1758* SJRWMD Aquifer Storage Contract 28079, Amdmt 3 A
s Iq
r i
`t
MEMORANDUM
TRANSMITTAL
O: City Clerk's Office
R w Signed Contract#28078,Amendment#3 Contract 28079 Amendment#1
The item(s)noted below is/are attached and forwarded to your office for the following action(s):
❑ Development Order ❑ Mayor's signature
❑ Final Plat(original mylars) ❑ Recording
❑ Letter of Credit ❑ Rendering
❑ Maintenance Bond ® Safe keeping (Vault)
❑ Ordinance ❑
❑ Performance Bond
❑ Resolution
EJ
Once completed,please:
❑ Return
❑ Return copy
EJ
Special Instructions:
Safe keeping for Bill Marcous!
Thank you!
8/15/16
From Date
St, ,Jphns River
Water Management ism
Ann B.Shortelle,Ph.D.,Executive Director
4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178-1429 • (386) 329-4500
On the Internet at www.sjrwmd.com.
LETTER OF TRANSMITTAL
Bill Marcous, Project Manager DATE: August 2, 2016
City of Sanford UPS Ground
300 North Park Avenue
Sanford, FL 32771-1244 Contract No.28078, Amendment#3
Contract No. 28079, Amendment#1
Telephone Number: 407-688-5105
The following attachments are being sent for action as defined below:
( ) Specifications (X)Amendments ( ) Renewal
( ) Documents ( ) Change Order ( ) District Supplement Instruction
( )Agreement ( )Work Order
( ) Correspondence ( ) Other
COPIES DESCRIPTION ACTION
2 Originals Contract#28078, Amendment#3; Contract#28079, Amendment#1 1 and 8
ACTION CODE:
1. For your files 5. Insurance needed
2. For execution & return 6. W-9 form for execution & return
3. At your request 7. Performance/payment bond needed
4. For review & comment 8. See remarks
REMARKS:
Bill, Enclosed are two original documents. One is Amendment#3 to Cost Share Agreement
#28078, and the other is Amendment#1 to Cost Share Agreement#28079 for your files.
Please let me know if you have any questions. My telephone number is 386-329-4170.
Thank you,
L' /1 )4J9
�l
Carol Taylor Mill r, CPPB, CPPD
Senior Procurement Specialist
GOVERNING BOARD
John A.Miklos,CHAIRMAN Fred N.Roberts Jr.,VICE CHAIRMAN Chuck Drake,SECRETARY Carla Yetter,TREASURER
ORLANDO OCALA ORLANDO FERNANDINA BEACH
Douglas C.Bournique John P.Browning,Jr. Douglas Burnett Maryam H.Ghyabi Ron Howse
VERO BEACH EAST PALATKA ST AUGUSTINE ORMOND BEACH COCOA
Contract#28078
Amendment#3
THIRD AMENDMENT TO THE COST SHARE AGREEMENT BETWEEN
THE ST.JOHNS RIVER WATER MANAGEMENT DISTRICT
AND CITY OF SANFORD
FOR RECLAIMED WATER ORLANDO-SANFORD INTERNATIONAL AIRPORT AREA EXPANSION,PHASE I
THIS AMENDMENT is entered into by and between the GOVERNING BOARD of the ST.JOHNS RIVER
WATER MANAGEMENT DISTRICT("District"),whose mailing address is 4049 Reid Street, Palatka, Florida
32177,and CITY OF SANFORD("Recipient"),whose address is P.O. Box 1788,Sanford, Florida 32772-1788,and
is effective on the date the last party has executed same.
PREMISES:
The parties entered into Agreement No.28078 on November 10,2014,to provide funding for the
Recipient's Reclaimed Water Orlando-Sanford International Airport Area Expansion,Phase I project
("Agreement"),and amended the Agreement on November 16,2015(Amendment#1),and on April 29,2016
(Amendment#2).
The parties desire to further amend the Agreement.
NOW,THEREFORE,in consideration of the above premises,which are hereby made a part of this
amendment,the mutual covenants contained herein,and other good and valuable consideration,the parties
hereby agree to amend the Agreement as follows:
1. Paragraph 5(a)—PAYMENT OF INVOICES:Delete and replace with the following:
(a) Recipient shall submit itemized invoices as per the Revised Statement of Work,Attachment
A-1 for reimbursable expenses by one of the following two methods:(1)by mail to the St.
Johns River Water Management District, Finance Director,4049 Reid Street,Palatka, Florida
32177,or(2) by e-mail to acctpay@sjrwmd.com. The invoices shall be submitted in detail
sufficient for proper pre-audit and post-audit review. The invoices shall include a copy of
contractor and supplier invoices to Recipient and proof of payment. Recipient shall be
reimbursed for approved expenses in accordance with the Cost Schedule for
Reimbursement in Section VI of Attachment A-1 for each invoice submitted until the not-to-
exceed amount of the District's cost-share has been expended. The District shall not
withhold any retainage from this reimbursement. District reimbursement is subject to
annual budgetary limitation, if applicable,as provided in subsection(g). If necessary for
audit purposes, Recipient shall provide additional supporting information as required to
document invoices.
2. Attachment A,STATEMENT OF WORK,is hereby modified as follows:
(a) The current Statement of Work is hereby deleted and replaced with the Revised Statement of
Work attached hereto as Attachment A-1.
3. All other terms and conditions of the Agreement,including any subsequent amendments,are hereby
ratified and continue in full force and effect.
Page 1 of 5
Contract#28078
Amendment#3
IN WITNESS WHEREOF,the parties hereto have duly executed this amendment on the date set forth
below.
