Loading...
Backup Documents 12/11/2018 Item #16A21 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 6 �1 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO T1 �.» THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIPSt- ti t G Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office JAK 12/11/18 4. BCC Office Board of County R'S Commissioners \Z,�t`�� 5. Minutes and Records Clerk of Court's Office �^�{\1A, j } �(, ��'�t i I �g 9:47 PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Michele R.M sca,Growth Management Phone Number 252-2466 Contact/Department � <_ Agenda Date Item was 12/11/18 Agenda Item Number 16-A-21 Approved by the BCC Type of Document Agreement No.4600003936 and Number of Original One of each Attached 4600003935 SFWMD Documents Attached PO number or account n/a number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK JAK 2. Does the document need to be sent to another agency for additional signatures? If yes, JAK provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be JAK signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's JAK Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the JAK document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's JAK signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this JAK routing slip should be provided to the County Attorney Office at the time the item is input into MinuteTraq. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 12/11/18 and all changes made during JAK N/A is not the meeting have been incorporated in the attached document. The County - •ption for Attorney's Office has reviewed the changes,if applicable. ,phis e. 9. Initials of attorney verifying that the attached document is the version approved by the h • t, /A i of BCC,all changes directed by the BCC have been made,and the document is ready for +'e an opt on for Chairman's signature. ' this e. Lisa Koehler(289-4405)with SFWMD wants to pick up the Agreements TOD• 104-COA-01081/1344830/111:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05; Revised 11/30/12 1 6 A 21 MEMORANDUM Date: December 11, 2018 To: Michele R. Mosca, Principal Planner Capital Project Planning, Impact Fees, & Program Mgmt. Cc: Lisa Koehler, BDB Administrator South Florida Water Management From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Agreement #4600003935 "Cocohatchee & Palm River Conveyance Improvement" Between SFWMD & BCC of Collier County Attached are one (1) original of the document referenced above, (Item #16A21) approved by the Board of County Commissioners on Tuesday, December 11, 2018. Please return the fully executed original for the Board's Official Records. Once the original is returned our office will provide either a certified copy or an e-mailed copy of the original. If you have any questions, please feel free to contact me at 252-7240. Thank you Attachment 1 6 A 21 MEMORANDUM Date: December 11, 2018 To: Lisa Koehler, BDB Administrator South Florida Water Management Cc: Michele R. Mosca, Principal Planner Capital Project Planning, Impact Fees, & Program Mgmt. From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Agreement #4600003935 "Cocohatchee & Palm River Conveyance Improvement" Between SFWMD & BCC of Collier County Attached are one (1) original of the document referenced above, (Item #16A21) approved by the Board of County Commissioners on Tuesday, December 11, 2018. Please return the fully executed original for the Board's Official Records. Once the original is returned our office will provide either a certified copy or an e-mailed copy of the original. If you have any questions, please feel free to contact me at 252-7240. Thank you Attachment 16A21 PO NO. 950000 - QP PS`�N9 °� SOUTH FLORIDA WATER MANAGEMENT DISTRICT 1� C LOCAL GOVERNMENTAL AGREEMENT AGREEMENT NO. 4600003935 BETWEEN THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT AND BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA Ur 2 1 2_018 THIS AGREEMENT is entered into as of by and between the South Florida Water Management District(DISTRICT)and Board of County Commissioners of Collier County (COUNTY). 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 the Cocohatchee and Palm River Conveyance Improvements; and WHEREAS, the COUNTY warrants and represents that it has no obligation or 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 December 13, 2018 meeting, approved entering into this AGREEMENT with the COUNTY; 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: 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 Cocohatchee and Palm River Conveyance Improvements. 2. The period of performance of this AGREEMENT shall commence on the date of execution of this AGREEMENT and shall continue for a period of eighteen(18)months. Agreement No.4600003935,Page 1 of 7 1 6 A 21 3. The total DISTRICT contribution for all work completed herein shall not exceed the amount of$388,000 or 50%of eligible expenditures for the project as noted in Exhibit B, whichever is less. 4. The COUNTY shall submit Reimbursement Request Packages as described in the Payment and Deliverables Schedule set forth in Exhibit"B"attached hereto and made a part hereof. Payments by the DISTRICT shall be made following receipt and acceptance of the Reimbursement Request Packages by the DISTRICT's Project Manager. 