HomeMy WebLinkAbout1099-Fl Boat Improve Grant AgrmFWC Contract No. 05198
FLORIDA BOATING IMPROVEMENT PROGRAM
GRANT AGREEMENT
THIS AGREEMENT is entered into by and between the FLORIDA FISH AND WILDLIFE
CONSERVATION COMMISSION, whose address is 620 South Meridian Street, Tallahassee, Florida
32399 -1600, hereafter "COMMISSION," and the CITY OF SANFORD whose address is P.O. Box 1788,
Sanford, Florida 32772, hereafter "GRANTEE" to conduct a two phase project entitled Municipal Marina -
North Shore Restoration, hereafter "Project," using funds from the Florida Boating Improvement
Program, hereafter "Program."
NOW THEREFORE, the COMMISSION and the GRANTEE, for the considerations hereafter set forth,
agree as follows:
SCOPE OF SERVICES
1. It is understood and agreed that this Agreement shall consist of two phases: Phase I — Project
Construction, and Phase II — Project Management. During Phase I the GRANTEE shall construct and
implement its project proposal, as described in Attachment A, Florida Boating Improvement Program
(FBIP) Grant Application No. 05 -026, attached hereto and made a part hereof. All Phase I activities
must be completed during the time span provided herein for that portion of the Agreement. During
Phase II the parties shall cooperate in the ongoing and continuous management of the Project under
the terms and conditions provided herein.
2. The GRANTEE shall commence work on Phase I of the Project within six (6) months of execution of
the Agreement. Failure by the GRANTEE to begin work shall constitute a breach of the Agreement
and result in termination of the Agreement by the COMMISSION.
3. The GRANTEE agrees not to proceed with Phase I construction until all necessary permits are
obtained and copies thereof provided to the COMMISSION.
4. All engineering must be completed by a professional engineer or architect registered in the State of
Florida. All work must meet or exceed minimum design standards and guidelines established by all
applicable local, state and federal laws.
5. It is the GRANTEE's responsibility to contract, manage and inspect all aspects of the Project,
including the construction contract, materials purchase, engineering, master plan or force account
labor performed at any Project site.
6. The GRANTEE, at its expense, shall purchase, erect and maintain a permanent sign, not less than
four (4) feet by eight (8) feet in size, displaying the COMMISSION's official logo for launching
projects, or shall attach a permanent plaque for marine projects, or use some other manner of
acknowledgement for non - construction projects, approved by the COMMISSION, identifying the
COMMISSION as a funding source for the Project. Such acknowledgement shall be maintained for a
period of 20 years or the duration of the Agreement. Failure by the GRANTEE to maintain such
acknowledgement shall be considered a breach of the Agreement.
7. The GRANTEE, at its expense, shall purchase, erect and maintain directional signs, approved by the
COMMISSION, on main public highways to direct public users to each boating facility funded through
the Program. The GRANTEE agrees to provide and maintain such signs at its expense for a period
of 20 years or the duration of the Agreement. Failure by the GRANTEE to erect and maintain such
signs shall be considered a breach of the Agreement.
Page 1 of 9
8. Upon completion of Phase I, the engineer, architect or other appropriate professional for the
GRANTEE shall sign a Certification of Completion form, provided by the COMMISSION, that certifies
Phase I of the Project was completed in accordance with the prepared plans and specifications.
9. The GRANTEE shall submit to the COMMISSION monthly activity reports outlining the progress of
Phase I of the Project, identifying any problems that may have arisen, and actions taken to correct
such problems. Such reports shall be submitted on the form provided by the COMMISSION and due
to the COMMISSION's Program Administrator by the 15 of each month until the Certification of
Completion is submitted.
10. During Phase I, the GRANTEE shall provide progress and final photographs of any construction
project documenting satisfactory progress and completion prior to requesting payment from the
COMMISSION. Final photographs shall be submitted with the Certification of Completion form.
11. For Phase II of this Agreement, which shall include the entire term of the Agreement, the GRANTEE
shall provide and be responsible for any and all costs associated with ordinary and routine operations
and maintenance of the Project, including any and all personnel, equipment or service and supplies
costs beyond the costs approved for reimbursement in Phase I of this Agreement.
12. The GRANTEE agrees that land owned by the GRANTEE that is developed with Program funds shall
be dedicated for a minimum of twenty (20) years as a site for the use and benefit of the public. The
dedication shall be recorded in public property records by the GRANTEE. Land under control other
than by ownership by the GRANTEE (i.e. lease, management agreement, cooperative agreement,
interlocal agreement or other similar instrument) and developed with Program funds shall be
managed by the GRANTEE for a minimum period of twenty (20) years from the completion date set
forth in the Project Certification of Completion. Title to all improvements shall be retained by the
GRANTEE upon final payment by the COMMISSION.
13. Should the GRANTEE, within the 20 -year period set forth above, convert all or any part of the Project
to other than COMMISSION approved uses, the GRANTEE shall replace the area, facilities, resource
or site at its own expense with a project acceptable to the COMMISSION of comparable scope and
quality. In the event the Project is converted to use for other purposes during this period and not
replaced with a like project acceptable to the COMMISSION, the GRANTEE agrees to return to the
COMMISSION all funds tendered for the original Project.
14. Any study or brochure produced by the GRANTEE shall be provided to the COMMISSION for
approval prior to final printing and submission for payment. Further, at least 21 days prior to printing
the COMMISSION shall review and approve all proposed publications that will be funded by this
Agreement to ensure that environmental and boating safety issues are effectively addressed. At its
discretion, the COMMISSION may elect to have its representative inspect printed material prior to its
release from the printing vendor. The GRANTEE agrees to inform the COMMISSION at the
completion of printing of any materials so that the COMMISSION may exercise this option.
