Loading...
Agenda 01/10/2017 Item #16A16 16.A.16 01/10/2017 EXECUTIVE SUMMARY Recommendation to ratify an After-The-Fact amendment to the South Florida Water Management District Agreement Number 4600003312 to extend the project timeline for eight months for the construction completion of the Lely Area Stormwater Improvement Project Wingsouth Airpark Channels Improvement Project 51101. This item has no new fiscal impact. OBJECTIVE: To provide a time extension to an existing agreement to cover completion of stormwater improvements in the Lely Manor Basin. CONSIDERATIONS: The South Florida Water Management District (SFWMD) annually ranks and chooses projects submitted by local government agencies to receive funding for water quality and flood mitigation improvements. The SFWMD approved funding assistance on July 14, 2015, in the amount of$937,500 for construction of the Lely Area Stormwater Improvement Project (LASIP) Wingsouth Project. The Agreement was approved by the Board of County Commissioners (Board) on October 13, 2015, (Agenda Item 16A20). The agreement establishes funding for the construction of ditches, swales and three (3) weir-type control structures, along with the installation of approximately 1,700 linear feet of reinforcement concrete pipe to assist in the drainage of the area. The agreement expires on December 31, 2016, and the project is still under construction. The amendment extends the construction time period an additional 8 months in order to cover completion of the project. This amendment does not change the scope of the project, is allowable under the grant and will not increase or decrease the amount of grant funds or impact the budget for this project. Staff had requested the time extension in late October. SFWMD provided the amendment on December 19, 2016. In order to extend the agreement and eliminate the possibility of the agreement expiring, the County Manager's Office executed the amendment. This request is to ratify the County Manager's signature and have the Chairman sign the amendment. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for approval. -JAK FISCAL IMPACT: The agreement amendment will have no new fiscal impact. The LASIP project (51101) is budgeted in GMD Grant Fund 711, GMD Match Grant Fund 712, and Stormwater Capital Fund 325. The source of funds are grants and transfers from the General Fund. GROWTH MANAGEMENT IMPACT: The agreement amendment has no direct impact on Collier County's Growth Management Plan. RECOMMENDATION: To approve an after-the-fact amendment to the SFWMD Agreement Number 4600003312 for an eight month extension for the construction of the Lely Area Stormwater Improvement Project (LASIP) Wingsouth Airpark Channels Improvement Project 51101. This item has no new fiscal impact. Prepared by: Elly Soto McKuen, Project Manager; Capital Project Planning, Impact Fees and Program Management Division, Growth Management Department Packet Pg. 513 16.A.16 01/10/2017 ATTACHMENT(S) 1.Wingsouth SFWMD Agreement(PDF) 2. SFWMD Wingsouth Agreement Amendment 1 (PDF) 3. SFWMD Amendment#01Executed Dec 22 2016 (PDF) Packet Pg. 514 16.A.16 01/10/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.16 Item Summary: Recommendation to ratify an After-The-Fact amendment to the South Florida Water Management District Agreement Number 4600003312 to extend the project timeline for eight months for the construction completion of the Lely Area Stormwater Improvement Project Wingsouth Airpark Channels Improvement Project 51101. This item has no new fiscal impact. Meeting Date: 01/10/2017 Prepared by: Title: Project Manager, CRA—Capital Project Planning, Impact Fees, and Program Management Name: Elly McKuen 12/22/2016 10:04 AM Submitted by: Title: Division Director-IF, CPP &PM—Capital Project Planning, Impact Fees,and Program Management Name: Amy Patterson 12/22/2016 10:04 AM Approved By: Review: Capital Project Planning,Impact Fees,and Program Management Gerald Kurtz Additional Reviewer Completed Growth Management Department Judy Puig Level 1 Division Reviewer Completed 12/22/2016 10:15 AM Growth Management Department Jeanne Marcella Level 2 Division Administrator Completed 12/22/2016 10:39 AM Grants Kimberly Lingar Level 2 Grants Review Completed 12/22/2016 10:58 AM County Attorney's Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 12/22/2016 12:18 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 12/27/2016 10:22 AM Grants Therese Stanley Additional Reviewer Completed 12/28/2016 11:06 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 12/29/2016 1:14 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/29/2016 3:50 PM Board of County Commissioners MaryJo Brock Meeting Pending 01/10/2017 9:00 AM Packet Pg. 515 • 616.A.16.a •tc Aa N 0itibVi6M'i � PO NO.950000 LU 0 SOUTH FLORIDA WATER MANAGEMENT DISTRICT LOCAL GOVERNMENTAL AGREEMENT E AGREEMENT NO. 4600003312 d BETWEEN THE a. a) SOUTH FLORIDA WATER MANAGEMENT DISTRICT 2 AND cn BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA DEC 7 ",!015 THIS AGREEMENT is entered into as of by and between the South Florida Water Management District (DISTRICT) and the Board of County Commissioners of Collier County (COUNTY). ca a) WHEREAS, the DISTRICT is a government entity created by Chapter 373, Florida Statutes; and °' WHEREAS, the DISTRICT desires to provide financial assistance to the COUNTY for Lely Area Stormwater Improvement Area Wingsouth Airpark Channels; and a X w WHEREAS, the COUNTY warrants and represents that it has no obligation or ti indebtedness that would impair its ability to fulfill the terms and conditions of this AGREEMENT; and WHEREAS, the Governing Board of the DISTRICT, at its November 12, 2015 meeting, approved entering into this AGREEMENT with the COUNTY. 