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. 5. The DISTRICT's payment is a reimbursement of actual eligible expenditures and is therefore contingent on adequate documentation to support actual eligible expenditures within the not-to-exceed AGREEMENT funding limitation. The COUNTY should provide prior written notice to the DISTRICT's Project Manager of its decision to apply the unexpended balance toward a subsequent Task. Actual eligible expenditures less than the estimated project cost will result in a reduced final payment per the AGREEMENT funding limitation. The COUNTY is responsible for any additional funds either through local revenues, grants,other appropriations,and/or other funding sources. 6. The COUNTY shall provide evidence that its minimum cost-share of 50% has been met for each submitted invoice. Absence of proper supporting documentation may result in non-payment or audit and return of prior payments. In no event shall the DISTRICT be liable for any contribution hereunder in excess of$388,000. 7. 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 to Governing Board budgetary appropriation. In the event the DISTRICT does not 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. after the adoption of the final DISTRICT budget for each subsequent fiscal year if funding is not approved for this AGREEMENT. 8. The COUNTY shall submit quarterly financial reports to the DISTRICT providing a detailed accounting of all expenditures incurred hereunder throughout the term of this AGREEMENT. The COUNTY shall report and document the amount of funds expended per month during the quarterly reporting period and the AGREEMENT expenditures to date within the maximum not-to-exceed AGREEMENT funding limitation. 9. The COUNTY's contribution shall be at least 50% of the total amount of the project in conformity with the laws and regulations governing the COUNTY. 10. All work to be performed under this AGREEMENT is set forth in Exhibit"A",Statement 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. The work specified in Exhibit"A" shall be under the direction of the COUNTY but shall be open to periodic review and inspection by either party.No work set forth in Exhibit"A" Page 2 of 7,Agreement No.4600003935 16A21 shall be performed beyond May 31, 2020 unless authorized through execution of an amendment to this AGREEMENT to cover succeeding periods. 11. The COUNTY is hereby authorized to contract with third parties (subcontracts) for 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. The COUNTY agrees to be responsible for the fulfillment of all work elements included in any subcontract and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the COUNTY that the DISTRICT shall not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract(s). 12. 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, computer programs,including the source and object code,which are developed,created or 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 cost to the other party. 13. 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 COUNTY and the officers, employees, servants and agents thereof. The COUNTY represents that it is self-funded for Worker's Compensation and liability insurance, 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 COUNTY subcontracts any part or all of the work hereunder to any third party, the 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. 14. 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 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 Florida beyond the waiver provided in Section 768.28,Florida Statutes. 15. The parties to this AGREEMENT are independent entities and are not employees or 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 this provision shall be void. Page 3 of 7,Agreement No.4600003935 0 16A21 A. Maintenance of Records: The DISTRICT shall provide the necessary information to the ENTITY as set forth in Exhibit"C'. The ENTITY shall maintain all financial/non- financial records through: (1) Identification of the state or federal awarding agency, as applicable (2) Project identification information included in the Catalog of State Financial Assistance(CSFA)or the Catalog of Federal Financial Assistance(CFFA),as applicable (3) Audit and accountability requirements for state projects as stated in the Single Audit Act and applicable rules of the Executive Office of Governor, rules of the Chief Financial Officer and rules of the Auditor General and the State Projects Compliance Supplement (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 B. 