COOPERATIVE FUNDING AGREEMENT FOR STORMWATER IMPROVEMENTS - FLOOD PROTECTION SMALLWOOD CIRCLE (N359),' ,�.
AGRE�MENT NO. 1ZC0000�12
COOPERATIVE FUNDING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
AND
CITY OF CLEARWATER
FOR
STORMWATER IMPROVEMENTS — FLOOD PROTECTI�N
SMALLWOOD CIRCLE (N359)
THIS COOPERATIVE FUNDING AGREEMENT is made and entered into by and between
the SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT, a public corporation af the
State af Florida, whase address is 2379 Broad Street, Brooksville, Florida 346Q4-6899,
hereinafter referred to as the "DISTRICT," and the CITY OF CLEARWATER, a municipal
corporatian of the State of Florida, whose address is 112 South Osceola Avenue, 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 implementatian of Best Management Practices within the
City af Clearwater watershed between Highland Avenue to the west, Drew Street (SR 590) to
the south, Hobart Avenue to the east and Walnut Street to the north, hereinafter referred ta
as the "PROJECT"; and
WHEREAS, the DISTRICT considers the PROJECT warthwhile and desires ta assist the
CITY in funding the PROJECT.
NOW THEREFORE, th� DISTRICT and the CITY, in consideration of the mutual terms,
covenants and conditians set forth herein, agree as follows:
1. PROJECT MANAGER AND NOTICES. Each party hereby designates the emplayee set
forth below as its respective Praject Manager. Project Managers will assist with
PROJECT caordination and will be each party's prime contact person. Natices and
reparts will be sent to the attentian of each party's Project Manager by U.S. mail,
postage paid, by nationally recognized overnight caurier, or personally to the parties'
addresses as set forth in the introductory paragraph of this Agreement. Notice is
effective upon receipt.
Project Manager for th� DISTRICT: George Fries
Project Manager for the CITY: Melvin Maciolek
Any changes to the above representatives ar addresses must be provided to the other
party in writing.
Page 1 of 9
1.1 The DISTRICT'S Project Manager is hereby authorized to apprave requests to
extend a PROJECT task deadline set forth in this Agreement. Such approval must
be in writing, explain the reason far the extensian and be signed by the Praject
Manager and his or her Department Director, or Deputy Executive Director if the
Department Directar is the Praject Manager. The DISTRICT'S Project Manager is
nat authoriz�d ta 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 Praject Manager is authorized ta adjust a line item amount of the
Project Budget cantained in the Project Plan set forth in Exhibit "B" or, if applicable,
the rsfined budget as set forth in Subparagraph 3.2 beldw. The authorizatian must
be in writing, explain the reason for the adjustment, and be signed by the Project
Manager, his or her Department Director and Deputy Executiv� 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 amounts set forth in the
funding section of this Agreement.
2. SCOPE OF WORK. Upon receipt of written notice ta proceed firom the DISTRICT, the
CITY will perform the services necessary to camplete the PROJECT in accordance with
the Special Project Terms and Conditions set forth in Exhibit "A" and the CITY'S Project
Plan set forth in Exhibit "B." Any changes to this Scape of Wark and associated costs,
except as provided herein, must be mutually agreed to in a formal written amendment
approved by the DISTRICT and the CITY priar to being performed by the CITY, subject
to the provisians of Paragraph 3, Funding. The CITY will be solely responsible for
managing the PROJECT, including the hiring and supervising of any consultants or
contractors it engag�s in order to complete the PROJECT.
The parties agree that time is of the essence in the performance ofi each abligation
under this Agreement.
3. FUNDING. The parties anticipate that the total cost of the PROJECT will be One Million
Seven Hundred Fifty Thousand Dollars ($1,750,000). The DISTRICT agrees to fund
PROJECT costs up to Eight Hundred Seventy-Five Thousand Dallars ($875,000) and
will have no abligation to pay any costs beyond this maximum amaunt. The CITY
agrees to provide all remaining funds n�cessary for the satisfactory completion Qf the
PROJECT. The CITY will be the lead party to this Agre�ment and pay PROJECT costs
prior to requesting reimbursement from the DISTRICT.