0 as NOW, THEREFORE, in consideration of the covenants and representations set forth herein and other good and valuable consideration, the receipt and adequacy of which is hereby acknowledged, the parties agree as follows: u_ 1. The DISTRICT agrees to contribute funds and the COUNTY agrees to perform the work set forth in Exhibit"A" attached hereto and made a part hereof, subject to availability of funds and in accordance with their respective authorities for Lely Area Stormwater improvement Areas Wingsouth Airpark Channels, 2. The period of performance of this AGREEMENT shall commence on last date of execution by parties and shall terminate on December 31,2016. z 3. The total DISTRICT contribution shall not exceed the amount of $937,500, The DISTRICT shall make payment upon completion and acceptance of the deliverables as cyJ Packet Pg. 516 16.A.16.a 1 6 A described in the Payment and Deliverable Schedule set forth in'Exhibit "B", which is attached hereto and made a part of this AGREEMENT. The DISTRICT'S payment is a reimbursement of actual expenditures and therefore is subject to adequate documentation r to support actual expenditures in accordance with Exhibit "B". Absence of proper o documentation may result in non-payment or audit and return of prior payments. In no c event shall the DISTRICT be liable for any contribution hereunder in excess of$937,500. E In the event the COUNTY is providing a cost sharing contribution as provided for in E paragraph 5 below,the COUNTY shall provide evidence that its minimum cost share has E been met for each invoice submitted. The subject cost share documentation shall be E included with each invoice. a E 4. If the total consideration for this AGREEMENT is subject to multi-year funding allocations,funding for each applicable fiscal year of this AGREEMENT will be subject iso to Governing Board budgetary appropriation. In the event the DISTRICT does not 0 approve funding for any subsequent fiscal year, this AGREEMENT shall terminate upon expenditure of the current funding, notwithstanding other provisions in this AGREEMENT to the contrary. The DISTRICT will notify the COUNTY in writing N after the adoption of the final DISTRICT budget for each subsequent fiscal year if funding is not approved for this AGREEMENT. o 5. The COUNTY shall submit quarterly financial reports to the DISTRICT providing a detailed accounting of all expenditures incurred hereunder throughout the term of this m AGREEMENT. The COUNTY shall report and document the amount of funds expended u_ per month during the quarterly reporting period and the AGREEMENT expenditures to date within the maximum not-to-exceed AGREEMENT funding limitation, d 6. The COUNTY's contribution shall be 64%of the total amount of the project in conformity Q°' with the laws and regulations governing the COUNTY. c m x 7. All work to be performed under this AGREEMENT is set forth in Exhibit"A",Statement w of Work,which is attached hereto and made a part of this AGREEMENT, The COUNTY shall submit quarterly progress reports detailing the status of work to date for each task. N The work specified in Exhibit "A" shall be under the direction of the COUNTY but shall he open to periodic review and inspection by either party.No work set forth in Exhibit"A" E. shall be performed beyond November 30, 2016 unless authorized through execution of an E amendment to cover succeeding periods. °' 8. The COUNTY is hereby authorized to contract with third parties (subcontracts) for ci services awarded through a competitive process required by Florida Statutes. The COUNTY shall not subcontract, assign or transfer any other work under this AGREEMENT without the prior written consent of the DISTRICT'S Project Manager. w The COUNTY agrees to be responsible for the fulfillment of all work elements included o in any subcontract and agrees to be responsible for the payment of all monies due underci any subcontract. It is understood and agreed by the COUNTY that the DISTRICT shall c not be liable to any subcontractor for any expenses or liabilities incurred under the . subcontract(s). G E 9. Both the DISTRICT and the COUNTY shall have joint ownership rights to all work items, = including but not limited to,all documents,technical reports,research notes,scientific data, Q computer programs,including the source and object code,which are developed,created or Page 2 or7,Agreement No.4600003312 0 Packet Pg. 517 16.A.16.a 1 6 A 2 0 otherwise originated hereunder by the other party, its subcontractor(s), assign(s), agent(s) and/or successor(s)as required by the Exhibit"A",Statement of Work.Both parties'rights to deliverables received under this AGREEMENT shall include the unrestricted and perpetual right to use,reproduce, modify and distribute such deliverables at no additional Z cost to the other party. Notwithstanding the foregoing, ownership of all equipment and hardware purchased by the COUNTY under this AGREEMENT shall be deemed to be the property of the COUNTY upon completion of this AGREEMENT. The COUNTY -a shall retain all ownership to tangible property. m 