Loading...
FIRST AMENDMENT TO AGREEMENT FOR STORMWATER IMPLEMENTATION - FLOOD PROTECTION MAGNOLIA DRIVE IMPROVEMENT AREA - N445MAR 052014 City 0xier AGREEMENT NO. 13C00000056 FIRST AM ENblVfNif '(` Yer1 TO AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND CITY OF CLEARWATER FOR STORMWATER IMPLEMENTATION - FLOOD PROTECTION MAGNOLIA DRIVE IMPROVEMENT AREA (N445) This FIRST AMENDMENT effective as of the 1st day of October 2013 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 112 Osceola Avenue, Clearwater, Florida 33756, hereinafter referred to as the "CITY." WITNESSETH: WHEREAS, the DISTRICT and the CITY entered into an Agreement effective June 5, 2013 (Original Agreement), for modifications to stormwater inlets, rehabilitation of pipes and installation of debris collection devices in the Magnolia Drive Improvement Area; and WHEREAS, the parties hereto wish to amend the Agreement to make the effective date of the Original Agreement October 1, 2012, extend the contract period and revise the scope of work due to the new recommended alternative design, which includes complete replacement, versus rehabilitation, of most of the existing stormwater infrastructure and the installment of additional debris collection devices. NOW THEREFORE, in consideration of the mutual terms, covenants and conditions contained herein, the parties hereby mutually agree to amend the Original Agreement, effective June 5, 2013, as follows: 1. Paragraph 1, Project Contacts and Notices, is hereby amended to replace the DISTRICT'S Contracts Manager with R.J. Dowling, P.E. 2. Paragraph 3, Funding, is hereby amended to increase PROJECT funding by $2,000,000 by replacing the paragraph and all subparagraphs in their entirety as follows: 3. FUNDING. The parties anticipate that the total cost of the PROJECT will be Three Million One Hundred Thousand Dollars ($3,100,000). The DISTRICT agrees to fund PROJECT costs as appropriated by the DISTRICT in accordance with Subparagraph 3.1 below and anticipates funding PROJECT costs up to One Million Five Hundred Fifty Thousand Dollars ($1,550,000), and shall have no obligation to pay any costs beyond this anticipated maximum amount. The CITY agrees to provide all remaining funds necessary for the satisfactory completion of the PROJECT. Page 1 of 5 3.1 The DISTRICT'S performance and payment pursuant to this Agreement are contingent upon the DISTRICT'S Governing Board appropriating funds in its approved budget for the PROJECT in each fiscal year of this Agreement. The CITY recognizes that the DISTRICT has approved $1,550,000 for the PROJECT through Fiscal Year 2014. The CITY'S payment of any financial obligation under this Agreement is subject to appropriation by the CITY'S Council of legally available funds. 3.2 The CITY shall pay PROJECT costs prior to requesting reimbursement from the DISTRICT. The DISTRICT shall reimburse the CITY for the DISTRICT'S share of allowable PROJECT costs in accordance with the PROJECT budget contained in the Project Plan set forth in Exhibit "A." Reimbursement for expenditures of contingency funds is contingent upon approval by the DISTRICT. If a reimbursement request includes the expenditure of contingency funds, the CITY shall provide sufficient documentation to the DISTRICT to explain the basis of the expense. The DISTRICT shall not reimburse the CITY for any contingency funds that the DISTRICT determines, in its sole discretion, to be in excess of what was reasonably necessary to complete the PROJECT. The DISTRICT shall reimburse the CITY for fifty percent (50 %) of all allowable costs in each DISTRICT approved invoice received from the CITY, but at no point in time will the DISTRICT'S expenditure amounts under this Agreement exceed expenditures made by the CITY. 3.3 Unless otherwise stated in this Agreement, any federal, state, local or grant monies received by the CITY for this PROJECT shall be applied to equally reduce each party's share of PROJECT costs. The CITY shall provide the DISTRICT with written documentation detailing its allocation of any such funds appropriated for this PROJECT. 