3.1 Any federal, state, lacal or grant monies received by the CITY far this PROJECT
will be applied to equally reduce each party's share of PROJECT costs. The CITY
will provide the DISTRICT with written dacumentation detailing its allacation of any
such funds appropriated for this PROJECT. In the event the DISTRICT provides
funding far the PROJECT in excess of the DISTRICT'S share after all federal,
state, Iocal and grant monies have be�n applied as set forth herein, CITY will
promptly refund such overpaid amounts to the DISTRICT.
Page 2 of 9
3.2 The DISTRICT will r�imburse the CITY for the DISTRICT'S share af the PROJECT
costs in accordance with the Project Budget contained in the Project Plan set farth
in Exhibit "B." The CITY may contract with consultant(s), contractor(s) or both in
accordance with th� Special Project Terms and Conditions set forth in Exhibit "A."
Upon written DISTRICT appraval, 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 5�
percent of all allowable costs in each DISTRICT approved invaice received fram
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-fiive (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) manths electronically at
invaices _ WaterMatters.org, 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 ariginal invoice to the DISTRICT'S Accounts Payable
Section as required above, capies of invaices may alsa be submitted ta 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 abligation to pay within the aforementioned timeframe.
3.3 Any travel expenses which may be authorized under this Agreement will b� paid in
accordanc� 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, Scape of Wark.
3.5 Surcharges added to third party invaices are not considered an allowable cost
under this Agreement.
3.6 The DISTRICT will have no obligatian 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 ta affirm said
certification:
"I hereby certify that the costs requested far reimbursement and the CITY'S
matching funds, as represented in this invaice, are directly related to the
performance under the Starmwater Improvements - Flaad Protection
Smallwood Circle (N359) agreement between the Southwest Florida Water
Management District and the City of Clearwater (Agreement Na.
i2c00000i2 ), are allowable, allocabl�, properly documented, and are in
Page 3 of 9
accordance with the appraved project budget. The CITY has been allacated a
total af $_ in federal, state, local ar grant monies for this PROJECT. $_ has
been allocated to this invoice, reducing the DISTRICT'S and CITY'S share to
� „
3.8 The DISTRICT'S perFarmance and payment pursuant to this Agreement are
contingent upon the DISTRICT'S Gaverning Board appropriating funds in its
approved budget for th� PROJECT in each Fiscal Year of this Agreement. The
CITY recognizes that the DISTRICT has approved $125,000 far the PROJECT
thraugh Fiscal Year 2012.
4. COMPL.ETIQN DATES. The CITY will commence the PROJECT by April 1, 2012, will
camplete the PROJECT by September 3Q, 2p14 and will otherwise meet the milestones
establish�d in this Agreement, as may be extended by the DISTRICT in accardance with
Paragraph 1 af this Agreement. In the event af hurricanes, tornados, floods, acts of
God, acts of war, or other such catastrophes, or other man-made emergencies such as
labor strikes or riots, which are beyand the contral of the CITY, the CITY'S abligatians ta
meet the time frames provided in this Agreement will be susp�nd�d for the period of
time the condition continues to exist. During such suspension, this Agreement will
remain in effect. The suspensian of the CITY'S abligatians provided for in this provision
will be the CITY'S sole remedy for the delays set forth herein.
5. FAILURE TO C�MPLETE PROJECT. The CITY will repay the DISTRICT all funds the
DISTRICT paid to the CITY under this Agreement, if: a) the CITY fails ta camplete the
PROJECT in accordance with Paragraph 4 of this Agreement; b) the DISTRICT
determines, in its sale discretion and judgment, that the CITY has failed to maintain
scheduled progress ofi the PROJECT thereby �ndangering the tim�ly performance af
this Agreement; or c) the CITY fails to appropriate sufFicient funds ta complete the
PROJECT. The CITY will be obligated to pay attorneys' fees and c�sts incurred by the
DISTRICT, including appeals, as a result of CITY'S failure ta repay the DISTRICT in
accordance with this Paragraph.
6. OPERATION AND MAINTENANCE. After construction is campleted, the CITY will
aperate and maintain the PR�JECT for a minimum of tw�nty (20) y�ars, 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 thes�
requirements, the CITY will pay to the DISTRICT an early termination fee. The fee will
be five percent (5%) of total DISTRICT monies contributed to the PROJECT for each
year or a fraction thereof for early termination of the PROJECT. The CITY will be
abligated to pay attorneys' fe�s and costs incurred by the DISTRICT, including appeals,
as a result of CITY'S failure ta repay the DISTRICT in accordance with this Paragraph.