10, The COUNTY,to the extent permitted by law,assumes any and all risks of personal injury, bodily injury and property damage attributable to negligent acts or omissions of the E COUNTY and the officers, employees, servants and agents thereof The COUNTY represents that it is self-funded for Worker's Compensation and liability insurance, a' covering bodily injury, personal injury and property damage, with such protection being applicable to the COUNTY, its officers and employees while acting within the scope of their employment during performance of under this AGREEMENT. In the event that the u COUNTY subcontracts any part or all of the work hereunder to any third party, the L COUNTY shall require each and every subcontractor to identify the DISTRICT as an additional insured on all insurance policies as required by the COUNTY. Any contract awarded by the COUNTY shall include a provision whereby the COUNTY's subcontractor agrees to indemnify,pay on behalf, and hold the DISTRICT harmless from all damages arising in connection with the COUNTY's subcontract. 1 1. The COUNTY and the DISTRICT further agree that nothing contained herein shall be construed or interpreted as (1) denying to either party any remedy or defense available to a) such party under the laws of the State of Florida; (2)the consent of the State of Florida or its agents and agencies to be sued; or (3) a waiver of sovereign immunity of the State of a; Florida beyond the waiver provided in Section 768.28,Florida Statutes. d 12, The parties to this AGREEMENT are independent entities and are not employees or w agents of the other parties. Nothing in this AGREEMENT shall be interpreted to establish any relationship other than that of independent entities,between the DISTRICT, the COUNTY,their employees,agents,subcontractors or assigns, during or after the term of this AGREEMENT. The parties to this AGREEMENT shall not assign, delegate or otherwise transfer their rights and obligations as set forth in this AGREEMENT without the prior written consent of the other parties. Any attempted assignment in violation of 6 this provision shall be void. Q 2 13. The parties to this AGREEMENT assure that no person shall be excluded on the grounds of race, color, creed, national origin, handicap, age or sex, from participation in, denied co the benefits of, or be otherwise subjected to discrimination in any activity under this AGREEMENT, o N 14. The COUNTY, its employees, subcontractors or assigns, shall comply with all applicable federal, state and local laws and regulations relating to the performance of this AGREEMENT. The DISTRICT undertakes no duty to ensure such compliance,but will attempt to advise the COUNTY,upon request, as to any such laws of which it has present E knowledge. Page 3 of 7,Agreement No.4604003312 Packet Pg. 518 16.A.16.a . 16A2C 15. Either party may terminate this AGREEMENT at any time for convenience upon thirty (30) calendar day's prior written notice to the other party. In the event of termination, all funds not expended by the COUNTY for authorized work performed through the c termination date shall be returned to the DISTRICT within sixty(60)days of termination. z Y 16. The COUNTY shall allow public access to all project documents and materials in accordance E with the provisions of Chapter 119, Florida Statutes. Should the COUNTY assert any a exemptions to the requirements of Chapter 119 and related Statutes, the burden of establishing such exemption,by way of injunctive or other relief as provided by law,shall be Q upon the COUNTY. c E 17. The COUNTY shall maintain records and the DISTRICT shall have inspection and audit a rights below. The COUNTY shall similarly require each subcontractor to maintain and allow a' a access to such records for audit purposes: 0 E A. Maintenance of Records: The COUNTY shall maintain all financial and non-financial records and reports directly or indirectly related to the negotiation or performance of this AGREEMENT including supporting documentation for any service rates, expenses, o research or reports. Such records shall be maintained and made available for inspection for as a period of five(5)years from the expiration date of this AGREEMENT. c B. Examination of Records: The DISTRICT or designated agent shall have the right to a examine in accordance with generally accepted governmental auditing standards all u_a_ records directly or indirectly related to this AGREEMENT. Such examination may be w made only within five(5)years from the expiration date of this AGREEMENT. °3 Q C. Extended Availability of Records for Legal Disputes: In the event that the DISTRICT a) should become involved in a legal dispute with a third party arising from performance o under this AGREEMENT, the COUNTY shall extend the period of maintenance for all w records relating to the AGREEMENT until the final disposition of the legal dispute. All such records shall be made readily available to the DISTRICT. a. N 18. Whenever the DISTRICT's contribution includes state or federal appropriated funds, the COUNTY shall, in addition to the inspection and audit rights set forth in paragraph 17 E above, maintain records and similarly require each subcontractor to maintain and allow a) access to such records in compliance with the requirements of the Florida State Single ai Audit Act and the Federal Single Audit Act,as follows: `t 0 2 A. Maintenance of Records: The DISTRICT shall provide the necessary information to the COUNTY as set forth in Exhibit "C". The COUNTY shall maintain all etu_ financial/non-financial records through: 0 (1) Identification of the state or federal awarding agency, as applicable a) (2) Project identification information included in the Catalog of State Financial Assistance(CSFA)or the Catalog of Federal Financial Assistance (CFDA), as r applicable 0 (3) Audit and accountability requirements for state projects as stated in the Single E Audit Act and applicable rules of the Executive Office of Governor, rules of the 0 Chief Financial Officer and rules of the Auditor General and the State Projects Q Compliance Supplement Page 4 of 7,Agreement No.4600003312 b3 Packet Pg. 519 16.A.16.a 16 ALU (4) Audit/accountability requirements for federal projects as imposed by federal laws and regulations (5) Submission of the applicable single audit report to the DISTRICT, as completed per fiscal year S. Examination of Records: The DISTRICT or designated agent, the state awarding agency, the state's Chief Financial Officer and the state's Auditor General and/or federal awarding agency shall have the right to examine the COUNTY's financial and non- financial records to the extent necessary to monitor the COUNTY's use of state or federal financial assistance and to determine whether timely and appropriate corrective actions have been taken with respect to audit findings and recommendations which may include E onsite visits and limited scope audits. 19. All notices or other communication regarding this AGREEMENT shall be in writing and forwarded to the attention of the following individuals: 2 South Florida Water Management District Collier County rn Attn:Joseph Schmidt,Project Manager Attn:Shane Cox,Project Manager Attn: Sharman Rose,Contract Specialist Growth Management Division o 3301 Gun Club Road 2885 South Horseshoe Drive a� West Palm Beach,FL 33406 Naples,FL 34104 c Telephone No: (561)682-2167 Telephone No.(239)252-5792 Email: shrosera sfwmd.gov Email: shanecoxecollieraov.net u_ 20. COUNTY shall send its invoices and any attachments to APInvoice�?,sfwmd.gov and a copy to the DISTRICT Project Manager. All invoices must reference the COUNTY's legal name as authorized to do business with the State of Florida; DISTRICT'S AGREEMENT Number and Purchase Order (PO) Number as specified on the cover/signature page of the AGREEMENT;a unique invoice number not previously used; date; a description of the services performed, and the amount to be invoiced. COUNTY shall: I) submit invoices using a pdf file at a resolution of no less than 300 dpi; 2) name ,,; the pdf file with the COUNTY's name and the PO number; 3) provide all required attachments with the invoice file, and 4) include the PO number and Invoice number in the a" subject line of the email. If email or pdf filing is not possible, the COUNTY must provide the above to the following address: South Florida Water Management District Accounts Payable 5 P.O. Box 24682 West Palm Beach, FL 33416-4682 cn COUNTY must submit its invoices in compliance with the requirements of this subsection and all other terms and conditions of this AGREEMENT in order to receive prompt payment by the DISTRICT as described in Section 218.70, F.S. COUNTY's failure to follow the instructions set forth in the AGREEMENT regarding a proper invoice and acceptable services andior deliverables may result in an unavoidable delay in payment by the DISTRICT. 21. COUNTY recognizes that any representations, statements or negotiations made by DIS FRICT staff do not suffice to legally bind DISTRICT in a contractual relationship unless Page 5 of 7,Agreement No.4600003312 Packet Pg. 520 16.A.16.a 16Aeu 1 they have been reduced to writing and signed by an authorized DISTRICT representative. This AGREEMENT shall inure to the benefit of and shall be binding upon the parties,their respective assigns, and successors in interest. o z 22, This AGREEMENT may be executed in one or more counterparts,each of which shall becu deemed an original, but all of which together shall constitute one and the same E instrument. A photocopy, electronic or facsimile copy of this AGREEMENT and any c signatory hereon shall be considered for all purposes as original. E Q 23. This AGREEMENT may be amended, extended or renewed only with the written d approval of the parties. The DISTRICT shall be responsible for initiating any amendments E a) to this AGREEMENT,if required. a� 24, This AGREEMENT, and any work performed hereunder, is subject to the Laws of the c) State of Florida. Nothing in this AGREEMENT will bind any of the parties to perform beyond their respective authority, nor does this AGREEMENT alter the legal rights and a_ remedies which the respective parties would otherwise have, under law or at equity. 