15. The GRANTEE shall allow unencumbered access to the Project site to the COMMISSION, its
employees or agent for the duration of the Agreement for the purpose of site visit or inspection to
verify the facility is being maintained, in operation and is open and available to the public. As part of
the inspection, the COMMISSION may request maintenance and use information from the GRANTEE
to validate the condition of the facility.
16. The GRANTEE agrees to be responsible for the fulfillment of all work elements included in any
subcontract and agrees to be fully responsible for the payment of all monies due under any
subcontract. It is understood and agreed by the GRANTEE that the COMMISSION shall not be liable
to any sub - grantee (or subcontractor) for any expenses or liabilities incurred under the subcontract
and that the GRANTEE shall be solely liable to the subcontractor for all expenses and liabilities
incurred under the subcontract.
Page 2 of 9
17. The GRANTEE shall forward one copy of the bid package to the COMMISSION's Program
Administrator for review prior to soliciting for quotations or commencing any work. The
COMMISSION's Program Administrator shall have 30 working days for review. This review shall
ensure that minimum guidelines for the Project's scope of work are adhered to.
18. The GRANTEE shall comply with all applicable federal, state, and local rules and regulations in
providing services to the COMMISSION under this Agreement. The GRANTEE acknowledges that
this requirement includes compliance with all applicable federal, state and local health and safety
rules and regulations. The GRANTEE further agrees to include this provision in all subcontracts
issued as a result of this Agreement.
GRANTEE ELIGIBILITY
19. The GRANTEE shall be licensed as necessary to perform under this Agreement as may be required
by law, rule, or regulation, and shall provide evidence of such compliance to the COMMISSION upon
request.
20. By acceptance of this Agreement, the GRANTEE warrants that it has the capability in all respects to
fully perform the contract requirements and the integrity and reliability that will assure good -faith
performance as a responsible recipient, and that the GRANTEE shall comport with Chapter 287, F.S.,
and all other applicable rules and laws.
DUTIES OF THE COMMISSION
21. The COMMISSION shall, within budgetary constraints, inspect the Project site prior to and during the
construction of the Project. The GRANTEE shall notify the COMMISSION's Program Administrator
when the Project has reached substantial completion so that inspection may occur in a timeframe
allowing for the timely submission and processing of the final invoice. The COMMISSION's Program
Administrator, or designee, shall inspect the work accomplished on the Project and, if deemed
complete and in compliance with the terms of the Agreement, approve the request for payment.
TERM OF AGREEMENT
22. This Agreement shall begin upon execution by both parties and end June 30, 2027, inclusive.
However, the GRANTEE shall complete all Phase I project services on or before June 30, 2007.
The GRANTEE shall not be eligible for reimbursement for services rendered prior to the execution
date of this Agreement nor after the termination date of the Agreement.
23. The GRANTEE shall execute this Agreement within 90 days of formal COMMISSION approval.
Failure to execute this Agreement shall render the award of funds null and void, and shall result in
termination of this Agreement.
COMPENSATION
24. For satisfactory completion of Phase I of the project, Municipal Marina - North Shore Restoration
by the GRANTEE under the terms of this Agreement, the COMMISSION shall pay the GRANTEE on
a cost reimbursement basis in an amount not to exceed $ 128,713.50
25. As indicated in FBIP Grant Application #05 -026, the GRANTEE has agreed to provide 81.5% of the
estimated total project cost. If the actual cost of the project is less than the estimated total project
cost, compensation by the COMMISSION shall be 18.5% of the actual total project cost.
Page 3 of 9
PAYMENTS
26. The COMMISSION shall pay the GRANTEE for satisfactory service upon submission of a final
invoice, accompanied by required reports or deliverables, and after acceptance of services and
deliverables in writing by the Commission's Grant Manager. The invoice must be submitted within
30 days after completion of Phase I of the Project. The invoice shall include the FWC Contract
Number and the Grantee's Federal Employer Identification (FEID) Number and should be in a format
similar to Attachment F, sample invoice form. An original and two (2) copies of the invoice shall be
submitted. The COMMISSION shall not provide advance payment. All bills for amounts due under
this Agreement shall be submitted in detail sufficient for a proper pre -audit and post -audit thereof.
27. Program funds shall be disbursed to the GRANTEE only after pre- approved phase or final completion
of Phase I of the Project occurs and work is verified by COMMISSION staff. Payment will be made
only for documented and verified costs. The COMMISSION will not pre- approve or disburse any
Program funds in advance. Failure to complete the Project and make final payment request to
the COMMISSION within the stipulated period shall result in termination of this Agreement.
Any funds not disbursed or expended by the end of the stipulated period are subject to the
provisions of Chapter 216.301, Florida Statutes.
28. No travel expenses are authorized under the terms of this Agreement.
29. The GRANTEE shall be reimbursed on a cost reimbursement basis in accordance with Comptroller
Contract Payment Requirements as shown in the Department of Financial Services, Bureau of
Accounting and Auditing, Voucher Processing Handbook, Chapter 4., C., I., attached hereto and
made a part hereof as Attachment B.
30. The COMMISSION shall have 30 working days to inspect and approve goods and services.
31. Any Phase I Project deficiencies, as noted in the final Project inspection, shall be corrected by the
GRANTEE prior to final Project acceptance and payment by the COMMISSION. The COMMISSION
may restrict any or all payment of Program funds pending correction of such deficiencies.
32. For contracts whose term extends beyond the State fiscal year in which encumbered funds were
appropriated, the State of Florida's performance and obligation to pay is contingent upon an annual
appropriation by the Legislature.