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 ENTITY's financial and non-financial records to the extent necessary to monitor the ENTITY'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 onsite visits and limited scope audits. 22. All notices or other communication regarding this AGREEMENT shall be in writing and forwarded to the attention of the following individuals: South Florida Water Management District Collier County Attn: Brad Jackson,Principal Engineer Attn:Michele Mosca,Project Manager Attn: Sharman Rose,Contract Specialist Capital Project Planning,Impact Fees and Program 2660 Horseshoe Drive North,Suite 101 Management Naples,FL 34104 2685 South Horseshoe Drive,Suite 103 Telephone No.(239)263-7615 Naples,FL 34104 Email: brjackso@sfwmd.gov Telephone No.(252)252-2466 Email: shrose@sfwmd.gov Email:Michele.MoscaPcolliergov.net 23. COUNTY shall send its invoices and any attachments to APInvoice(4sfwmd.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: 1) 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(refer to Attachment 1 to Exhibit C),and 4)include the PO number and Invoice number in the subject line of the email. If email or pdf filing is not possible, the COUNTY must provide the above to the following address: Page 5 of 7,Agreement No.4600003935 C 16A21 South Florida Water Management District Accounts Payable P.O. Box 24682 West Palm Beach, FL 33416-4682 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 the applicable sections Chapter 218, Florida Statutes. COUNTY's failure to follow the instructions set forth in the AGREEMENT regarding a proper invoice and acceptable services and/or deliverables may result in an unavoidable delay in payment by the DISTRICT. 24. COUNTY recognizes that any representations, statements or negotiations made by DISTRICT staff do not suffice to legally bind DISTRICT in a contractual relationship unless 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. 25. This AGREEMENT may be executed in one or more counterparts,each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. A photocopy, electronic or facsimile copy of this AGREEMENT and any signatory hereon shall be considered for all purposes as original. 26. This AGREEMENT may be amended, extended or renewed only with the written approval of the parties. The DISTRICT shall be responsible for initiating any amendments to this AGREEMENT,if required. 27. This AGREEMENT, and any work performed hereunder, is subject to the Laws of the 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 remedies which the respective parties would otherwise have,under law or at equity. 28. Should any term or provision of this AGREEMENT be held, to any extent, invalid or unenforceable,as against any person,entity or circumstance during the term hereof,by force of any statute,law,or ruling of any forum of competent jurisdiction,such invalidity shall not affect any other term or provision of this AGREEMENT, to the extent that the AGREEMENT shall remain operable,enforceable and in full force and effect to the extent permitted by law. 29. Failures or waivers to insist on strict performance of any covenant,condition,or provision of this AGREEMENT by the parties shall not be deemed a waiver of any of its rights or remedies, nor shall it relieve the other party from performing any subsequent obligations strictly in accordance with the terms of this AGREEMENT. No waiver shall be effective 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 • not be deemed a waiver of any other provision. No waiver shall constitute a continuing waiver unless the writing states otherwise. 30. Any dispute arising under this AGREEMENT which cannot be readily resolved shall be submitted jointly to the signatories of this AGREEMENT with each party agreeing to seek Page 6 of 7,Agreement No.4600003935 16A21 in good faith to resolve the issue through negotiation or other forms of non-binding alternative dispute resolution mutually acceptable to the parties. A joint decision of the signatories, or their designees,shall be the disposition of such dispute. 31. This AGREEMENT states the entire understanding and agreement between the parties and supersedes any and all written or oral representations,statements,negotiations,or Agreements previously existing between the parties with respect to the subject matter of this AGREEMENT. 32. Any inconsistency in this AGREEMENT shall be resolved by giving precedence in the following order: (a) Terms and Conditions outlined in preceding paragraphs 1 —31 (b) Exhibit"A"Statement of Work (c) Exhibit"B"Payment and Deliverable Schedule (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. SOUTH FLORIDA WATER MANAGEMENT DISTRICT BY ITS GOVERNING BOARD Acc--/L 44er:a ‘,..45..1 7Cr By: Ernie Marks,Executive Director By: ('L Ca) Dor h A.Bradshaw,Director Adm.nis ative Services Division SFWMD OFFICE OF COUNSEL APPROVED By: Print Name:" 661.61- &•(:)..vied ATTEST: CLER w AL , Date: ;l�t?