0 25. Should any term or provision of this AGREEMENT be held, to any extent, invalid or a, unenforceable,as against any person,entity or circumstance during the term hereof,by force c of any statute, law,or ruling of any forum of competent jurisdiction,such invalidity shall not 'elaffect any other term or provision of this AGREEMENT, to the extent that the cc AGREEMENT shall remain operable, enforceable and in fill force and effect to the extent a) permitted by law. y a) 26. Failures or waivers to insist on strict performance of any covenant,condition,or provision of Q this AGREEMENT by the parties shall not be deemed a waiver of any of its rights or a) remedies, nor shall it relieve the other party from performing any subsequent obligations a strictly in accordance with the terms of this AGREEMENT. No waiver shall be effective w unless in writing and signed by the party against whom enforcement is sought. Such waiver shall be limited to provisions of this AGREEMENT specifically referred to therein and shall u.. not be deemed a waiver of any other provision. No waiver shall constitute a continuing waiver unless the writing states otherwise. E 27. Any dispute arising under this AGREEMENT which cannot be readily resolved shall be a) submitted jointly to the signatories of this AGREEMENT with each party agreeing to seek d, in good faith to resolve the issue through negotiation or other forms of non-binding 0 alternative dispute resolution mutually acceptable to the parties. A joint decision of the g signatories, or their designees,shall be the disposition of such dispute. rn 28. This AGREEMENT states the entire understanding and agreement between the parties and supersedes any and all written or oral representations,statements,negotiations,or agreements o co previously existing between the parties with respect to the subject matter of this am AGREEMENT. w 29. Any inconsistency in this AGREEMENT shall be resolved by giving precedence in the m following order: E (a) Terms and Conditions outlined in preceding paragraphs 1 —28 0 (b) Exhibit"A"Statement of Work Q (c) Exhibit"B"Payment and Deliverable Schedule Page 6 of 7,Agreement No.4690003312 (11) Packet Pg. 521 1 6.A.1 6.a 16 A: (d) all other exhibits, attachments and documents specifically incorporated herein by reference IN WITNESS WHEREOF, the parties or their duly authorized representatives hereby execute this AGREEMENT on the date first written above. CD SOUTH FLORIDA WATER MANAGEMENT DISTRICT BY ITS GOVERNING BOARD i) / By: FY t 'ffr-fA Dorothy A.Bradshaw,Procurement Bureau Chief `Pill Le LL SFWMD PROCUREMENT APPROG,32.... Cr) By: Date: s 0 LL BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, ci) FLORIDA By: TIM NANCE, CI-DIRKTEr ,....Ursaar•die Authorized Individual Title: ATTEST and legality Approved,as to fortp DWIGHT E. BRQCK, CLERK ,/ a By ' Scott R.Teach,Deputy County Attorrier--- ,' 0) ,„ r r , / r- st as ar t C:1) 4n$ 0 s ign aturE,ori,y. 0) FS Page 7 of 7,Agreement No. 4600003312 •;4' Packet Pg. 522 — 16.A.16.a 1 6 A 2 0 EXHIBIT"A" STATEMENT OF WORK Z Collier County a> Lely Area Storrnwater Improvement Area(LASIP)Wingsouth Airpark Channels a> E Q A. INTRODUCTION /BACKGROUND} m E The South Florida Water Management District(DISTRICT)has allocated funding in Fiscal Year a 2016 for flood protection, water quality improvement, natural system restoration, and alternative Q water supply projects which meet objectives of the Big Cypress Basin Strategic Plan. Collier County (COUNTY) developed the Lely Area Stormwater Improvement Project (LASIP) to E increase flood protection and provide a comprehensive stormwater outfall system for an area of East Naples formerly known as Water Management District#6, which has experienced drainage- u) related problems as a result of continued development within the 11,135-acre basin. The LASIP 5 drainage area consists of two sub-basins known as Lely Main and Lely Manor which drain to the ca o Lely Main Canal and the Lely Manor Canal, respectively. A spreader lake with approximately 1500 feet of weir is the outfall for Lely Main Canal. Two spreader lakes, east and west, with approximately 800 and 1000 feet of weir, respectively, are the outfalls for Lely Manor Canal. v These spreader lakes,with control elevations between 2.0 and 3.0 feet NGVD, provide additional tL conveyance capacity for the system as well as improve the timing and distribution of freshwater w entering coastal estuaries.About 80 percent of the proposed LASIP facilities have been completed to date.The Wingsouth Airpark Channels phase is one of the few remaining phases of LASIP left Q to be constructed,and it will connect to previously completed phases within the Lely Manor basin. a' J U B. OBJECTIVES w The project objective is to increase the level of service for an existing stormwater conveyance N.- system. system. LASH' facilities have been designed for the 25-year,72-hour storm event. In addition,the N project aims to re-establish a historic flowway, enhance adjacent wetlands/sloughs, and improve c water quality. °' E a) C. SCOPE OF WORK a) L._ The COUNTY shall complete stormwater conveyance system improvements for Wingsouth ci Airpark Channels, which generally consist of the following: u_ En • 11,200 linear feet of natural swale y O 1,300 linear feet of 48-inch reinforced concrete pipe (RCP) o e 423 linear feet of 54-inch RCP lnl • 3 weir-type control structures at stations 110+00, 166+00,and 201+00 The COUNTY will be responsible for satisfactory completion of the scope of work and may retain consultants, contractors, and/or vendors to provide the professional and construction services E U .' w ....;t Agreement 4600003312,Exhibit"A",Page 1 of'2 0 Packet Pg. 523 16.A.16.a I6A2tJ required. The COUNTY will also be responsible for project management, budget management, quality control, and public outreach. D. WORK BREAKDOWN STRUCTURE The work breakdown structure is presented below. E Task I • Submit design plans,project specifications, bid amount documentation,and Notice