The rights and remedies in this provision are in addition ta any other rights and remedies
provided by law or this Agreement.
7. CONTRACT PERIOD. This Agreement will be effective upon execution by the parti�s
and will remain in effect through December 31, 2014, or upon satisfactory completion of
the PROJECT and subsequent reimbursement 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 commenced, or costs that are incurred, priar to the
efFective date of this Agre�ment.
8. PR�JECT RECORDS AND DOCUMENTS. Each party, upon request, will permit th�
other party ta examine or audit all PROJECT related records and documents during or
following completion af the PROJECT. Payments made ta CITY under this Agreement
will be reduced for amounts found to be not allowable under this Agre�ment by an audit.
The CITY will refund to the DISTRICT all such disallowed payments. If an audit is
undertaken by either party, all required records 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 documents far at least thre� (3) years following campletion af the
PROJECT. Each party will allow public access to PROJECT dacuments and materials
made or received by either party in accordance with the Public Records Act, Chapter
119, F.S. Shauld either party assert any exemption to the requirements of Chapter 119,
F.S., the burden af establishing such exemption, by way af injunctive or other r�lief 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,
madels, studies, maps or other dacuments resulting from the PROJECT.
10. LIABILITY. Each party hereto agrees to defend, indemnify and hold the other harmless,
to the extent allowed under Section 768.28, F.S., firom all claims, loss, damage and
expense, including attarneys' fees and costs and attorneys' fees and costs on appeal,
arising from the negligent acts or omissions of the indemnifying party's afficers,
employees, contractors and agents related to its performance under this Agreement.
The indemnified party will have the right to approve counsel selected by the
indemnifying party. This provision does not constitute a waiver of either party's
sovereign immunity or extend either party's liability beyond the limits established in
Sectian 768.28, F.S. Additionally, this provisian will not be construed ta impose
contractual liability on either party for underlying tort claims as described above beyond
the limits specified in Section 76$.2$, F.S.
11. DEFAULT. Either party may terminate this Agreement upan the other party's failure to
comply with any term ar condition af this Agreement, including the failure ta meet
sp�cific milestones established in this Agreement, as long as the terminating party is nat
in default of any term or condition af this Agreement at the time of termination. In
addition to the above, the DISTRICT may terminate this Agreement if, in its sale
discretion and judgment, it determines that the CITY has failed ta maintain scheduled
progress of the PROJECT thereby endangering the timely performance af the
PROJECT. To effect termination, the terminating party will provide the defaulting party
with a written "Notice of Termination" stating its intent to terminate and describing all
terms and conditions with which the defaulting party has failed to comply. If the
defaulting party has nat remedied its default within thirty (30) days after receiving the
Notice of Termination, this Agreement will automatically terminate. If a default cannat
reasonably be cured in thirty (30) days, then the thirty (30) days may be extended at the
nan-defaulting party's discretion, if the defaulting party is pursuing a cure of the default
with reasonable diligence. The rights and remedies in this provision ar� in addition to
any ather rights and remedies provided by law or this Agreement.
Page 5 of 9
12. RELEASE OF INFORMATION. The parties agree not to initiat� any aral ar written
media interviews or issue press releases on or about the PRQJECT withaut providing
advance notices ar capies to the ather pariy. This provision will not be construed as
preventing the parkies fram camplying with the public records disclosure laws set forth 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 farm
of said recognition will be subject to DISTRICT appraval. If construction is invalved, the
CITY will provide signage at the PROJECT site that recognizes funding for this
PROJECT provided by the DISTRICT. All signage must meet with DISTRICT written
appraval as to form, content and locatian, and must be in accordance with local sign
ordinances.
14. PERMITS AND REAL PROPERTY RIGHTS. The CITY must obtain all permits, local
gavernment appravals and all real praperty rights necessary to complete the PROJECT
prior to commencing any construction involved in the PROJECT. The DISTRICT will
have no obligation to reimburse the CITY far any casts under this Agreement until the
CITY has abtained such permits and property rights necessary to undertake the
PROJECT.