�f�,; CR ST. wA r v`�► SFWMD PROCUREMENT APPROV � ` 1 bu By: ... A est as to C�„;ia1�'ai`��1 b tY Date: signat'=re r n3;r. BOARD OF CO Y OMMISSI I ► RS OF COLLIER COUNTY,F ! ' II • i ]] _ By: .� Approve . 6 h and legality Name of Authorized Individual SMI UP; .,• Andy Solis Jeffrey A. K 't tw,County AttorneyTitle: Chairman Page 7 of 7,Agreement No.4600003935 0 16A21 EXHIBIT "A" STATEMENT OF WORK COCOHATCHEE AND PALM RIVER CONVEYANCE IMPROVEMENTS A. INTRODUCTIONBACKGROUND Silt has once again built up in the waterway at the confluence of the Cocohatchee and Palm Rivers. This site is located on the north side of Immokalee Road approximately 0.4 mile east of the Goodlette-Frank Road intersection. Dredging of this location was last completed in 2005. The work was a culmination of a joint effort between Collier County Stormwater Management and the South Florida Water Management District Big Cypress Basin. Big Cypress Basin staff and equipment completed the actual dredging and pumping of the material to an upland disposal site. Collier County Stormwater Management staff completed the survey, design, permitting, water quality monitoring, and disposal site management/restoration (leveling and sodding). The spoil material,approximately 500 cubic yards total,was allowed to remain on the private property(260 Sharwood Drive). B. OBJECTIVE The purpose of this agreement is to provide funding to Collier County to complete necessary maintenance dredging located at the confluence of the Cocohatchee and Palm Rivers improving conveyance capacity of the downstream receiving waterways. C. SCOPE OF WORK Collier County Stormwater Management Staff will initiate and manage the project. The South Florida Water Management District Big Cypress Basin will provide partnership funding. All consultant and construction work will be completed by private vendors procured by Collier County Staff. Work will begin with Collier County procuring a consultant to complete a survey, design the necessary dredge area,determine the silt removal quantity,design the spoil handling and disposal methodology,apply for and obtain all necessary permits,communicate/coordinate with all affected property owners,and produce and support all project bid documents. Work will proceed in accordance with Exhibit"B",the Deliverable and Payment Schedule. D. WORK BREAKDOWN STRUCTURE The work breakdown structure is presented below. Task 1 • Submit design plans,project specifications, and permits to the District Project Manager(s). Agreement 4600003935,Exhibit"A",Page 1 of 2 ioAal Task 2 • Submit a copy of the construction Notice to Proceed and Engineer Recommendation to Award Letter to the District Project Manager(s). Task 3 • Submit quarterly status reports(Exhibit"C")to the District Project Manager(s),which provide a narrative of construction activities completed to date,a discussion of project status,and explanation of conflicts or issues,if any,which may affect construction progress or project performance. Task 4 • Submit the Construction Completion Certification and Record Drawings to the District Project Manager(s). Agreement 4600003935,Exhibit"A",Page 2 of 2 toAal EXHIBIT"B" DELIVERABLES AND PAYMENT SCHEDULE COLLIER COUNTY COCOHATCHEE AND PALM RIVER CONVEYANCE IMPROVEMENTS All deliverables submitted herein 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 final invoice upon completion of the Tasks in accordance with the schedule set forth below and payment shall be made following receipt and acceptance of deliverables by the District Project Manager(s). As specified below,the District agrees to pay the County in accordance with established rates for the services specified in Attachment"A"(Statement of Work). DISTRICT Estimated County Not-To- Project Task Deliverable(s) Due Date Share Exceed (50%) Share Cost (50%) (100%) Design Plans,Permits, 1 and Project September 30,2019 N/A N/A N/A Specifications Engineer 2 Recommendation to January 31,2020 N/A N/A N/A Award Letter and NTP Every 3 Months 3 Quarterly Reports Following Construction N/A N/A N/A NTP Construction Completion 4 Certification and Record May 31,2020 $388,000 $388,000 Drawings Total $388,000 $388,000 $776,000 Agreement No.4600003935,Exhibit"B",Page 1 of 1 0 1 6 A 21 EXHIBIT"C" QUARTERLY STATUS REPORT Cocohatchee and Palm River Conveyance Improvements Capital Improvement Project—FY 2019 Date of Report: Name/Title of Person Completing Report: 1) Narrative of Construction activities completed to date: 2) Discussion of overall Project status: 3) Explanation of conflicts or issues, if any,which may affect construction progress or Project performance: 4) Description of other pertinent information attached to this Report: Agreement No.4600003935,Exhibit"C",Page 1 of 1 1 6 A 21 MEMORANDUM Date: December 11, 2018 To: Michele R. Mosca, Principal Planner Capital Project Planning, Impact Fees, & Program Mgmt. Cc: Lisa Koehler, BDB Administrator South Florida Water Management From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Agreement #4600003936 1-75 Canal/Cocohatchee Canal interconnect & Emergency