3.4 The CITY may contract with consultant(s), contractor(s) or both to accomplish the PROJECT. The CITY must obtain the DISTRICT'S written approval prior to posting solicitations for consultants or contractors and prior to entering into agreements with consultants or contractors to ensure that costs to be reimbursed by the DISTRICT under those agreements are reasonable and allowable under this Agreement. The DISTRICT shall provide a written response to the CITY within fifteen (15) business days of receipt of the solicitation or agreement. Upon written DISTRICT approval, the budget amounts for the work set forth in such contract(s) shall refine the amounts set forth in the PROJECT budget and be incorporated herein by reference. The DISTRICT shall not reimburse the CITY for costs incurred under consultant and contractor agreements until the DISTRICT approvals required under this provision have been obtained. 3.5 Payment shall be made to the CITY within forty -five (45) days of receipt of an invoice with adequate supporting documentation to satisfy auditing purposes. Invoices shall be submitted to the DISTRICT every two (2) months electronically at invoices(a�WaterMatters.orq, or at the following address: Page 2 of 5 Accounts Payable Section Southwest Florida Water Management District Post Office Box 1166 Brooksville, Florida 34605 -1166 The above - referenced payment due date shall not apply to that portion of an invoice that includes contingency expenses. The DISTRICT agrees to reimburse the CITY for contingency expenses within a reasonable time to accommodate the process provided for in Section 3.2 of the Agreement. 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 Contract Manager in order to expedite the review process. Failure of the CITY to submit invoices to the DISTRICT in the manner provided herein shall relieve the DISTRICT of its obligation to pay within the aforementioned timeframe. 3.6 The parties acknowledge that the PROJECT was approved for funding by the DISTRICT based upon the resource benefits expected to be achieved by the PROJECT (the "Measurable Benefit "). The parties also acknowledge that the CITY is solely responsible for implementing the PROJECT in such a manner that the expected resource benefits are achieved. If at any point during the progression of the PROJECT the DISTRICT determines that it is likely that the Measurable Benefit, as set forth in the Project Plan, will not be achieved, the DISTRICT shall withhold payments to the CITY until such time as the CITY demonstrates that the PROJECT shall achieve the required resource benefits. 3.7 Any travel expenses which may be authorized under this Agreement shall be paid in accordance with Section 112.061, F.S., as may be amended from time to time. The DISTRICT shall not reimburse the CITY for any purpose not specifically identified in Paragraph 2, Scope of Work. Surcharges added to third party invoices are not considered an allowable cost under this Agreement. Costs associated with in -kind services provided by the CITY are not reimbursable by the DISTRICT and may not be included in the CITY'S share of funding contributions under this Agreement. 3.8 The DISTRICT has no obligation and shall not reimburse the CITY for any costs under this Agreement until the Notice to Proceed with construction has been issued to the CITY'S contractor. 3.9 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 Stormwater Improvement - Flood Protection, Magnolia Drive Improvement Area (N445) agreement Page3of5 between the Southwest Florida Water Management District and City of Clearwater (Agreement No. 13C00000056), are allowable, allocable, properly documented, and are in accordance with the approved project budget. This invoice includes $ of contingency expenses. The CITY has been allocated a total of $_ in federal, state, local or grant monies for this PROJECT. $_ has been allocated to this invoice, reducing the DISTRICT'S and CITY'S share to $ ." 