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 to
performance und�r this Agreement. If the PROJECT involves design services, the
CITY'S professional designers and the DISTRICT'S regulation and projects staff will
meet regularly during the PR�JECT design ta discuss ways of ensuring that the final
design for the propased PROJECT technically complies with all applicable DISTRICT
rules and regulations, however, the DISTRICT undertakes no duty to ensure campliance
with such rules and regulations.
16. DIVERSITY IN CONTRACTING AND SUBCONTRACTING. The DISTRICT is
cammitted ta supplier diversity in the perFarmance af all contracts associated with
DISTRICT cooperative funding projects. The DISTRICT requires the CITY to make
good faith efforts to encourage the participation of minority owned and woman owned
and small business enterprises, both as prim� cantractors and subcontractars, in the
performance of this Agreement, in accordance with applicable laws.
16.1 If requested, the DISTRICT will assist the CITY by sharing infarmation to h�lp the
caaperator in ensuring that minority owned and woman owned and small
businesses are afforded an oppartunity to participate in the perfarmance af this
Agreement.
1 G.2 The CITY agrees to provide the DISTRICT with a repart indicating all contractors
and subcontractors who performed work in association with the PROJECT, the
amount spent with each contractor ar subcontractor, and ta the extent such
information is known, whether each contractor or subcantractor was a minarity
owned or woman owned or small business enterprise. If no minority owned or
Page 6 of 9
waman owned or small business enterprises were used in th� perfarmance of this
Agreement, then the report shall so indicate. The Minority/Women Owned and
Small Business Utilizatian Report form is attached as Exhibit "C." The repart is
required upon final completion af the PROJECT prior to final payment, or within
thirty (30) days af the execution af any amendment that increases PROJECT
funding, for information up to the date of the amendment and prior to the
disbursement of any additional funds by the DISTRICT.
17. ASSIGNMENT. Except as otherwise provided in this Agreement, no par�y may assign
any of its rights or delegate any af its obligations under this Agreement, including any
operation ar maintenance duties related to the PROJECT, without the prior written
cansent of the other party. Any attempted assignm�nt in violation of this provision is
vaid.
18. SUBCONTRACTORS. Nothing in this Agreement will be construed ta create, or be
implied to create, any relationship betwe�n the DISTRICT and any subcontractor of the
CITY.
19. THIRD PARTY BENEFICIARIES. Nothing in this Agreement will be construed to benefit
any person or entity nat a party to this Agreement.
20. LOBBYING PROHIBITION. Pursuant to Sectian 216.347, F.S., the CITY is hereby
prahibited 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 ta Subsections 2$7.133(2) and (3), F.S., a persan
or afFiliate who has been placed on the convicted vendor list fallawing a convictian for a
public entity crime may not submit a bid, proposal, ar reply on a contract to provide any
goods or servic�s ta a public entity; may not submit a bid, prapasal, ar reply on a
contract with a public entity for the canstructian ar repair of a public building or public
work; may not submit bids, proposals, or replies on leases of real property to a public
entity; may not be awarded ar perfarm work as a cantractor, supplier, subcontractor, or
consultant und�r 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 Twa, for a period ofi 36 months follawing the date of being placed on the
convicted vendor list. The CITY agrees to includ� this provisian in all subcontracts
issued as a result of this Agreement.
22. DISCRIMINATION. Pursuant to Subsection 287.134(2)(a), F.S., an entity or affiliate
who has been placed an the discriminatory vendor list may not submit a bid, praposal, or
reply on a contract to pravide any goods or services to a public entity; may nat submit a
bid, proposal, ar reply on a contract with a public entity for the construction or repair of a
public building or public work; may not submit bids, proposals, or replies on leases of
real property to a public entity; may not be awarded ar perForm work as a contractar,
supplier, subcontractor, ar cansultant under a contract with any public entity; and may
not transact business with any public entity. The CITY agrees to include this pravision in
all subcantracts issued as a result of this Agreement.
Page 7 of 9
23. GOVERNING LAW. All aspects of this Agreement are governed by Florida law and
venue will be in Hernando County, Florida.
24. SURVIVAL. The pravisions of this Agreement that require performance aft�r the
expiratian ar termination of this Agreement will remain in force notwithstanding the
expiration or t�rminatian af this Agreement including Subparagraph 3.1 and Paragraphs
5, 6, and 10.