Pump Facility" Between SFWMD & BCC of Collier County Attached are one (1) original of the document referenced above, (Item #16A21) approved by the Board of County Commissioners on Tuesday, December 11, 2018. Please return the fully executed original for the Board's Official Records. Once the original is returned our office will provide either a certified copy or an e-mailed copy of the original. If you have any questions, please feel free to contact me at 252-7240. Thank you Attachment 1 6 A 21 MEMORANDUM Date: December 11, 2018 To: Lisa Koehler, BDB Administrator South Florida Water Management Cc: Michele R. Mosca, Principal Planner Capital Project Planning, Impact Fees, & Program Mgmt. From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Agreement #4600003936 I-75 - Canal/Cocohatchee Canal interconnect & Emergency Pump Facility" Between SFWMD & BCC of Collier County Attached are one (1) original of the document referenced above, (Item #16A21) approved by the Board of County Commissioners on Tuesday, December 11, 2018. Please return the fully executed original for the Board's Official Records. Once the original is returned our office will provide either a certified copy or an e-mailed copy of the original. If you have any questions, please feel free to contact me at 252-7240. Thank you Attachment 16 A21 ORIGINAL PO NO. 950000-3A-24 ‘- -4' SOUTH FLORIDA WATER MANAGEMENT DISTRICT GOVERNMENTAL AGREEMENT AGREEMENT NO.4600003936 BETWEEN THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT AND BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLORIDA DEC2 1 2016 THIS AGREEMENT is entered into as of by and between the South Florida Water Management District(DISTRICT)and Board of County Commissioners of Collier County (COUNTY). 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 I-75 Canal/Cocohatchee Canal Interconnect and Emergency Pump Facility; and WHEREAS, the COUNTY warrants and represents that it has no obligation or 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 December 13, 2018 meeting, approved entering into this AGREEMENT with the COUNTY, 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: 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 I-75 Canal/Cocohatchee Canal Interconnect and Emergency Pump Facility. 2. The period of performance of this AGREEMENT shall commence on the date of execution of this AGREEMENT and shall continue for a period of seventeen(17)months. 1 6 A 21 3. The total DISTRICT contribution shall not exceed the amount of $500,000. The DISTRICT shall make payment upon completion and acceptance of the deliverables as 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 to support actual expenditures in accordance with Attachment 1 to Exhibit"B". Absence of proper documentation may result in non-payment or audit and return of prior payments. In no event shall the DISTRICT be liable for any contribution hereunder in excess of$500,000. 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 to Governing Board budgetary appropriation. In the event the DISTRICT does not 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 after the adoption of the final DISTRICT budget for each subsequent fiscal year if funding is not approved for this AGREEMENT. 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 AGREEMENT. The COUNTY shall report and document the amount of funds expended per month during the quarterly reporting period and the AGREEMENT expenditures to date within the maximum not-to-exceed AGREEMENT funding limitation. 6. The total DISTRICT contribution for all work completed herein shall not exceed the amount of$500,000. 7. All work to be performed under this AGREEMENT is set forth in Exhibit"A",Statement 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. The work specified in Exhibit"A"shall be under the direction of the COUNTY but shall be open to periodic review and inspection by either party.No work set forth in Exhibit"A" shall be performed beyond April 30, 2020 unless authorized through execution of an amendment to this AGREEMENT to cover succeeding periods. 8. The COUNTY is hereby authorized to contract with third parties (subcontracts) for 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. The COUNTY agrees to be responsible for the fulfillment of all work elements included in any subcontract and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the COUNTY that the DISTRICT shall not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract(s). 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, computer programs,including the source and object code,which are developed,created or otherwise originated hereunder by the other party,its subcontractor(s), assign(s), agent(s) Page 2 of 7,Agreement No.4600003936 11/08/2018 O�� 16A21 • 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 cost to the other party. 