33. In order to make best use of the agency's resources, the COMMISSION reserves the right to utilize
Federal funds for payments under this Agreement. In the event Federal funds become available for
such use, and subject to the mutual agreement of the parties hereto, the Agreement shall be
amended to include applicable Federal Requirements.
34. Invoices, including backup documentation, shall be submitted to:
Florida Fish and Wildlife Conservation Commission
Division of Law Enforcement
Boating and Waterways Section
Florida Boating Improvement Program
620 South Meridian Street
Tallahassee, FL 32399 -1600
Page 4 of 9
TERMINATION
35. This Agreement shall terminate immediately upon the COMMISSION giving written notice to the
GRANTEE in the event of fraud, willful misconduct, or breach of this Agreement.
36. Upon termination of this Agreement, the GRANTEE shall promptly render to the COMMISSION all
property belonging to the COMMISSION. For the purposes of this section, property belonging to the
COMMISSION shall include, but shall not be limited to, all books and records kept on behalf of the
COMMISSION.
TAXES
37. The GRANTEE recognizes that the State of Florida, by virtue of its sovereignty, is not required to
pay any taxes on the services or goods purchased under the terms of this Agreement.
NOTICE
38. Unless a notice of change of address is given, any and all notices shall be delivered to the parties at
the following addresses:
GRANTEE
City of Sanford
300 N. Park Avenue
Sanford, FL 32771
Phone: (407) 330 -5681
Fax: (407) 330 -5601
Attn: Tom George, Public Works Director
COMMISSION
Fish and Wildlife Conservation Commission
Division of Law Enforcement
Boating and Waterways Section
620 South Meridian Street
Tallahassee, FL 32399 -1600
Phone: (850) 487 -3755
Fax: (850) 488 -9284
Attn: Susanna Stephens, Program Administrator
AMENDMENT OR MODIFICATION
39. No waiver or modification of this Agreement or of any covenant, condition, or limitation herein
contained shall be valid unless in writing and lawfully executed by the parties.
40. The COMMISSION may at any time, by written order designated to be a Modification, make any
change in the work within the general scope of this Agreement (e.g., specifications, schedules,
method or manner of performance, requirements, etc.). However, all Modifications are subject to
the mutual agreement of both parties as evidenced in writing. Any Modification that causes an
increase or decrease in the GRANTEE's cost or the term of the Agreement shall require a formal
amendment.
RELATIONSHIP OF THE PARTIES
41. The GRANTEE shall perform as an independent agent and not as an agent, representative, or
employee of the COMMISSION.
42. The GRANTEE covenants that it presently has no interest and shall not acquire any interest that
would conflict in any manner or degree with the performance of services required.
43. The parties agree that there is no conflict of interest or any other prohibited relationship between the
GRANTEE and the COMMISSION.
Page 5 of 9
INSURANCE REQUIREMENTS
44. To the extent required by law, the GRANTEE will either be self- insured for Worker's Compensation
claims, or will secure and maintain during the life of this Agreement, Workers' Compensation
Insurance for all of its employees connected with the work of this project. If any work is
subcontracted, the GRANTEE shall require the subcontractor similarly to provide Workers'
Compensation Insurance for all of the latter's employees unless such employees are covered by the
protection afforded by the GRANTEE. Such self- insurance program or insurance coverage shall
comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in
hazardous work under this Agreement is not protected under Workers' Compensation statutes, the
GRANTEE shall provide, and cause each subcontractor to provide, adequate insurance satisfactory
to the COMMISSION, for the protection of his employees not otherwise protected.
45. Employers who have employees who are engaged in work in Florida must use Florida rates, rules,
and classifications for those employees. In the construction industry, only corporate officers of a
corporation or any group of affiliated corporations may elect to be exempt from workers'
compensation coverage requirements. Such exemptions are limited to a maximum of three per
corporation and each exemption holder must own at least 10% of the corporation. Independent
contractors, sole proprietors and partners in the construction industry cannot elect to be exempt and
must maintain workers' compensation insurance.
46. The GRANTEE warrants and represents that it is self- funded for liability insurance, appropriate and
allowable under Florida law, and that such self- insurance offers protection applicable to the
GRANTEE's officers, employees, servants and agents while acting within the scope of their
employment with the GRANTEE.
CANCELLATION UNDER CHAPTER 119 FLORIDA STATUTES
47. This Agreement may be unilaterally canceled by the COMMISSION for refusal by the GRANTEE to
allow public access to all documents, papers, letters, or other material subject to the provisions of
Chapter 119, Florida Statutes, and made or received by the GRANTEE in conjunction with this
Agreement.
RECORD KEEPING REQUIREMENTS
48. The GRANTEE shall maintain accurate books, records, documents and other evidence that
sufficiently and properly reflect all direct and indirect costs of any nature expended in the
performance of this Agreement, in accordance with generally accepted accounting principals. The
GRANTEE shall allow the COMMISSION, the State, or other authorized representatives, access to
periodically inspect, review or audit such documents as books, vouchers, records, reports, canceled
checks and any and all similar material. Such audit may include examination and review of the
source and application of all funds whether from the state, local or federal government, private
sources or otherwise. These records shall be maintained for five (5) years following the close of this
Agreement. In the event any work is subcontracted, the GRANTEE shall require each subcontractor
to similarly maintain and allow access to such records for audit purposes.
LIABILITY
49. Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its
employees and agents. However, nothing contained herein shall constitute a waiver by either party of
its sovereign immunity or the provisions of Section 768.28, Florida Statutes.
NON - DISCRIMINATION
50. No person, on the grounds of race, creed, color, national origin, age, sex, or disability, shall be
Page 6 of 9
excluded from participation in, be denied the proceeds or benefits of, or be otherwise subjected to
discrimination in performance of this Agreement.