25. ENTIRE AGREEMENT. This Agreement and the attached exhibits listed below
constitute the entire agreement between the parties and, unless atherwise provided
herein, may be amended only in writing, signed by all parties to this Agreement.
26. DOCUMENTS. The following documents are attached and made a part of this
Agr�ement. In the event of a canflict of contract terminolagy, priority will first be given to
the language in the body of this Agreement, then to Exhibit "A," then to Exhibit "B," and
then to Exhibit "C."
Exhibit "A" Special Project Terms and Conditions
Exhibit "B" CITY'S Project Plan
Exhibit "C" Minority/Women Owned and Small Business Utilization Repart Farm
The remainder of this page intentianally left blank.
Page 8 of 9
IN WITNESS WHEREOF, the parties hereto, or their IawFul representatives, have executed
this Agreement an the day and year set farth next to their signatures belaw.
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
By:
,
r1 /�li
Eacee+.�i�e--D+�e�#�' �ate
Mark':A. Hammond, P.E., Director, Resource Management Division
CITY OF CLEARWATER
�
�
nk V. Hibbard, Mayor
���1� � � �
liam B. Harne, City Manager
Approved as to farm:
.� � ,
Leslie K. Dougall- i s'
Assistant City Attarney
.� ��/�
Date
/o�z�tl
Date
Attest:
�° a.�.¢.fxa� �c..
Rosemarie Call
City Clerk
COOPERATIVE FUNbING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRIC7
AND
CITY QF CLEARWATER
FOR
STORMWATER IMPROVEMENTS - FLOQD PRO'fECTION
SMALLWO�D CIRCLE (N359)
Page 9 of 9
�.
r '
; :� :r�
i ��tii1�
.
�
r
1�1 �
1 �
�1�t a s
\`.
DISTRICI' APPROVAL 1NITIALS DATE
LEGAL � F��2�5/f[.
RISK MGMT N
CONTRACTS I� YI
DEPT DIRECTOR � � Z � �
DEPUTY EXEC D1A � •(i
GOVERNiNG BOARb �1j��
- ,� ,
A
0�,�
AGREEMENT NO. x2c00000i2
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 ta 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 abtain the
DISTRICT'S written appraval of all construction bid documents prior to being
advertised or othsrwise solicited. The DISTRICT will nat 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, engin�ering, mechanical, electrical, or other components af the
canstruction documents, or that such documents are in compliance with DISTRICT
rules and regulations or any ather applicable rules, regulations, or laws. The
DISTRICT'S approval will not constitute a waiver af the CITY'S obligatian to assure
that the design professional perForms according to the standards of his ar her
prafession. The CITY will require the design prafessional to warrant that the
construction documents are adequate for bidding and construction af the PROJECT.
3. DISTRICT PARTICIPATION IN SELECTING CONSULTANT AND REVIEW OF
CITY'S SELECTION OF CONTRACTOR. As applicable, upon notifying the CITY'S
Praject Manager, the DISTRICT will have the option af participating as an evaluator in
the CITY'S process for selecting the CONSULTANT. The CITY will provide the
DISTRICT with a tabulatian of CONTRACTOR bids and a recommendation to award.
The CITY must abtain the DISTRICT'S approval of the selected CONTRACTOR prior
to proceeding with canstruction of the PROJECT and the DISTRICT will not
unreasanably withhold its approval.
4. APPROVAL OF CONTRACTS. The CITY must obtain th� DISTRICT'S priar written
approval of any contracts entered inta with its CONSULTANTS and CONTRACTORS.
The DISTRICT will nat unreasonably withhold its approval.
The remainder of this page intentianally left blank.