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 COUNTY and the officers, employees, servants and agents thereof, The COUNTY represents that it is self-funded for Worker's Compensation and liability insurance, 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 under this AGREEMENT. In the event that the COUNTY subcontracts any part or all of the work hereunder to any third party, the 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. 11. 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 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 Florida beyond the waiver provided in Section 768.28,Florida Statutes. 12. The parties to this AGREEMENT are independent entities and are not employees or 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 this provision shall be void. 13. The parties to this AGREEMENT will not discriminate against any person on legally protected basis in any activity under this AGREEMENT. 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 knowledge. 15. Either party may terminate this AGREEMENT at any time for convenience upon thirty (30) calendar days 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 termination date shall be returned to the DISTRICT within sixty(60)days of termination. 16. The COUNTY shall allow public access to all project documents and materials in accordance with the provisions of Chapter 119, Florida Statutes. Should the COUNTY assert any Page 3 of 7,Agreement No.4600003936 11/08/2018 0 1 6 A 21 • 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 upon the COUNTY. 17. The COUNTY shall maintain records and the DISTRICT shall have the inspection and audit rights below. The COUNTY shall similarly require each subcontractor to maintain and allow access to such records for audit purposes: 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, research or reports.Such records shall be maintained and made available for inspection for a period of five(5)years from the expiration date of this AGREEMENT. B. Examination of Records: The DISTRICT or designated agent shall have the right to examine in accordance with generally accepted governmental auditing standards all records directly or indirectly related to this AGREEMENT. Such examination may be made only within five(5)years from the expiration date of this AGREEMENT. C.Extended Availability of Records for Legal Disputes: In the event that the DISTRICT should become involved in a legal dispute with a third party arising from performance under this AGREEMENT, the COUNTY shall extend the period of maintenance for all records relating to the AGREEMENT until the final disposition of the legal dispute. All such records shall be made readily available to the DISTRICT. 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 above, maintain records and similarly require each subcontractor to maintain and allow access to such records in compliance with the requirements of the Florida State Single Audit Act and the Federal Single Audit Act,as follows: 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 financial/non-financial records through: (1) Identification of the state or federal awarding agency,as applicable (2) Project identification information included in the Catalog of State Financial Assistance(CSFA)or the Catalog of Federal Financial Assistance(CFFA),as applicable (3) Audit and accountability requirements for state projects as stated in the Single Audit Act and applicable rules of the Executive Office of Governor, rules of the Chief Financial Officer and rules of the Auditor General and the State Projects Compliance Supplement (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 B. 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 Page 4 of 7,Agreement No.4600003936 11/08/2018 1 621 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 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: South Florida Water Management District Collier County Attn: Brad Jackson,Principal Engineer Attn:Michele Mosca,Project Manager Attn: Sharman Rose,Contract Specialist Capital Project Planning,Impact Fees and Program 2660 Horseshoe Drive North,Suite 101 Management Naples,FL 34104 2685 South Horseshoe Drive,Suite 103 Telephone No.(239)263-7615 Naples,FL 34104 Email: brjackso@sfwmd.gov Telephone No.(252)252-2466 Email: shrose@sfwmd.gov Email:Michele.Mosca@colliergov.net 20. COUNTY shall send its invoices and any attachments to APInvoice(a�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 (P0) 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: 1) 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(refer to Attachment 1 to Exhibit C),and 4)include the PO number and Invoice number in the 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 P.O.Box 24682 West Palm Beach, FL 33416-4682 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, Florida Statutes. COUNTY's failure to follow the instructions set forth in the AGREEMENT regarding a proper invoice and acceptable services and/or deliverables may result in an unavoidable delay in payment by the DISTRICT. 