarm wark as a cantractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may
not transact business with any public entity. The CITY agrees to include this provision
in all subcontracts issued as a result af this Agreement.
Page 7 of 9
23. GOVERNING LAW. All aspects af this Agreement are gaverned by Florida law and
venue will be in H�rnando County, Florida.
24. SURVIVAL. The provisians of this Agreement that require perFarmance after the
expiration or termination af this Agreement will remain in farce notwithstanding the
expiratian or termination of this Agreement including Subparagraph 3.1 and Paragraphs
5, 6, and 10.
25. ENTIRE AGREEMENT. This Agreement and the attached exhibits listed below
canstitute the entire agreement between the parties and, unless otherwise provided
herein, may be amended only in writing, signed by all parties to this Agreement.
26. DOCUMENTS. The follawing documents are attached and made a part af this
Agreement. In the event of a canflict of contract terminology, priority will first be given to
the language in the body af this Agreement, then to Exhibit "A," then ta Exhibit "B," and
then ta Exhibit "C."
Exhibit "A" Special Project Terms and Conditions
Exhibit "B" CITY'S Project Plan
Exhibit "C" Minarity/Wom�n Owned and Small Business Utilization Repart Form
The remainder of this page intentionally left blank.
Page8of9
IN 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.
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
:
,�/�u�� i� � vr�.vr---�--y—.
Direc�or
Resource Ma.na�emant Division
Mark A. Hammond, P.E.
CITY OF CLEARWATER
By:
rranK v. hiQpara, iviayvr
�� i> ��.
Date
By: �
�
Attest:
By:�
�,c�CL/t4.1..�.� l� 1�4�tt. - �
am B. Horne II, City Manager
�
marie Call, City Clerk
Approv as to form:
By:
Leslie K. Dougall —
va �C
J � �� S�� Za�/
Date
����f T��'/
� �li, �� ,
�= - =- , �
�t,�.�._ _.'���
, , ,�. �
�
istant Attorney
COOPERATIVE FUNDING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
AND
CITY OF CLEARWATER
FOR
TROPIC HILLS PHASE III DRAINAGE IMPROVEMENTS (W280)
Page 9 of 9
DISTRICT APPROVAL INITIALS DATE
LEGAL YW'S�Lt1_ �� S
RISK MGMT
CONTRACTS `� �
DEPT DIRECTOR � l
° Ter-�°c DIR A �� '� 1�
GOVERNING BOARD
AGREEMENT NO.1ZCOOOOOO¢g
EXHIBIT "A"
SPECIAL PROJECT TERMS AND CONDITIONS
1. CONTRACTING WITH CONSULTANT AND CONTRACTOR. The CITY may engage
the services of a consultant(s), hereinafter referred to as the "CONSULTANT," and a
contractor(s), hereinafter referred to as the "CONTRACTOR," to perform the services in
accordance with the CITY'S Project Plan previously submitted to the DISTRICT and
attached as Exhibit "B." The CITY will be responsible for administering the contracts
with the CONSULTANT and CONTRACTOR.
2. APPROVAL OF CONSTRUCTION BID DOCUMENTS. The CITY must obtain the
DISTRICT'S written approval of all construction bid documents prior to being advertised
or otherwise solicited. The DISTRICT will not unreasonably withhold its approval. The
DISTRICT'S approval of the construction bid 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 will not constitute a
waiver of the CITY'S obligation to assure that the design professional performs
according to the standards of his or her profession. The CITY will require the design
professional to warrant that the construction documents are adequate for bidding and
construction of the PROJECT.
3. REVIEW OF REPORTS & TECHNICAL DOCUMENTS. The CITY must obtain the
DISTRICT'S written comments on PROJECT reports and technical documents as set
forth in Exhibit "B," Project Plan, prior to being finalized, distributed or otherwise
solicited. The DISTRICT will be provided fourteen (14) business days to review and
provide comments on documents before they are finalized, distributed, or otherwise
solicited.