ST.JOHNS RIVER WATER CITY OF SANFORD
MANAGEMENT DIS I T
By: 1 / By:
Ann B. Shortelle, h.D., Ecutive Director (or
designee Norton N. Bonaparte,Jr., City Manager
f al�� �n
Date: f( Date: ` .
Attachment A-1-Revised Statement of Work
3
Last updated: 12-15-11
Page 2 of 5
Contract#28078
Amendment#3
ATTACHMENT A-1—REVISED STATEMENT OF WORK
CITY OF SANFORD RECLAIMED WATER ORLANDO-SANFORD
INTERNATIONAL AIRPORT AREA EXPANSION PHASE 1
I. INTRODUCTION/BACKGROUND
The St.Johns River Water Management District(District) is continuing its Cooperative Cost Share Initiative
Program in FY2015 to develop and implement resource and water supply development projects and
promote conservation. Each project selected for funding will have a positive benefit to Minimum Flows and
Levels(MFLs),water quantity,water quality,and/or natural systems and supports the District's Strategic
Initiatives.The City of Sanford (Recipient) has requested and been selected as a participant in this cost
share program.
On June 10,2014 the District's Governing Board approved funding for the Recipient's Reclaimed Water
Orlando-Sanford International Airport Area Expansion Phase I Project for$225,405.84 towards the
estimated construction cost of$683,048.00.
11. OBJECTIVES
The objective of this contract is to provide cost share dollars that will enable the Recipient to construct a
reclaimed water main extension along Lake Mary Boulevard from the Sanford Water Resource Center to
the Brisson West Development and Silvestry Development.The quantity of water expected from this
project is 0.277 mgd to serve 1025 future home sites.The extension consists of 11,400'of 12" diameter
pipe.This will allow the Recipient to supply new residents with reclaimed water for irrigation in lieu of
potable water. It also will reduce the potential for the nutrients in the water from going into local water
bodies.
111. SCOPE OF WORK
Recipient is designing, permitting,and constructing a project that expands the availability of reclaimed
water for irrigation use. The project includes the construction of 11,400'of 12" reclaimed water pipe from
the Sanford Water Resource Center on Lake Mary Boulevard west to Brisson West Development and
Silvestry Development.
The Recipient shall ensure the responsibilities in the Project Administration section of the Statement of
Work are completed.
IV. PROJECT ADMINISTRATION
The Recipient shall be responsible for performing the following:
• Complete and obtain final project design, construction plans,and specifications;
• Provide a copy of Recipient's executed construction contract documents to the District's Project
Manager;
• Provide a copy of any subsequent change orders to the contract to the District's Project Manager;
Page 3 of 5
Contract#28078
Amendment#3
• Obtain all required permits, including right of access to the project sites related to project
construction and subsequent operation and maintenance of the completed work;
• Assure compliance with all permits and permit conditions;
• Provide procurement for project construction;
• Perform supervision and inspection of construction;
• Perform construction contract administration;
• Submit timely invoices for actual construction costs in accordance with this cost share agreement
to enable proper review by the District's Project Manager prior to payment authorization;
• Provide Project Progress Reports,Attachment D,quarterly to the District's Project Manager and the
District's Budget Coordinator, Email address mlicourt@sirwmd.com. Information shall include
project progress to date,key milestones reached,overall project schedule versus time for project
completion, key issues to be resolved, projected costs versus actual cost to date,and other
required information. If no work has been done within the quarter, Recipient must submit the
quarterly progress report indicating"no progress to report."
• Provide certification of partial or completed construction for each reimbursement request by a
Professional Engineer registered in the state of Florida;and
• Assure compliance with cost accounting practices and procedures required for reimbursement of
cost share funds expended.
V. TIME FRAMES AND DELIVERABLES
The expiration date of this cost-share agreement is September 30,2016. The projected schedule for the
project construction is as follows:
Anticipated Construction Start Date: January 1,2015
Construction Completion Date: September 30,2016
VI. BUDGET/COST SCHEDULES
For satisfactory completion of the Project,the District shall pay Recipient thirty-three percent(33%)of the
total construction cost of the Project, but in no event shall the District's cost-share exceed$225,405.84.
Recipient shall invoice the District quarterly with appropriate documentation. Invoices shall include a copy
of the contractor's invoices submitted to the Recipient, proof of payment by Recipient,and other required
supporting documentation for reimbursement up to match amount. For in-house expenses, Recipient shall
provide copies of all receipts for materials and a system report showing documentation of staff time or
other proof of staff time expenses for the Project.The final invoice shall be submitted with the final project
report. If the total actual cost of this project is less than originally estimated,the District's cost-share
amount shall be reduced accordingly. Recipient may invoice more frequently submitting all required
documentation and include general status information. Recipient may invoice the District for Project
construction work beginning October 1,2014.
Page 4 of 5
Contract#28078
Amendment#3
Estimated Cost Schedule for Reimbursement of$225,405.84 (all dollar amounts are approximate and may
be reallocated between the construction tasks.
Estimated
Estimated Task Reimbursement
Task# Task Description Amounts Amounts
1 Construction Mobilization,Preconstruction Video,Site $282,614.00 $93,262.62
Preparation;$46,962.00
Jack and Bore Steel Casing$203,930.00
Install Reclaimed Water Main Through Steel Casing
$31,722.00
2 Connect to Existing Reclaimed Water Main (Wet Tap) $230,186.00 $75,961.38
$14,162.00
Install 64%of Reclaimed Water Main,Valves, Fittings
$216,024.00
3 Completion of Reclaimed Water Main,Values, Fittings $170,248.00 $56,181.84
$121,513.00
Testing, Restoration and Start Up$48,735.00
Page 5 of 5