21. COUNTY recognizes that any representations, statements or negotiations made by DISTRICT staff do not suffice to legally bind DISTRICT in a contractual relationship unless 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. 22. This AGREEMENT may be executed in one or more counterparts,each of which shall be deemed an original, but all of which together shall constitute one and the same Page 5 of 7,Agreement No.4600003936 11/08/2018 O�� 1 6 A 21 instrument. A photocopy, electronic or facsimile copy of this AGREEMENT and any signatory hereon shall be considered for all purposes as original. 23. This AGREEMENT may be amended, extended or renewed only with the written approval of the parties. The DISTRICT shall be responsible for initiating any amendments to this AGREEMENT,if required. 24. This AGREEMENT, and any work performed hereunder, is subject to the Laws of the 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 remedies which the respective parties would otherwise have,under law or at equity. 25. Should any term or provision of this AGREEMENT be held, to any extent, invalid or unenforceable,as against any person,entity or circumstance during the term hereof,by force of any statute,law,or ruling of any forum of competent jurisdiction,such invalidity shall not affect any other term or provision of this AGREEMENT, to the extent that the AGREEMENT shall remain operable,enforceable and in full force and effect to the extent permitted by law. 26. Failures or waivers to insist on strict performance of any covenant,condition,or provision of this AGREEMENT by the parties shall not be deemed a waiver of any of its rights or remedies, nor shall it relieve the other party from performing any subsequent obligations strictly in accordance with the terms of this AGREEMENT. No waiver shall be effective 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 not be deemed a waiver of any other provision. No waiver shall constitute a continuing waiver unless the writing states otherwise. 27. Any dispute arising under this AGREEMENT which cannot be readily resolved shall be submitted jointly to the signatories of this AGREEMENT with each party agreeing to seek in good faith to resolve the issue through negotiation or other forms of non-binding alternative dispute resolution mutually acceptable to the parties. A joint decision of the signatories,or their designees,shall be the disposition of such dispute. 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 previously existing between the parties with respect to the subject matter of this AGREEMENT. 29. Any inconsistency in this AGREEMENT shall be resolved by giving precedence in the following order: (a) Terms and Conditions outlined in preceding paragraphs 1 —28 (b) Exhibit"A"Statement of Work (c) Exhibit"B"Payment and Deliverable Schedule (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. Page 6 of 7,Agreement No.4600003936 11/08/2018 1 6 A 21 SOUTH FLORIDA WATER MANAGEMENT DISTRICT BY��IITS�GOVERNING BOARD �+ By: / v �to10,,J 4. s../ 7C, E nie Marks,Executive Director By: j/, ` i(// I i Dor thy :'. Bradshaw,Director Adminis f a,ive Services Division SFWMD OFFICE Or COUNSEL APPROVED AS'I'O,LEG FORM BY: L.t — _._ PRINT NAME: s b611-&- 4 r�:..iw{J DATE: /( i 7=/v SFWMD PROCUREMENT APPR(Q1f(ED BY: A. ,._ . \L.V \_`� DATE: i\,'1—RA\ BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY,FLO ATTEST: 7.00", 1ZY , . 1N EL; I,.'I1� By: -ir. toraff '� Andy Solis De 1 Title: Chairman Attest as to Crlaiti la,a's signature,oniy. , ;, Apprs e .. :d` ' rm and legality willr" Jeffrey A.1 latz'e w,County Attorney 1 , \ Page 7 of 7,Agreement No.4600003936 11/08/2018 C43 1 6 A 21 EXHIBIT "A" STATEMENT OF WORK I-75 Canal/Cocohatchee Canal Interconnect and Emergency Pump Facility Capital Improvement Project—FY 2019 A. INTRODUCTION/BACKGROUND The South Florida Water Management District(SFWMD)allocated funding in Fiscal Year 2019 to construct an interconnect, between the I-75 and Cocohatchee Canals, and a temporary emergency pump facility(refer to project location in Figure 1)to help relieve flooding in the I-75 sub-basin. The northern portions of the I-75 canal catchment area were identified as flood prone in the level of service study completed in 2018 for the SFWMD. These same areas were also inundated during Hurricane Irma in 2017. The proposed project will provide emergency capability to move floodwater from the northern portions of the I-75 drainage area(refer to Figure 2) to the Cocohatchee Canal when capacity becomes available in that canal under post storm conditions. B. OBJECTIVE The project's objective is to alleviate flooding in the I-75 sub-basin. The Agreement between the SFWMD and Collier County defines project management responsibilities and reflects the source of funding for Collier County to construct the stormwater infrastructure needed to provide emergency pumping capacity to the Cocohatchee Canal. C. SCOPE OF WORK The project consists of installing a concrete pad immediately east of the 1-75 Canal and