to Proceed (NTP)to the DISTRICT Project Manager(s). a' Tasks —4 • Submit quarterly status reports(Exhibit"C") to the DISTRICT Project Manager(s) 2 which provide a narrative of construction activities completed to date, a discussion of ,t. project status, an explanation of conflicts or issues, if any,which may affect construction r progress or project performance,and a description of other pertinent information attached to the quarterly status reports such as project oversight/management documentation, results from applicable inspections or field tests,addendums or revisions to design plans or project specifications,and relevant project correspondence. • Complete SO%of stormwater conveyance system improvements per design plans, project specifications,and applicable permits, U • Submit a Reimbursement Request to the DISTRICT Project Manager(s)which includes supporting documentation such as consultant, contractor,and/or vendor invoices and proof of payment(s). C) Task 5 • Complete 1 DO%of stormwater conveyance system improvements per design plans, project specifications,and applicable permits. • Submit a Certification of Completion to the DISTRICI Project Manager(s). • Submit a Reimbursement Request to the DISTRICT Project Managers) which includes est supporting documentation such as consultant, contractor,and/or vendor invoices and proof of payrnent(s). iv 2 u_ cn ?tZ'1 U r.+ Agreement 4600003312,Exhibit"A".Page 2 of 2 sa Packet Pg. 524 16.A.16.a t6Au, EXHIBIT"B" DELIVERABLES AND PAYMENT SCHEDULE z Collier County Lely Area Stormwater Improvement Project(LASIP)Wingsouth Airpark Channels E a> E The schedule set forth below is from the last date of execution by parties to December 31,2016 c a) Deliverables submitted hereunder are subject to review and acceptance by the DISTRICT Project Manager(s). Acceptability of all work will be based on the judgment of the DISTRICT Project Manager(s)that the work is technically complete and accurate. a' The COUNTY shall submit a Reimbursement Request Package upon completion of each Task in accordance with the schedule set forth below and payment shall be made following receipt and N acceptance of the Reimbursement Request Package by the DISTRICT Project Manager(s). Reimbursement Request Packages shall adequately demonstrate completion of each Task in a, accordance with Exhibit "A" and shall include, but not be limited to, a copy of the COUNTY's invoice and other documentation supporting payment. .1 t4 The DISTRICT's payment is a reimbursement of actual expenditures and is therefore subject to a adequate documentation to support actual expenditures within the not-to-exceed AGREEMENT funding limitations specified below. In the event that actual expenditures are less than expected ? for a particular Task, the COUNTY may apply the unexpended balance towards another Task Q consistent with the funding limitation percentage specified below. The COUNTY should provide 03 prior written notice to the DISTRICT Project Manager(s)of its decision to apply the unexpended wbalance toward a subsequent Task. Actual expenditures less than the estimated project cost will result in a reduced final payment per the funding limitation percentage specified below. The COUNTY is responsible for any additional funds either through local revenues, grants, other appropriations,and/or other funding sources. `N' The total DISTRICT contribution for all work completed herein shall not exceed the amount of $937,500 or 36% of actual expenditures for the project,whichever is less. a, a u_ w:. I o cn f4 Agreement 4600003312,Exhibit"B",Page i of 2 Packet Pg. 525 • — 16.A.16.a 16A1' 6 A DISTRICT Estimated -- COUNTY Not-To- Project r- Task Deliverable(s) Due Date Share Exceed z (64%) Share Cost c (36%) (100%) a) a Design Plans,Project a) 1 Specifications, Bid Amount January 4,2016 N/A N/A N/A Q Documentation, and NTP c a, Exhibit "C" - uarterly E 2 Status Report March 4,2016 N/A N/A N/A a `a) 3 Exhibit "C" - Quarterly June 2,2016 N/A N/A NIA o Status Report Exhibit "C" - Quarterly u. Status Report co Complete 80%of o 4* stormwater conveyance August 31,2016 $1,314,800 $750,000 $2,064,800 a) system improvements per c design plans,project § specifications,and 1.5cc applicable permits. I I "' a, Complete 100%of r stormwater conveyance a, system improvements per I a design plans, project November 30, °) 5 specifications,and 2016 $328,700 $187,500 $516,200 5 applicable permits. w Certification of Completion ti I w Total 51,643,500 $937,500 152,581,000 c a, *Partial billing may be submitted by the COUNTY as long as adequate supporting documentation E provides evidence for the amount of work completed. a, a) B m 2 U- r 0 i a, E U f4 Q Agreement 4600003312,Exhibit"B",Page 2 of 2 �-1 ..fit Packet Pg. 526 16.A.16.a 16A20 6 A EXHIBIT"C" QUARTERLY STATUS REPORT Collier County Lely Area Stormwater Improvement Project(LASIP) Wingsouth Airpark Channels °' a) Date of Report: a) Name/Title of Person Completing Report: 1.) Narrative of construction activities completed to date: Q u_ Si yC 2.) Discussion of overall Project status: ca a) W 3.) Explanation of conflicts or issues,if any,which may affect construction progress or Project performance: cv a� E a) d CS) U- 4.) Description of other pertinent information attached to this Report: m f6 Agreement 4600003312,Exhibit"C",Page 1 of 1 S Packet Pg. 527 ( ( `-.