PROHIBITION OF DISCRIMINATORY VENDORS
51. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on
the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any
goods or services to a public entity; may not submit a bid, proposal or reply on a contract with a
public entity for the construction or repair of a public building or public work; may not submit bids,
proposals, or replies on leases of real property to a public entity; may not be awarded or perform
work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity;
and may not transact business with any public entity.
NON - ASSIGNMENT
52. This Agreement is an exclusive contract for services and may not be assigned in whole or in part
without the written approval of the COMMISSION.
PERFORMANCE AND REMEDIES
53. The GRANTEE shall perform the services in a proper and satisfactory manner as determined by the
COMMISSION.
54. It is understood by the parties that remedies for damages or any other remedies provided for herein
shall be construed to be cumulative and not exclusive of any other remedy otherwise available under
law.
SEVERABILITY AND CHOICE OF VENUE
55. This Agreement has been delivered in the State of Florida and shall be construed in accordance with
the laws of Florida. Wherever possible, each provision of this Agreement shall be interpreted in such
manner as to be effective and valid under applicable law, but if any provision of this Agreement shall
be prohibited or invalid under applicable law, such provision shall be ineffective to the extent of such
prohibition or invalidity, without invalidating the remainder of such provision or the remaining
provisions of this Agreement. Any action in connection herewith, in law or equity, shall be brought in
Leon County, Florida.
NO THIRD PARTY RIGHTS
56. The parties hereto do not intend nor shall this Agreement be construed to grant any rights, privileges
or interest to any third party.
JURY TRIAL WAIVER
57. As consideration of this Agreement, the parties hereby waive trial by jury in any action or proceeding
brought by any party against any other party pertaining to any matter whatsoever arising out of or in
any way connected with this Agreement.
PROPERTY /EQUIPMENT
58. The GRANTEE is not authorized to use funds provided herein for the purchase of any
non - expendable equipment or personal property valued at $1,000 or more for performance under this
Agreement.
Page 7 of 9
FEDERAL /FLORIDA SINGLE AUDIT ACTS REQUIREMENTS
59. In accordance with section 215.97, Florida Statutes, the Florida Single Audit Act requires all non -
State organizations that are recipients of State financial assistance to comply with the audit
requirements of the Act. In addition, recipients and subrecipients of federal financial assistance must
comply with the Federal Single Audit Act requirements of OMB Circular A -133. Therefore, the
GRANTEE shall be required to comply with the audit requirements outlined in Attachment C, titled
Requirements of the Federal and Florida Single Audit Acts, attached hereto and made a part of the
Agreement, as applicable.
60. In accordance with section 216.347, Florida Statutes, the GRANTEE is hereby prohibited from using
funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or a
state agency.
RIGHTS IN PROPERTY COPYRIGHTS AND INVENTIONS
61. All items, materials or products, of any description, produced or developed by the GRANTEE on
behalf of the COMMISSION in connection with this Agreement shall be the exclusive property of the
COMMISSION and may be copyrighted, patented, or otherwise restricted by the COMMISSION as
provided by Florida law. Neither the GRANTEE nor any of its subcontractors shall have any
proprietary interest in the products and materials developed under this Agreement.
62. The COMMISSION reserves the right to determine the disposition of title and rights to any inventions
and /or processes that may result from any experimental or developmental research performed under
this Agreement. If Federal funding is involved in support of this Agreement, the Federal Government
may reserve ultimate jurisdiction over title and right privileges.
63. Regardless of title or ownership of the products and materials developed under this Agreement, the
COMMISSION and the State of Florida shall reserve a royalty -free, nonexclusive, irrevocable right to
reproduce, publish, or otherwise use said work for governmental purposes. If Federal funding is
involved in support of this Agreement, the Federal Government shall also reserve a royalty -free,
nonexclusive, irrevocable right to reproduce, publish, or otherwise use said work for governmental
purposes.
ENTIRE AGREEMENT
64. This Agreement with all incorporated attachments and exhibits represents the entire agreement of the
parties. Any alterations, variations, changes, modifications or waivers of provisions of this Agreement
shall only be valid when they have been reduced to writing, and duly signed by each of the parties
hereto, unless otherwise provided herein.
(Remainder of page intentionally left blank.)
Page 8of9
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed through
their duly authorized signatories on the day and year last written below.
CITY OF SANFORD
FLORIDA FISH AND WILDLIFE
CONSERVATION COMMISSION
City Manager'
r. Kenneth D. Haddad, Executive Director
04. D4 - utXc
Date
Robert P Yehl
Name (Print)
City of Sanford
Grantee Name
P O Box 1788/300 N Park Ave
Address
Sanford, FL 32772
City, State, and Zip Code
59- 3012347
Federal Employer Identification Number (FEID)
Approved to form and legality:
/b'
Date
List of attachments /exhibits included as part of this Agreement:
Attachment A:
FBIP Application # 05 -026 and Project Proposal
Attachment B:
Comptroller Cost Reimbursement Requirements
Attachment C:
Federal /Florida Single Audit Act Requirements
Exhibit 1:
Funds awarded pursuant to agreement
Attachment D:
Certification of Completion form
Attachment E:
Monthly progress report form
Attachment F:
Sample invoice form
`If someone other than the Chairman signs the Agreement, a resolution, statement or other document
authorizing the person to sign the Agreement on behalf of the local governing body must accompany the
Agreement.