4. DISTRICT PARTICIPATION IN SELECTING CONSULTANT AND REVIEW OF CITY'S
SELECTION OF CONTRACTOR. As applicable, upon notifying the CITY'S Project
Manager, the DISTRICT will have the option of participating as an evaluator in the
CITY'S process for selecting the CONSULTANT. The CITY will provide the DISTRICT
with a tabulation of CONTRACTOR bids and a recommendation to award. The CITY
must obtain the DISTRICT'S approval of the selected CONTRACTOR prior to
proceeding with construction of the PROJECT and the DISTRICT will not unreasonably
withhold its approval.
5. APPROVAL OF CONTRACTS. The CITY must obtain the DISTRICT'S prior written
approval of any contracts entered into with its CONSULTANTS and CONTRACTORS.
The DISTRICT will not unreasonably withhold its approval.
Page 1 of 1
-�
EXHIBIT "B"
CITY'S PROJECT PLAN
1. GENERAL DESCRIPTION
A. Project Objective
AGREEMENT NO. l2Caooc�oo4�
The Tropic Hills Drainage Improvements Phase III is the last phase of a three-phase
project to implement Best Management Practices (BMPs) identified in the DISTRICT'S
Watershed Management Program for Coastal Watershed #2. The drainage basin
covers approximately 250 acres and discharges to an undersized pipe and open
channel depicted in Attachment 1. The Tropic Hills watershed experienced flooding in
June 1997 and February 2006.
The PROJECT is located along the west side of U.S. 19 and spans between two
properties, 19320 and 19400 U.S. 19. The purpose of the PROJECT is to improve
stormwater runoff quality and the stormwater conveyance system.
B. Project Description:
The CITY proposes to remove approximately 1500 LF of existing 43 inch by 68 inch box
culvert and 54 inch corrugate metal pipe and replace it with 4 foot by10 foot reinforced
concrete box culvert. As part of this PROJECT, the CITY also proposes to install a
separator structure to treat runoff from adjacent commercial development to the west
removing solids, floaters, and oils from the existing runoff.
C. Project Coordination:
The CITY shall keep the DISTRICT advised at all times during the course of the
PROJECT. The CITY shall provide the DISTRICT'S Project Manager with advance
notice of all PROJECT related meetings and will copy the DISTRICT'S Project Manager
on all pertinent PROJECT related correspondence. The CITY shall hold status
meetings as deemed appropriate by the DISTRICT and CITY Project Managers.
2. PROJECT TASKS
A. Design Phase:
The CITY shall provide survey information, prepare detailed construction plans, an
engineer's estimated cost of construction, and construction documents including
technical specifications for the PROJECT. The CITY shall model the current and
proposed conditions for the stormwater improvement PROJECT to ensure that
PROJECT design shall be in compliance with DISTRICT rules and regulations. The
CITY shall perform the necessary geotechnical investigation and field survey for the
improvement delineation, existing structure location and data, and spot elevations for
topographic verification. The CITY shall provide copies of all interim work products
Page 1 of 4
(e.g., design reports, construction plan submittals, specifications, etc.) to the DISTRICT
Project Manager for review and comment. Work shall not r�sume an th� final design
until the DISTRICT'S review comments hav� been satisfactorily addressed and the
DISTRICT'S Project Manager has provided written approval to proceed with the next
phase af design for the specific PR�JECT task under review. The DISTRICT'S review
comments and/or approvals shall be made in a timely and reasonable manner so as not
to compromise the ability of the CITY to meet the deadlines imposed in this Agreement.
Upon completion and acceptance of the final design by the CITY and the DISTRICT, the
CITY shall furnish the DISTRICT with a camplete set of the original reproducible
drawings af the construction plans for the PROJECT improvements.
B. Permitting:
The CITY shall abtain all permits and all real praperty and/or all real property rights
necessary to construct this stormwater improvement PROJECT.
C. Bid Documents:
The CITY shall obtain the DISTRICT'S written approval of all construction bid
documents prior to construction advertisement. DISTRICT review comments and
approval of the construction bid documents shall be made in a timely and reasonable
manner so as not to compromis� the ability of the CITY to meet the d�adlines imposed
in this Agreement.