= 16.A.16.b Re,�PSSR M4N� y\ SOUTH FLORIDA WATER MANAGEMENT DISTRICT r a' °S `' AMENDMENT 0 _ 4600003312-A01 AMENDMENT NO. 01 a TO AGREEMENT NO. 4600003312 a� d BETWEEN THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT LL. AND COLLIER COUNTY BOARD OF COUNTYCOMMISSIONERS U f6 LL This AMENDMENT NO. 01, is entered into on , to that AGREEMENT dated December 17, 2015, between "the Parties," the South Florida Water ' Management District (DISTRICT), and Collier County Board of County Commissioners Q (COUNTY). z WITNESSETH THAT: w r- N WHEREAS, the AGREEMENT may be amended with the prior written approval of the Parties; and WHEREAS, the Parties wish to amend the AGREEMENT in order to extend the period of performance, and revise the Payment and Deliverable Schedule of the AGREEMENT; NOW THEREFORE, the DISTRICT and the CITY, in consideration of the mutual benefits flowing from each to the other, do hereby agree as follows: a 1. The term of the AGREEMENT is hereby extended by eight(8)months and the expiration date, as amended, is August 30, 2017. This AMENDMENT NO. 01 shall be effective upon the date of execution by the Parties. 2. This AMENDMENT NO. 01 shall be at no additional cost to the DISTRICT. o 2 3. The Payment and Deliverable Schedule is also hereby revised in accordance with Exhibit"Bl", u_ attached hereto and made a part of this AMENDMENT NO. 01. d 4. All other terms and conditions of the AGREEMENT remain unchanged. Q Page 1 of 2.Amendment No.01 to Agreement No.4600003312 Packet Pg. 528 16.A.16.b �PtER M4/y4 . y SOUTH FLORIDA WATER MANAGEMENT DISTRICT :Ln 0 z E IN WITNESS WHEREOF, the Parties or their duly authorized representatives hereby execute this AMENDMENT NO. 01 on the date first written above. Q E SOUTH FLORIDA WATER MANAGEMENT DISTRICT 0 LL By: s Dorothy A. Bradshaw, Director o Administrative Services Division f4 LL SFWMD PROCUREMENT APPROVE BY: oC'r -----�--- Q zIt �► (i , DATE: I � 'ffflJ1 W COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS C) E By: Title: a� E a) d L w c 0 N a LL U) w N E t U t4 Page 2 of 2.Amendment No.01 to Agreement No.4600003312 Packet Pg. 529 16.A.16.b EXHIBIT"Bi" DELIVERABLES AND PAYMENT SCHEDULE 0 Collier County Lely Area Stormwater Improvement Project(LASIP) Wingsouth Airpark Channels The schedule set forth below is from the date of execution to July 31, 2017 C, E Deliverables submitted hereunder are subject to review and acceptance by the DISTRICT Project Manager(s). Acceptability of all work will be based on the judgment of the DISTRICT Project Manager(s) that the work is technically complete and accurate. The COUNTY shall submit a Reimbursement Request Package upon completion of each Task in N accordance with the schedule set forth below and payment shall be made following receipt and acceptance of the Reimbursement Request Package by the DISTRICT Project Manager(s). o Reimbursement Request Packages shall adequately demonstrate completion of each Task in accordance with Exhibit "A" and shall include, but not be limited to, a copy of the COUNTY's co invoice and other documentation supporting payment. U The DISTRICT's payment is a reimbursement of actual expenditures and is therefore subject to adequate documentation to support actual expenditures within the not-to-exceed AGREEMENT funding limitations specified below. In the event that actual expenditures are less than expected for a particular Task, the COUNTY may apply the unexpended balance towards another Task consistent with the funding limitation percentage specified below. The COUNTY should provide w prior written notice to the DISTRICT Project Manager(s) of its decision to apply the unexpended balance toward a subsequent Task. Actual expenditures less than the estimated project cost will N result in a reduced final payment per the funding limitation percentage specified below. The COUNTY is responsible for any additional funds either through local revenues, grants, other appropriations, and/or other funding sources. E The total DISTRICT contribution for all work completed herein shall not exceed the amount of $937.500 or 36% of actual expenditures for the project, whichever is less. iv E' 7 a) 2 cn 3 r:+ Agreement 4600003312,Exhibit"Bl",Page 1 of 3 Packet Pg. 530 16.A.16.b DISTRICT Not- Project Bid z o COUNTY Share To-Exceed Task Deliverable(s) Due Date (64%) Amount (100%) 5 Share (36%) E c a) Design Plans, E Q Project E Specifications, January 4, N/A N/A N/A E 1 Bid Amount 2016 a' C, L Documentation, Q and NTP o Exhibit "C" - 2 Quarterly March 4, 2016 N/A N/A N/A Cl) Status Report 5 Exhibit "C" - CA 3 Quarterly June 2, 2016 N/A N/A N/A 0) Status Report Exhibit "C" - 15cz Quarterly c, Status Report w L Complete portions of d stormwater z 4* conveyance August 31, $432,075 $207,089 $639,164 x system 2016 w improvements per designCsi plans, project specifications, 5 and applicable -Ea permits. Complete Q 100%of c stormwater E conveyance system Q improvements = 5 per design July 31, 2017 $1,331,893 $730,411 $2,062,304 5o plans, project toc specifications, and applicable 0 permits. Certification of Cl) Completion Total $1,763,969 $937,500 $2,701,469 0 f4 + QJ Agreement 4600003312,Exhibit"81",Page 2 of 3 Packet Pg. 531 1 6.A.1 6.b *Partial billing may be submitted by the COUNTY as long as adequate supporting documentation provides evidence for the amount of work completed. z a) a) E C) E Q) a) L a) c� C V/ 0 N Q) U co U- a) L Q) d U a W ti u) C) E U) E w C, a) L O co 0) 5 2 v! C a) E L R i.