Page 9 of 9
FWC Contract No. 05198
ATTACHMENT A
Florida Boating Improvement Program
Grant Application # 05 - 026
Project Proposal
FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION
FLORIDA BOATING IMPROVEMENT PROGRAM
GRANT APPLICATION
St ISM 9ryJ
O� ° n
I — INFORMATION
a. County /Municipality Name:
e. Project Manager Name:
Seminole /City of Sanford
Tom George
b. Federal Employer Id. No.:
Project Manager Title:
59- 3012 -347
Public Works Director
c. Applicant Name:
f. Mailing Address:
Sherman Yehl
PO Box 1788
Applicant Title:
City Manager
City: Zip Code:
Sanford 32772 -1788
d. Applicant Address:
PO Box ]788
e. Telephone No.: Fax No.: Suncom No.:
City: Zip Code:
407- 330 -5681 407 - 330 -560]
Sanford 32 772 -1 7 88
E -mail:
georgetr,cisanford.fl . us
Il — PROJECT SUMMARY
F b. roject Title: Municipal Marina
ype of Application: ® New (never considered before)
❑ Reconsideration ❑ Phased Continuation —Phase No.:
TIER -I
_
TIER -II
c. Type of Project: ❑ I- Recreational Channel Marking
® II- Public
El I- Boat Ramps
Launching Facilities
❑ III Aquatic
❑ II- Piers and Docks
- Plant Control
® 1V- Other
❑ 111- Boater Education
Local Boating Related Activities
❑ IV- Economic Development Initiatives
d. Project Cost: Total Cost: $ 809961.00 Amount Requested: $ 150,000.00
e. Project Summary:
The City of Sanford has completed plans for the renovation of it's marina located adjacent to the downtown
area. The marina, which is open to the public, has been incorporated into the recently completed riverwalk
project bordering Lake Monroe. The largest marina in the area, the site is in need of renovation and
expansion. The project consists of expansion of the boat ramps, site remediation and construction of
additional support facilities such as picnic facilities, restrooms and parking.
The project with an estimated cost of over $800,000 has received tremendous support from not only the area's
local boaters but also from local and state agencies, which have agreed to contribute money. The City has
been awarded $200,000 from the Department of Environmental Protection and an additional $100,000 from
the City's Community Redevelopment Agency.
The project has been planned, a cost estimate has been developed and the necessary permits for construction
have been obtained. The Municipal Marina project is ready to begin as soon as the necessary funds are
obtained.
F WC/DLE -252 (02105)
Fill in all sections that apply — Leave all other sections blank
III - PROJECT NEED
a. List Primary Need for Project:
❑ Safety ® High Demand by Users
® Age -end of Useful Life ❑ Recommended by FWC Staff
❑ Environmental Needs of the Area ❑ Lack of In -house Capability
❑ Other:
b. Need Statement:
In the 2002 Downtown Master Plan the Marina facilities, specifically the boat launching and trailer parking facilities were
identified as being inadequate to meet the current and future demands of the area. Sanford and all of Seminole County are
experiencing tremendous growth. With an increase in population comes an increase in boaters. The improvement and
expansion of the marina facilities are necessary to meet this growing demand. A safe, prosperous and attractive marina is
an important element in the City's revitalization efforts. Portions of the master plan demonstrating the projects importance
to the City have been included within the application.
C. Known Public Support: (Name)
® Adjacent Land Owners:
® Users Groups:
❑ Neighborhood Assoc.:
® Local /State /Federal Government:
❑ Legislature:
❑ Other:
d. Known Public Opposition: (Name)
❑ Adjacent Land Owners:
❑ Users Groups:
❑ Neighborhood Assoc.:
❑ Local /State /Federal Government:
❑ Legislature:
❑ Other:
FWC /DLE 252 (02/05)
FwCYDLE -252 (02/05) 4
IV — BUDGET
a. Has a detailed cost estimate been developed for this project? If yes, attach a copy to application.
❑ Yes, Preliminary ® Yes, Final ❑ N
b. PROJECT COST - SOFT (NON CASH) FUNDS
Cost Item Applicant Other Do Not Use This
(List in Section V) Column
TOTAL
Administration $ $ $
In -Kind Engineering/Construction Management $ 25.000.00 $ $
25,000.00
In -Kind Labor g $ $
In -Kind Materials $ $ $
In -Kind Equipment g $ $
Total Soft Funds $ 25,000.00
c. PROJECT COST - HARD (CASH) FUNDS
Cost Item Applicant Other pglP Grant
(List in Section V)
TOTAL
Planning /Engineering $ $ $ $
Implementing/ Construction $ 634.961.00 $ $ 150.000.00 $
784.961.00
Other: $ $ $ $
Total Hard Funds $ 634,961.00 $ $ 150,000.00 $
784,961.00
d. TOTAL FUNDS $ 659,961.00 $ $ 150,000.00 $
HER SOURCE OF FUNDS (STATUS)
809,961.00
ff -deral ® State /Local ❑ Loan Agency: FDEP
Name: Florida Recreational Development Assistant Program Amount $ ?00.000.00
ppval Status: ❑ Approved ❑ Pending ❑ Intend to Apply, Date:
a. ❑ Federal ® State /Local ❑ Loan Agency: Sanford Community Redevelopment Agency
b. Grant Name: Appropriation Amount $ 100.000.00
c. Approval Status: ® Approved ❑ Pending ❑ Intend to Apply, Date:
a. ❑ Federal ❑ State/Local ❑ Loan Agency:
b. Grant Name: Amount $
c. Approval Status: ❑ Approved ❑ Pending ❑ Intend to Apply, Date:
FwCYDLE -252 (02/05) 4
VI - PERMITS
Submitted I Approved I N/A
L a. Florida Department of Environmental Protection
®
®
D
b. Florida Fish and Wildlife Conservation Commission
❑
C. U.S. Army Corps of Engineers
®
®
❑
d. Local and Others (If needed)
❑
❑
The proposed project will improve the safety of boaters utilizing the site. The increase in boat launching facilities and
parking will reduce ramp traffic and overcrowding. The addition of the support facilities will increase the opportunity for
visitors to utilize the marina as a destination to visit Historic Sanford or simply provide a safe resting space for transient
boaters.