Exhibit "A" Page 1 of 1
�
EXHIBIT "B"
PROJECT PLAN
Proiect Description
AGREEMENT NO. 12c00000�z
This PROJECT is to perForm the Implementation af Best Management Practices (BMPs)
element af the District's Watershed Management Program (WMP) within the City af
Clearwater watershed. Implementation of BMPs includes the following tasks: design,
development af constructian documents, construction permitting, land acquisition, bidding
and CONTRACTOR selectian, construction of the BMPs and canstruction engineering and
inspection. The PROJECT is on an intermediate system and was identified as Hammond
Branch Project 5D in the 2001 DISTRICT funded Stevensan Creek Watershed Management
Plan. The PROJECT will remove 1Q0-year flaad risk from twa homes and reduce the risk of
house fioundation failures due to the deteriorating metal pipes. The system drains a 0.15
square mile area located between Highland Avenue to the west, Drew Street (SR 590) to the
south, Hobart Avenue ta the east and Walnut Street to the narth. The PROJECT cansists af
remaval and replacement of approximately 3,OQ0 linear fieet af pipe including 1,000 linear feet
of undersized pipe at the downstream end. The replacement af the entire system will provide
an opportunity for the DISTRICT and the CITY to implement BMPs within this drainage area.
Prop�sed improvements include implementation of BMPs at the connection af the Flarida
Department of Transpartation (SR 590) system to the CITY system and at twa CITY-owned
properties. The requested funds will be used toward design, permitting and construction
services necessary to complete the improvements within the CITY.
Proiect Tasks
Key tasks to be perFormed by the CITY:
1. Select and hire a CONSULTANT to complete the design, permitting, preparatian of
contract documents, and to provide engineering and inspection services during
construction.
2. Attend one meeting with the DISTRICT priar to beginning the PROJECT to discuss
the approach, schedule and budget.
3. Bid, select, and hire a CONTRACTOR to complete the construction in accordance
with the appraved bid documents.
4. Provide th� DISTRICT with one copy of a summary of the canstructian quality
assurance data, construction record drawings and permit related submittals.
5. Monitar all phases of construction by means of survey, observations, and materials
testing to give reasonable assurance that the construction work will be performed in
accardance with the appraved plans and specifiicatians set forth in the DISTRICT
approved contract between the CITY and the CONTRACTOR.
Exhibit "B" Page 1 of 2
Pro'ect Deliverables
The City will provide the DISTRICT with the following:
• Specifications and Bidding Dacuments
• Construction Plans
� Bid Tabulation
• Copy af Natice-To-Proceed to CONTRACTOR
• Copy of Contract with CONSULTANT and CONTRACTOR
+ Canstruction Record Drawings
• Minority Utilizatian Report
Proiect _Budget
TASK
Design
Construction Inspectian
Construction
Total
Pro'ec# Schedul�
TASK
CITY
$ 125,000
$ 25,000
7z� aoo
$ $75,000
Select CONSULTANT
Design and Permitting Camplete
Bidding and CONTRACTOR Selection
Cammence Construction
Camplete Construction
DISTRICT
$ 125,00�
$ 25,000
725 000
$ 875,000
DATE
April 1, 2012
April 1, 2013
June 30, 2013
September 3p, 2013
September 30, 2014
The remainder af this page intentionally left blank.
Exhibit "B" Page 2 of 2
TOTAL
$ 250,000
$ 50,000
$1,450,000
$1,750,000
AGREEMENT M1lO. 12C0000012 -, ',
EXHIBIT "C" "'.
MIN4RITYNVOMEN OINNED AND SMALL BUSINESS UTI�IZATION REPORT
Projects recei�ir�g $100,000 or more in cooperati�e funding from the Southwest Fforida Water Managemen# District require the
submission of the following information within 3Q �#ays of any amendment increasing project funding and wiih ihe finaf in�oice.
Questions regarding use of this form should be directed to Contracts Administration, Phone {352} 796-7211 ext. 4132.
1NDICATE THE �NE CATEGORY THAT BEST DESCRIBES EACH ORGANIZATION LiSTE�*
Cooperatar: BUSI NESS
CLASSIFICATION CERTIFIED �l+1BE NON-CERTIFIED MBE UkVKNflWN
D � 3 T N � D � T � � D �
Agreement No.: z " D � a z < � � a z < �
� ' � a z = m � y z = m �
0 0� n n a � Z D � a � z
p � � D � � D �
Project �Iame: < w� � � n � o � A n � o
z � z �
�� Z z � Z z z i � Z z
m m
Total Project Cast: n D
� �
z z
NAMES OF CONTRACTORS AND TOTAL AMOUNT PAID
SEJBCONTRACTORS UTILIZED
�` ❑ Our organization does not collect minority status da�a.
Signature Date Print Name and Title
16.00-026 (01J07} Exhibit "C" Page 1 af 1