� Agreement 4600003312, Exhibit"Bl",Page 3 of 3 Packet Pg. 532 16.A.16.c Li d'A L ) \k‘ SOUTH FLORIDA WATER MANAGEMENT DISTRICT AMENDMENT 4600003312-A01 E ci) AMENDMENT NO. 01 E TO AGREEMENT NO. 4600003312 BETWEEN THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT AND a) COLLIER COUNTY BOARD OF COUNTYCOMMISSIONERS U ots This AMENDMENT NO. 01, is entered into on / . to that AGREEMENT dated December 17. 2015, between "the Parties," the South Florida Water Management District (DISTRICT), and Collier County Board of County Commissioners (COUNTY). c.) WITNESSETH THAT: •• N. It) N WHEREAS, the AGREEMENT may be amended with the prior written approval of the Parties: and N WHEREAS, the Parties wish to amend the AGREEMENT in order to extend the period of performance. and revise the Payment and Deliverable Schedule of the AGREEMENT: NOW THEREFORE. the DISTRICT and the CITY, in consideration of the mutual benefits flowing from each to the other. do hereby agree as follows: 1. The term of the AGREEMENT is hereby extended by eight (8)months and the expiration date, as amended, is August 30. 2017. This AMENDMENT NO. 01 shall be effective upon the date of execution by the Parties. Ea) 2. This AMENDMENT NO. 01 shall be at no additional cost to the DISTRICT. 3. The Payment and Deliverable Schedule is also hereby revised in accordance with Exhibit"Bl'', 2 attached hereto and made a part of this AMENDMENT NO. 01. cr) 4. All other terms and conditions of the AGREEMENT remain unchanged. ci) Pagc I o!"2. Anindrylcnt No 01 to,\groernent No 460D003:i12 Packet Pg. 533 I6.A.16.c SOUTH FLORIDA WATER MANAGEMENT DISTRICT °` AMENDMENT IN WITNESS WHEREOF, the Parties or their duly authorized representatives hereby execute this AMENDMENT NO. 01 on the date first written above. E a) SOUTH FLORIDA WATER MANAGEMENT DISTRICT a LL. By: _ = Dorothy A. Bradshaw, Director o Administrative Services Division a, U f0 LL. (I) L SFW MD PROCUREMENT APPROVED-) a) B yrDATE: ZAt ( m w COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS /� N 2-22 1 C N � �� = _ B`^: /r'' ; I6.A.16.c EXHIBIT"BI" DELIVERABLES AND PAYMENT SCHEDULE Z G) Collier County Lely Area Stormwater Improvement Project(LASIP) Wingsouth Airpark Channels E The schedule set forth below is from the date of execution to July 31, 2017 E Deliverables submitted hereunder are subject to review and acceptance by the DISTRICT Project Manager(s). Acceptability of all work will be based on the judgment of the DISTRICT Project Manager(s)that the work is technically complete and accurate. The COUNTY shall submit a Reimbursement Request Package upon completion of each Task in accordance with the schedule set forth below and payment shall be made following receipt and acceptance of the Reimbursement Request Package by the DISTRICT Project Manager(s). Reimbursement Request Packages shall adequately demonstrate completion of each Task in accordance with Exhibit"A" and shall include, but not be limited to, a copy of the COUNTY's invoice and other documentation supporting payment. The DISTRICT's payment is a reimbursement of actual expenditures and is therefore subject to adequate documentation to support actual expenditures within the not-to-exceed AGREEMENT funding limitations specified below. In the event that actual expenditures are less than expected for a particular Task, the COUNTY may apply the unexpended balance towards another Task consistent with the funding limitation percentage specified below.The COUNTY should provide W prior written notice to the DISTRICT Project Manager(s)of its decision to apply the unexpended balance toward a subsequent Task. Actual expenditures less than the estimated project cost will result in a reduced final payment per the funding limitation percentage specified below. The COUNTY is responsible for any additional funds either through local revenues, grants, other appropriations, and/or other funding sources. N The total DISTRICT contribution for all work completed herein shall not exceed the amount of $937.500 or 36%of actual expenditures for the project,whichever is less. L!. Agreement 4600003312,Exhibit"f31",Page 1 of 3 Packet Pg. 535 16.A.16.c 0 z COUNTY Share DISTRICT Not- Project Bid a Task Deliverable(s) Due Date (64%) To-Exceed Amount (100%) Share(36%) c a) E Design Plans, Q Project a 1 Specifications, January 4, N/A N/A N/A d Bid Amount 2016 0, Documentation, Q and NTP E Exhibit "C" - 2 Quarterly March 4, 2016 N/A N/A N/A u) Status Report Exhibit "C" - U) 3 Quarterly June 2, 2016 N/A N/A N/A = Status Report Exhibit "C" - co LL Quarterly Status Report w Complete ct portions of Q a) stormwater m 4* conveyance August 31, $432,075 $207,089 $639,164 x system 2016 Lb improvements h per design N plans, project up specifications, o and applicable N CNI permits. Complete o 100%of 0 stormwater I conveyance x w system i ;7p- improvements improvements It 5 per design July 31, 2017 $1,331,893 $730,411 $2,062,304 a plans, project E specifications, and applicable Q permits. o Certification of Completion I I u_ u) Total $1,763,969 j $937,500 I $2,701,469 a, E t Agreement 4600003312,Exhibit"B1",Page 2 of 3 Q Packet Pg. 536 16.A.16.c *Partial billing may be submitted by the COUNTY as long as adequate supporting documentation provides evidence for the amount of work completed. a) a) a) co u. c6 u_ i U U ti N N N U d C� C {♦.L� cC Agreement 4600003312,Exhibit"Bl",Page 3 of 3 `F Packet Pg. 537