The project has been designed and will be completed incorporating all recognized safety standards. The City will select
an experienced contractor to complete the project and will be responsible for ensuring that all building codes and safety
requirements are met.
FWC /DLE -252 (02105)
VIII — BOATER SAFETY
a Explain how the project may affect boater safety whether posrtrvely or negatively.
IX — APPLICATION ATTACHMENTS CHECKLIST
Inc.
N/A
®
❑
I a. Cover Letter: application transmittal cover letter (Identify priority rank with multiple applications).
®
17
1 b. Project Proposal: a detailed description of project as outlined in the application instructions.
®
❑
c. Resolution: An adopted resolution, by the Governing Body, authorizing that the Project Manager has the
authority to apply for and administer the grant on behalf of the applicant. If the Applicant is applying on
behalf of another public entity, then a Memorandum of Understanding between the Applicant and the
p ublic entity must also be submitted.
®
❑
d. Boundary Map: indicate boundary of the project area.
®
❑
e. Site Control Documentation: (e.g. a deed, lease, results of title search, etc. for the project site.)
®
❑
f Existing Condition Photographs (sufficient to depict the physical characteristics of the project area)
Z
❑
g. Aerial Photographs (marked with the approximate boundaries of the project site)
®
❑
h. Navigational Chart: An 8.5" x 11" photocopy of a current NOAA North American Datum 83 nautical
chart rovide the NOAA chart name and number) indicating the precise location of the project site.
®
❑
i. Permits: Photocopies of necessary project permit(s) or permit application(s). If exempt, provide
notification of exemption from permitting agency.
®
❑
j. Detailed Cost Estimate: Cost estimate in the form of a formal bid, written quote from proposed vendor
or an en meer's cost estimate.
®
❑
k. Plans: preliminary design/engineering plans (if completed).
Z
❑
1. Appendix A: (For projects involving boat ramps, piers and docks, and public launching facilities only)
gZ
❑
m. One (1) original application.
❑
n. Seven (7) photocopies of the application and an electronic copy on CD or floppy disk.
APPLICANT SIGNATURE
Application is hereby made for the activities described herein. I certify that I am familiar with the information contained
in the application, and, to the best of my knowledge and belief, this information is true, complete, and accurate. I further
certify that I possess the authority including the necessary requisite property interests to undertake the proposed activities.
I also certify that the Applicant's governing body is aware of and has authorized the Project Manager as the official
representative of the Applicant to act in connection with this application and subsequent project as well as to provide
additional information as may be required. By signature below, the Applicant agrees to comply with all applicable
federal, state, and local laws in conjunction with this proposal and resulting project so approved.
Print/Type Name
Applicant Signatu
C. S
Title `
11.zt.o�
Date
STATE OF FLORIDA, COUNTY OF ( VULUSO )
Personally appeared before me this l S day of 200 S f o6 who
subscribed and swore to the above in en in my presence.
DEBRA C. SIMMONS
Notary Public. State m Florida
Notary Public Nam U �� My commission 4:ie
: my down, expires dw 25.2008
Ashton ABaoCy, Inc.
NOTE: Instruction and further information regarding this application and the Florida Boating Improvement ogram can be found in
the Florida Boating Improvement Program Procedure Guide or you may contact the Program Administrator, Florida Fish and Wildlife
Conservation Commission, 620 South Meridian Street, FL 32399 -1600. Telephone (850) 487 -3755.
Project Proposal for The North Shore Marina
Monroe Harbor Marina located on Lake Monroe is part of the St. Johns River Waterway.
Adjacent to the Marina is Historic Downtown Sanford with its shops and historic
buildings and the recently completed Sanford RiverWalk, a 1.2 mile palm -lined
promenade, meanders along the lakeshore on both sides of the marina. With 159 dry
storage spaces and 190 wet slips Monroe Harbor Marina is the largest boating facility in
Seminole County. The site also offers transient dockage on a daily, weekly or monthly
basis. As a full service marina fueling, restrooms, lodging, picnic facilities and marine
repair are available on site.
The first part of the project will be the removal and clearing of the project area.
Preparation of the site will include debris removal, demolition of the damaged sea wall,
site grading, backfill and compaction. After the North Shore has been stabilized the final
phase of the project will be the replacement of landscaping, reconstruction of access ways
and the replacement of a boat ramp. In addition public support facilities such as picnic
facilities will be replaced.
The Monroe Harbor project will be completed according to the following schedule:
Project construction will be completed by outside contractors.
Task
Date
Design and Engineering Completed
Permitting
Completed
Construction Begins July 2006
Project Complete October 2006
ATTACHMENT B
Comptroller Contract Payment Requirements
Department of Financial Services, Bureau of Accounting and Auditing
Voucher Processing Handbook (10/07/97)
Cost Reimbursement Contracts
Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category
(salary, travel, expenses, etc.) Supporting documentation must be provided for each amount for which
reimbursement is being claimed indicating that the item has been paid. Check numbers may be provided in lieu
of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only
expenditures for categories in the approved contract budget should be reimbursed.
Listed below are examples of types of documentation representing the minimum requirements
(1) Salaries: A payroll register or similar documentation should be submitted. The payroll register
should show gross salary charges, fringe benefits, other deductions and net pay. If an
individual for whom reimbursement is being claimed is paid by the hour, a document
reflecting the hours worked times the rate of pay will be acceptable.
(2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of
the employee (e.g., insurance premiums paid). If the contract specifically states that
fringe benefits will be based on a specified percentage rather than the Actual cost of
fringe benefits, then the calculation for the fringe benefits amount must be shown.