3.10 In the event any dispute or disagreement arises during the course of the PROJECT, including whether expenses are reimbursable under this Agreement, the CITY will continue to perform the PROJECT work in accordance with the Project Plan. The CITY is under a duty to seek clarification and resolution of any issue, discrepancy, or dispute by providing the details and basis of the dispute to the DISTRICT'S Contract Manager no later than ten (10) days after the precipitating event. If not resolved by the Contract Manager, in consultation with his or her Bureau Chief, within ten (10) days of receipt of notice, the dispute will be forwarded to the DISTRICT'S Executive Director. The DISTRICT'S Executive Director in consultation with the DISTRICT'S Office of General Counsel will issue the DISTRICT'S final determination. The CITY'S continuation of the PROJECT work as required under this provision shall not constitute a waiver of any legal remedy available to the CITY concerning the dispute. 3. Paragraph 4, Completion Dates, is hereby amended to commence the PROJECT by March 27, 2013, and complete construction by January 1, 2016. 4. Paragraph 7, Contract Period, is hereby replaced in its entirety as follows: 7. CONTRACT PERIOD. This Agreement shall be effective October 1, 2012, and shall remain in effect through April 15, 2016, 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 shall not be eligible for reimbursement for any work that is commenced, or costs that are incurred, prior to the effective date of this Agreement. 5. The Exhibit "A," City of Clearwater Project Plan, is hereby replaced in its entirety with Exhibit "A" attached hereto. 6. The terms, covenants and conditions set forth in the Original Agreement that have not been specifically amended herein, will continue in existence, are hereby ratified, approved and confirmed, and will remain binding upon the parties hereto. The remainder of this page intentionally left blank. Page 4 of 5 IN WITNESS WHEREOF, the parties hereto, or their lawful representatives, have executed this FIRST AMENDMENT on the day and year set forth next to their signatures below. SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT By: Robert R. Beltran, P.E., Executive Director Date CITY OF CLEARWATER By: — C(C4r1e f1C "\0435 George N. Cretekos, Mayor Date By: j ,iv►, 1 91,1).43. II "f William B. Horne II, City Manager Date Approv-d as to form: Laura M kbo Assistant city Attorney Attest: Rosemarie CaII City Clerk FIRST AMENDMENT (3) TO AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND CITY OF CLEARWATER FOR STORMWATER IMPLEMENTATION - FLOOD PROTECTION MAGNOLIA DRIVE IMPROVEMENT AREA (N445) Page 5 of 5 DISTRICT APPROVAL INITIALS LEGAL MB/14 RISK MGMT a 1f! CONTRACTS X BUREAU CHIEF st DIRECTOR 6/1 GOVERNING BOARD DATE IN WITNESS WHEREOF, the parties hereto, or their lawful representatives, have executed this FIRST AMENDMENT on the day and year set forth inext to their signatures below. SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT Sy E., ertjt.. 9: to Date Brian J. Armstrong, P.G„ Assistant Executive Director CITY OF CLEARWATER Sy. .w George N. Cretekos, Mayor Date By: William B. Horne Il, City erg,.,, ° Da.�r� y g to AT Approved as to form: Attest: Laura Mahony Rosemarie Call Assistant City Attorney City Clerk ISWD FIRST AMENDMENT(3) TO AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND CITY OF CLEARWATER FOR STORMWATER IMPLEMENTATION-FLOOD PROTECTION MAGNOLIA DRIVE IMPROVEMENT AREA(N445) DISTRICT APPROVAL. INITIALS DATE: LEGAL _ ' ,, _ �Xe e,, I,— RISK MGMT _ CONTRACTS BUREAU CHIEF ' - a/ DIRECTOR �1 GOVERNING BOARD ' Page 5 of 5 EXHIBIT "A" PROJECT PLAN Project Description: AGREEMENT NO. 13C00000056 The Stormwater Improvement - Flood Protection PROJECT is an Implementation of the Best Management Practices (BMPs) element of the DISTRICT'S Watershed Management Program (WMP) in the Coastal Basin 1 Watershed, Magnolia Drive Improvement Area. The PROJECT includes replacement and abandonment of the existing stormwater infrastructure as shown on the attached diagram, and the installation of three nutrient separating baffle boxes to collect leaves and debris, so waste materials can be hauled off site for disposal. The watershed covers an area of approximately 45 acres and is located in the City of Clearwater (CITY). Currently, stormwater runoff carries leaves and debris off South Fort Harrison Avenue, Druid Drive, Jasmine Way, Bay Avenue, and Magnolia Drive directly into Clearwater Harbor. Project Tasks: The CITY shall: 1. Complete the design, permitting, preparation of contract documents, land acquisition, and provide construction engineering and inspection (CEI) services during construction, including survey, observations, and materials testing, to ensure that the construction work is performed in accordance with the final design verified by the DISTRICT. 