south of Immokalee Road, for the deployment of a temporary emergency pump; installing a pump discharge line,by directional bore,under Immokalee Road and the Cocohatchee Canal(to receive canal flows from the south in the I-75 Canal, under emergency conditions); and, constructing a discharge structure on the north side of the Cocohatchee Canal to orient receiving flows downstream. D. WORK BREAKDOWN STRUCTURE The work breakdown structure is presented below. Task 1 • Submit design plans,project specifications,and permits to the District Project Manager(s). Task 2 • Submit a copy of the construction Notice to Proceed and Engineer Recommendation to Award Letter to the District Project Manager(s). Agreement No.4600003936,Exhibit"A",Page 1 of 3 1 6 A 21 Task 3 • Submit quarterly status reports(Exhibit"C")to the District Project Manager(s),which provide a narrative of construction activities completed to date,a discussion of project status,and explanation of conflicts or issues,if any,which may affect construction progress or project performance. Task 4 • Submit the Construction Completion Certification and Record Drawings to the District Project Manager(s). • Agreement No.4600003936,Exhibit"A",Page 2 of 3 16A21 FIGURE 1—Pro'ect Location Discharge,structured terminus;re-oriented f ' -. i it downstream to canal flow .1 , r' h y '' ��i1�lf Directional bore under Immokajee road V ' '' &Cocohatchee Canal(+/-27571 - ' Cocohatchee Canal 3 • Immokalee.Road 4" a =r `� ' , - --. a t t L ' ' .',..ii av Puma discharge line 30 —361diameter r 1 � t .. , I. 1.4, ifs +t ?15 ft segment,nominal design`‘ .f-6l :It 11., :i 'k? \ ' rapacity:50 cfs ' �� r 3,5 �t re 3 I I� a : r t 'r4I r '' , r_ Concrete Pad ono access for t uc .- ? Temporary Emergency Pump i t 11* ' 6 to "' ."1 �) m ` I y, placement r . 1'7.11%4 r --W,Arilykirl",rf,,,,,INI ‘...,, ',. ...' 11 41 eked ,1Cri: A ! r , 11-44,2"!•f''' 1.:a uv x r evee._ '�J'=s t '2: -�. t I , I`� FIGURE 2—1-75 Sub-basin Bounda Temporary Emergency pump -7 \ ', .11 installed to discharge north into I c, e I s ,, y Cocohatchee Canal(+/-50 cfs) '' 1 175W3 structure outflows rrr 7 about 50 cfs,this capacity can I oirit::' j now be recovered.This will ( 1111 subwatershed help downstream system I (175W1 connection)which Is _ '. __ i overcapacity in 25yr event. 4, I I i r,'cu I i :.r .a.:- ..,us Connection and •0,;, I , ' °E1 discharge Into the GG Main @175W1 Agreement No.4600003936,Exhibit"A",Page 3 of 3 16A21 EXHIBIT"B" PAYMENT AND DELIVERABLE SCHEDULE I-75 CanaUCocohatchee Canal Interconnect and Emergency Pump Facility Capital Improvement Project—FY 2019 Task Deliverable(s) Due Date Estimated Project Cost(100%) Design Plans,Permits,and 1 Project Specifications September 30,2019 N/A 2 Engineer N/A Recommendation to January 31,2020 Award Letter and NTP 3 Quarterly Reports Every 3 Months N/A Following Construction NTP Construction Completion Certification and Record April 2020 N/A 4 Drawings Total $500,000 • Payment from the District to the County shall be done in a one lump sum payment at the completion of construction and receipt of record drawings. The County shall submit to the District Project Manager quarterly status reports summarizing progress made to date, issues of concern potentially affecting project performance, and any other information pertinent to the project until completion and acceptance by the District. • All deliverables submitted hereunder are subject to review and acceptance by the District. • Acceptability of all work will be based on the judgment of the District that the work is technically complete and accurate. • Payment shall be made following receipt and acceptance by the District of project invoices in accordance with the schedule set forth above. • All invoices shall be accompanied by adequate documentation to demonstrate completion of each task outlined in this the Statement of Work(SOW). • Total payment by the District for all work completed herein shall not exceed the amount of $500,000. If the total consideration for this Agreement is subject to multi-year funding allocations, funding for each applicable fiscal year will be subject to Governing Board budgetary appropriation. In the event the District does not approve funding for any subsequent fiscal year, this Agreement shall terminate upon expenditure of the current funding, notwithstanding other provisions of this Agreement to the contrary. Agreement No,4600003936,Exhibit"B",Page 1 of 1 1 6 A 21 EXHIBIT"C" QUARTERLY STATUS REPORT I-75 CanallCocohatchee Canal Interconnect and Emergency Pump Facility Capital Improvement Project—FY 2019 Date of Report: Name/Title of Person Completing Report: 1) Narrative of Construction activities completed to date: 2) Discussion of overall Project status: 3) Explanation of conflicts or issues,if any,which may affect construction progress or Project performance: 4) Description of other pertinent information attached to this Report: Agreement No.4600003936,Exhibit"C",Page 1 of 1