Exception: Governmental entities are not required to provide check numbers or
copies of checks for fringe benefits.
(3) Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida
Statutes, which includes submission of the claim on the approved State travel voucher
or electronic means.
(4) Other direct costs: Reimbursement will be made based on paid invoices /receipts. If nonexpendable
property is purchased using State funds, the contract should include a provision for the
transfer of the property to the State when services are terminated. Documentation must
be provided to show compliance with Department of Management Services Rule 60A-
1.017, Florida Administrative Code, regarding the requirements for contracts which
include services and that provide for the contractor to purchase tangible personal
property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the
State.
(5) In -house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be
reimbursed on a usage log which shows the units times the rate being charged. The
rates must be reasonable.
(6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then
the calculation should be shown.
Page 1 of 1
ATTACHMENT C
REQUIREMENTS OF THE FLORIDA AND FEDERAL SINGLE AUDIT ACTS
The administration of resources awarded by the Florida Fish and Wildlife Conservation Conunission (Commission)
to the Contractor /Grantee (recipient) may be subject to audits and/or monitoring by the Commission as described in
this section.
MONITORING
In addition to reviews of audits conducted in accordance with OMB Circular A -133 and Section 215.97, F.S., as
revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on -site visits by
Commission staff, limited scope audits as defined by OMB Circular A -133, as revised, and/or other procedures. By
entering into this agreement, the recipient agrees to comply and cooperate with any monitoring procedures /processes
deemed appropriate by the Commission. In the event the Commission deterrrunes that a limited scope audit of the
recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Commission
staff to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any
inspections, reviews, investigations, or audits deemed necessary by the Comptroller or Auditor General.
AUDITS
PART I: FEDERALLY FUNDED
This pan is applicable if the recipient is a State or local government or a non -profit organization as defined in OMB
Circular A -133, as revised.
In the event that the recipient expends $500,000 or more in Federal awards in its fiscal year, the recipient must have
a. single or program - specific audit conducted in accordance with the provisions of OMB Circular A -133, as revised.
EXHIBIT 1 to this agreement indicates Federal resources awarded through the Comm ssion by this agreement. In
determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards,
including Federal resources received from the Commission. The determination of amounts of Federal awards
expended should be in accordance with the guidelines established by OMB Circular A -133, as revised. An audit of
the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A -133, as
revised, will meet the requirements of this part.
In connection with the audit requirements addressed in Part I, paragraph 1., the recipient shall fulfill the
requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A -133, as revised.
If the recipient expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance
with the provisions of OMB Circular A -133, as revised, is not required. In the event that the recipient expends less
than $500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the
provisions of OMB Circular A -133, as revised, the cost of the audit must be paid from non - Federal resources (i.e.,
the cost of such an audit must be paid from recipient resources obtained from other than Federal entities).
PART II: STATE FUNDED
This pan is applicable if the recipient is a non -state entity as defined by Section 215.97(2)(1), Florida Statutes.
In the event that the recipient expends a total amount of state financial assistance equal to or in excess of 5500,000
in any fiscal year of such recipient, the recipient must have a State single or project - specific audit for such fiscal
year in accordance with Section 215.97, Florida Statutes; applicable rules of the Executive Office of the Governor
and the Comptroller; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for -profit
organizations), Rules of the Auditor General. EXHIBIT 1 to this agreement indicates state financial assistance
awarded through the Commission by this agreement. In determining the state financial assistance expended in its
fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance
received from the Commission, other state agencies, and other non -state entities. State financial assistance does not
Page I of 3
include Federal direct or pass - through awards and resources received by a non -state entity for Federal program
matching requirements.
In connection with the audit requirements addressed in Part II, paragraph 1, the recipient shall ensure that the audit
complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial
reporting package as defined by Section 215.97(2)(d), Florida Statutes, and Chapters 10.550 (local governmental
entities) or 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General.
If the recipient expends less than $500,000 in state financial assistance in its fiscal year, an audit conducted in
accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient
expends less than $500,000 in state financial assistance in its fiscal year and elects to have an audit conducted in
accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -
state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from
other than State entities).
PART III: OTHER AUDIT REQUIREMENTS
There are no other audit requirements.
PART IV: REPORT SUBMISSION
Copies of reporting packages for audits conducted in accordance with OMB Circular A -133, as revised, and required
by PART I of this agreement shall be submitted, when required by Section .320 (d), OMB Circular A -133, as
revised, by or on behalf of the recipient directly to each of the following:
The Commission at the following address:
Audit Director
Florida Fish and Wildlife Conservation Commission
Bryant Building, Room 170
620 S. Meridian St.
Tallahassee, FL 32399 -1600
The Federal Audit Clearinghouse designated in OMB Circular A -133, as revised (the number of copies required by
Sections .320 (d)(1) and (2), OMB Circular A -133, as revised, should be submitted to the Federal Audit
Clearinghouse), at the following address:
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10th Street
Jeffersonville, IN 47132
Other Federal agencies and pass - through entities m accordance with Sections .320 (e) and (f), OMB Circular A -133,
as revised.