2. Construct the PROJECT in accordance with the final design verified by the DISTRICT. 3. Attend one meeting with the DISTRICT prior to beginning the PROJECT to discuss the approach, schedule and budget. Measurable Benefit: Based on the Magnolia Drive Outfall Stormwater Collection and Water Quality Improvements Basis of Design Report produced by Interf low Engineering, LLC, dated December 6, 2012, the PROJECT will provide the following benefits: Flood protection benefit The PROJECT involves the construction of Alternative 3 versus Alternative 1, which was originally proposed with FY2013 funding. Alternative 1 results show 15 of 21 nodes have a maximum flooding depth greater than 0.5 feet, while Alternative 3 results show only 2 of 21 nodes have a maximum flooding depth greater than 0.5 feet; both in the 10- year /24 -hour storm event. During the 10- year /24 -hour event, the maximum roadway flooding will be reduced from 1.30 feet to less than .66 feet and the maximum flooding durations will be reduced from 235 minutes to 37 minutes or less (except Node N0010 near seawall). Water quality benefit The nutrient separating baffle boxes will provide water quality treatment for all but 0.9 acres of the 45 acre drainage basin. The average derived efficiency for the second generation baffle box was reported as 44% for non - dissolved solids, 10% for nitrogen, and 9% for phosphorus. Each baffle box will also include a skimmer and boom to collect and absorb Page 1 of 3 hydrocarbons. The additional baffle boxes will provide additional capacity which will reduce the frequency of maintenance, therefore increasing the water quality benefit, especially in a heavy canopy drainage basin. This removal will directly benefit Clearwater Harbor into which the system directly flows. Project Deliverables: The CITY will provide the DISTRICT with the following: • Quarterly Status Reports • Conceptual Design or Basis of Design Reports, 30 %, 60 %, 90% • Final Construction Drawings and Technical Specifications • Copy of all required federal, state and local environmental permit application packages and final permits • Copy of Contract with consultant and contractor in accordance with Subparagraph 3.4 • Copy of Notice -To- Proceed to contractor • One copy of a summary of the construction quality assurance data, construction record drawings and permit related submittals • Two (2) sets, electronic and hardcopy, of any final reports • Minority/Women Owned and Small Business Utilization Report Project Schedule: DESCRIPTION COMMENCE COMPLETE Contract Engineer for Design & Permitting 03/27/13 05/31 /14 30% Design Plans 03/27/13 07/01/13 60% Design Plans 07/02/13 10/21/13 Acquire Permit 10/31/13 12/31/13 90% Design Plans 10/22/13 12/11/13 Final Design Plans 12/12/13 05/31/14 Bidding & Contract Award 06/01/14 09/30/14 Construction Contractor Mobilization 10/01/14 01/01/16 Construction and Construction Engineering & inspection (CEI) 10/01/14 01/01/16 Substantial Completion Inspection 10/15/15 01/01/16 Final Acceptance Inspection 12/15/15 01/01/16 Additional task deadlines contained in the performance schedules of the consultant and contractor contracts will be incorporated herein by reference. Project Budget: Description DISTRICT CITY TOTAL Design & Permitting $150,000 $150,000 $300,000 Construction $1,375,000 $1,375,000 $2,750,000 CEI $25,000 $25,000 $50,000 Contingency $0 $0 $0 Total $1,550,000 $1,550,000 $3,100,000 Page 2 of 3 Magnolia Drive Outfall Project (N445) Page 3 of 3 ogee ii ST sao ?is Q ff,417 EN �OODE Cr u z y ' 1 HAMILTON CRES ll le 1 — 1 T- 1 Proposed Baffle Box 0 a Iloo oX of 1 1 mre imProposed A",,,,,_. c�a Baffle Box x 1_ I I IS Q ,� ' MAGNOLIA __ O C x i- ce ° Drainage Basin/ Project Area �J 7 \ JE FORDS ` I 0 ST L rr'' uearwater City Project #12- 0023 -E N S W F W M D Project # N445 1=0a Proposed Pipe " t inch = 300 feet s Note Note Surrey Existing Pipe No Change Abondm Remove Pipe 1 I Parcel Boundary Grid #: 295B S -T -R: 16 -29 -15 Map Gen By CRM Reviewed By KJS Date: 10/10/2013 Page 3 of 3