D. Contractar Selection:
The CITY shall engage the services of a contractor through a competitive bid process, in
accordance with CITY policy, to construct the PROJECT based on the approved final
design and permits. A tabulation af all bids received shall be furnished to the
DISTRICT'S Project Manager for review within five working days from the bid opening
dat�.
E. Contract Administration:
The CITY shall be responsibl� for all contract administration and shall perform all
necessary construction management services to ensure the PROJECT is constructed in
accordance with th� approved final design and in conformance with all environmental
permits issued for the PR�JECT, These services shall include, but are not limited to:
construction advertisement, receipt and evaluation of bids, contract award,
establishment of construction survey control, an-site construction inspection and
supervision, preparation af as-built drawings, and the submittal of all required permit
certificatians upon the completion of construction. DISTRICT staff may participate with
CITY staff in site inspections during the construction phase.
F. Operation and Maintenance:
The CITY shall be responsible for the perpetual aperation and maintenance of the
completed PROJECT facilities, to maintain the PROJECT'S aesthetics, to ensure the
proper hydraulic operation of the PR4JECT, and to conform ta all the conditions
Page 2 of 4
3
specified in the environmental permits issued for the PROJECT. This provision shall
survive the expiration af this Agreement and shall remain in effect in perpetuity.
G. Post-Construction Monitoring:
The CITY shall be responsible for all post-construction monitoring requirements that
may be identified in the general and specific conditions of any permits issued for the
PROJECT, as may be appropriate.
PERFORMANCE SCHEDULE:
TASK
Notice to Praceed to Consultant
Complete Design and Permitting
Commence Construction
Complste Construction
DATES
Novemb�r 30, 2011
December 31, 2012
April 30, 2013
September 30, 2014
Additional milestones contained in the performance schedules of the Consultant and
Contractor contracts will be incorporated herein by reference.
4. DELIVERABLES
The CITY will provid� two (2) sets, electronic and hardcopy, of any final reports to the
DISTRICT as Record and Library copies.
Interim Work Praducts (e.g., Design Reports, Construction Plan Submittals,
Specifications, etc.)
ii. Final Design Report, Plans, Technical Specifications and Permits
iii. Canstruction Bid Documents
iv. Bid Tabulations
v. As-Built Drawings
5. PROJECT BUDGET:
TASK DESCRIPTION DISTRICT CITY TOTAL
Design/Permitting/Construction Documents $100,Q00 $100,D00 $200,000
Construction and Canstruction Management $1,150,000 $1,150,D00 $2,300,000
TOTAL $1,25Q,000 $1,250,OOQ $2,500,000
Page 3 of 4
ATTACHMENT 1
Attachmenfi '! : Tropic Hills Project Loc�tion IWlap �l10/2011
Page 4 of 4
AGREEMENT NO. /ZG�d400O¢-�j
EXHIBIT "C"
MINORITYNVOMEN OWNED AND SMALL BUSINESS UTILIZATION REPORT
Projects receiving $100,000 or more in cooperative funding from the Southwest Florida Water Management District require the
submission of the following information within 30 days of any amendment increasing project funding and with the final invoice.
Questions regarding use of this form should be directed to Contracts Administration, Phone (352) 796-7211 ext. 4132.
INDICATE THE ONE CATEGORY THAT BEST DESCRIBES EACH ORGANIZATION LISTED"
Cooperator: BUSINESS
CLASSIFICATION CERTIFIED MBE NON-CERTIFIED MBE UNKNOWN
p m � -Dn � (p D � T � � D �
Agreement No.: z � D � y Z < � � a z < �
� � r`�- y z = m n D z = m n
� �� D C) D 3 Z D � D � Z
� o Z m � D ,��j �2 m � > ,Zmj �
Project Name: � ;� � � Z � � A A Z � 3
�� z Z � Z Z z z � Z Z
� �
Total Project Cost: D n
Z Z
NAMES OF CONTRACTORS AND TOTAL AMOUNT PAID
SUBCONTRACTORS UTILIZED
i
*❑ Our organization does not collect minority status data.
Signature
Date Print Name and Title
16.00-026 (01/07) Page 1 of 1