Pursuant to Section .320 (f), OMB Circular A -133, as revised, the recipient shall submit a copy of the reporting
package described in Section .320 (c), OMB Circular A -I33. as revised, and any management letter issued by the
auditor, to the Commission at the following address:
Audit Director
Florida Fish and Wildlife Conservation Commission
Bryant Building, Room 170
620 S. Meridian St.
Tallahassee, FL 32399 -1600
Page 2 of 3
Copies of financial reporting packages required by PART II of this agreement shall be submitted by or on behalf of
the recipient direct] v to each of the following:
The Cotrrmission at the following address:
Audit Director
Florida Fish and Wildlife Conservation Commission
Bryant Building, Room 170
620 S. Meridian St.
Tallahassee, FL 32399 -1600
The Auditor General's Office at the following address:
Auditor General's Office
G74 Claude Pepper Building
111 West Madison Street
Tallahassee, FL 32399 -1450
Copies of reports or the management letter required by PART III of this agreement shall be submitted by or on
behalf of the recipient direct] to:
The Commission the following address:
Audit Director
Florida Fish and Wildlife Conservation Commission
Bryant Building, Room 170
620 S. Meridian St.
Tallahassee, FL 32399 -1600
Any reports, management letter, or other information required to be submitted to the Commission pursuant to this
agreement shall be submitted timely in accordance with OMB Circular A -133, Florida Statutes, and Chapters 10.550
(local governmental entities) or 10.650 (nonprofit and for -profit organizations), Rules of the Auditor General, as
applicable.
Recipients, when submitting financial reporting packages to the Commission for audits done in accordance with
OMB Circular A -133 or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for - profit
organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the
recipient in correspondence accompanying the reporting package.
Contact the Commission's Audit Director by phone at (850) 488 -6068.
PART F. RECORD RETENTION
The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a
Period of five (5) years from the date the audit report is issued, and shall allow the Commission or its designee,
Comptroller, or Auditor General access to such records upon request. The recipient shall ensure that audit working
papers are made available to the Commission or its designee, Comptroller, or Auditor General upon request for a
Period of five (5) years from the date the audit report is issued, unless extended in writing by the Commission.
Page 3 of 3
EXHIBIT — 1
FEDERAL RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT
CONSIST OF THE FOLLOWING:
None.
COMPLIANCE REQUIREMENTS APPLICABLE TO THE FEDERAL RESOURCES AWARDED
PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS:
None.
STATE RESOURCES AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST
OF THE FOLLOWING:
MATCHING RESOURCES FOR FEDERAL PROGRAMS:
None.
SUBJECT TO SECTION 215.97, FLORIDA STATUTES:
State Agency:
Florida Fish and Wildlife Conservation Commission
State Program:
Florida Boating Improvement Program
CSFA No.:
77.006
Recipient:
City of Sanford
Amount:
$128,713.50
COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO
THIS AGREEMENT ARE AS FOLLOWS:
1. Project activities must occur on public lands owned outright or managed under agreement with
another party with lease terms exceeding 20 years.
2. Project activities must not create a boating safety hazard and /or increase the potential for
damage to natural resources.
3. Recipient must comply with the Policies and Guidelines (Interim) of the Florida Boating
Improvement Program,
4. Recipient must comply with all Commission rules, policies and procedures as well as all other
state and federal rules.
NOTE: Section .400(d) of OMB Circular A -133, as revised, and Section 215.97(5)(a), Florida
Statutes, require that the information about Federal Programs and State Projects included in
Exhibit 1 be provided to the recipient.
Page 1 of 1
ATTACHMENT D
FLORIDA FISH AND WILDLIFE
CONSERVATION COMMISSION
FLORIDA BOATING IMPROVEMENT PROGRAM
CERTIFICATION OF COMPLETION STATEMENT
I ,
(Print Name and Title)
representing
(Name of Local Government)
do hereby certify under penalties of perjury as provided in s. 837.012, Florida Statutes, that the
Florida Boating Improvement Program project funded by FWC Contract No.
has been completed in compliance with all terms and conditions of said Agreement; that all
amounts payable for materials, labor and other charges against the project have been paid; and
that no liens have been attached against the project.
(Signature)
(Date)
STATE OF FLORIDA, COUNTY OF (
Personally appeared before me this day of _
subscribed and swore to the above instrument in my presence.
Notary Public Name:
My commission expires:
200_, who
(SEAL)
CERTIFICATE BY COMMISSION
I certify: That, to the best of my knowledge and belief, the work on the above -named
project has been satisfactorily completed under the terms of the Agreement.
Division:
By:
Name:
Title:
Date:
ATTACHMENT E
FLORIDA BOATING IMPROVEMENT PROGRAM
PROJECT PROGRESS REPORT
Mail to FWC at 620 South Meridian Street, Tallahassee, FL 32399 -1600 or fax to (850) 488 -9284.
Project
1. Describe tasks completed this month:
2. List deliverables provided to FWC this month:
3. List tasks scheduled to be completed during next month:
4. Is project currently on schedule for completion by June 30, 2007? YES _ NO _
(If No, please explain any problems encountered and /or possible delays)
Project Manager
Page 1 of 1
FWC Contract #
Reporting Period (Month/Year):
(Due 15 days after the end of each month)
Date
Florida Fish and Wildlife Conservation Commission
Florida Boating Improvement Program
620 South Meridian Street
Tallahassee, Florida 32399 -1600
INVOICE
Date:
Remit payment to:
Grantee:
Address:
City, State:
Zip:
FEID #:
GRANT REQUEST
ATTACHMENT F
FW C Contract #:
Cost Item
Applicant
Other
FBIP Grant
TOTAL
Permitting /Planning / Enginee ring
$
$
$
$
'Implementing/
$
$
$
$
Other:
$
$
$
$
Total Hard Funds
$
$
$
$
Amount of Grant Award: $
PROJECT COSTS
Cost Item
Amount
Permitting /Planning /Engineering
$
Implementing/ Construction
$
Other:
$
Total Costs: $
Grantee Matching Funds: $
Amount for Reimbursement: $
1 hereby certify that the above costs are true and valid costs incurred in accordance with the project
Agreement, and that the matching funds, in -kind or cash, were utilized toward the project in this
Agreement.
Signed:
Project Manager
Date: