Loading...
666-St Johns River Cost Agreeme Contract #97H300 City of Sanford COST SHARE AGREEMENT BETWEEN THE ST. JOItNS RIVER WATER MANAGEMENT DISTRICT AND CITY OF SANFORD PURSUANT TO DISTRICT'S ALTERNATIVE WATER SUPPLY COST SHARING PROGRAM Contract ~97H300 RECIPIENT: City of Sanford Post Office Box 1788 Sanford, FL 32772 RECIPIENT ADMINISTRATOR: Bill Marcous DISTRICT CONTRIBUTION: $48,500 RECIPIENT CONTRIBUTION: $48,500 AGREEMENT PERIOD: June 11, 1997 through March 30, 1998 Purpose of Agreement: This cost share agreement is authorized by the St. Johns River Water Management District ("DISTRICT") from funding designated for identification and use of alternative water supplies, including recld water. 1. Scope of Project: RECIPIENT will commence work within fifteen (15) days after approval is received from District's Project Manager to begin, prosecute the work diligently, and complete the entire work in accordance with Extn~it "A" (attached), "Alternative Water Supply Cost Share Program Contract Outline," and Exl'n'bit '~il", "Project Specifications," and will be completed within the time flames specified above unless extended in writing by DISTRICT. 2. Permits: A illteen (15) day period has been included in the time allotted for completion to allow for mailing of the AGREEMENT, RECIPIENT submission of proof of all required pernits, and any other documentation required by District's Project Manager. Any work completed without proper permits will not he considered in compliance with this AGREEMENT, and will not constitute as work performed under this AGREEMENT. RECIPIENT acknowledges understanding that any work not properly permitted prior to implementation will not he approved for invoicing to the DISTRICT, and that RECIPIENT may he fined per appropriate regulatory channels and/or may be required to remove said unauthorized construction. Contract #97H300 City of Sanford 3. Legislative Requirements: The Florida Legislature requires recipients of funds granted through this program to meet several spec'dic conditions. The applicant must provide District with written assurance of t~ir continued qualification under these requirements throughout entirety of project or forfeit funding. Details concerning these requirements appear in Subsectiom 373.1961(2)(b) and (c), F.S. 4. Status Report: RECIPIENT shall submit a brief final project report summarizing the project to DISTRICT's Project Manager, who is the Administrator, or his designce, desending the activities of the project. 5. Records: RECIPIENT shall maintain its books and records in such a manner that the receipts and expenditures of the cost share funds will he shown separately from other expenditures in an eas'~y checked form. RECIPIENT shall keep the records of rleceipts and expenditures of cost share funds, copies of all reports submatted to DISTRICT and copies of all support docmr~ntation for at least three (3) years after expiration of the agreement period. In accordance with generally accepted govenm~ntal auditing standards, DISTRICT shall have access to and the right to examine any directly pertinent books, documents, papers, and records involving tramactions related to this agrcen~nt. 6. Liab'~ity and Insurance: Each party to the agreement is responsible for all personal injury and property damage attributable to the negligent acts or omissions of that party and the officers, employees and agents thereof. The parties further agree that nothing contained herein shall he construed or interpreted as denying to any party any remedy or defense available to such parties under the laws of the State of Florida, nor as a waiver of sovereign immunity of the State of Florida beyond the waiver provided for in Section 768.28, Fh. Stat. Each puny shall acquire and maintain throughout the term of this Grant such liab'~ity and automob'~ insurance as required by their current roles and regulations. 7. Payment of Funds: Approved funds shall be paid to RECIPIENT by DISTRICT in one payment fonowing compietion of project. Payment will be made fonowing submission and approval of final invoice, including proper documentation, tom r~ipient and verification of satisfactory completion of project by District's Project Manager, Don Brandes. Invoice shall include original receipts from contractors and/or suppliers for the spec'~ied construction expenditures, and verification of project passing all local and state building requirements, including verification of permits needed. Once all required docun~ntation is received, and verified to be complete and correct, by District Project Manager and the Division of Finance, the District will remit an amount not to exceed $48,500 (50% re'mabursement of identifiable costs) to RECIPIENT within 30-days. Any inquiries shall be submitted to the D'wector, Division of Finance and Accounting, P.O. Box 1429, Palatka, Florida 32178-1429. Disbursements due and unpaid under this agreement shall not bear interest. Contract ~97H300 City of Sanford 8. Rescission of Agreement: Payment made under this agreement shall be subject to full or partial rescission if, during the term of the agreement, DISTRICT's Project Manager determines that RECIPIENT is using funds for purposes other than those specified in Exhibits "A" and '~", or that RECIPIENT has failed to complete the tasks specified in Exh~'bits and its failure cannot be remedied within the agreement terrrk Funds shall be subject to rescission at~er exp'~ration of the agreement term if, upon a post-project audit examination, District finds RECIPIENT has spent funds for purposes other than those specified in Exhibits "A" and '~". This agreement may he fully or partially resc'mded upon 10 days written notice to RECIPIENT. 9. Non-lobbying: Pursuant to Section 216.347, Fla. Star. (as amended), RECIPIENT agrees that funds received from DISTRICT under this agreement shall not be used for the pinpose of lobbying the Legislature or any other state agency. 10. Governing Law: This agreement shall be construed according to the laws of the State of Florida~ In the event of litigation between the parties arising from or pertaining to this agreement, the prevailing party shall he entitled to recover from the other, reasonable trial and appellate attorney' s fees and costs. · ' ' istrict~,' ~ .1997, by the Governing Board of the St. 32178-1429, and RECIPIENT. ST. JOI-tNS RIVER WATER CITY OF SANFORD MANAGEMENT DISTRICT · HenryDean,~xecutiveD.~t~or By: '~L Type~)Name L Ti~e ~, Attest: es: · · Typ ame Title APPROVED BY THE OFFICE OF GENERAL COUNSEL St. lohns River Water Management Contract ~97H300 City of Sanford EXHIBIT A CITY OF SANFORD ALTERNATIVE WATER SUPPLY CONSTRUCTION COST SHARING I. BACKGROUND St. Johns River Water Management District (SJRWMD) is'a regulatory agency responsible for all phases of water management in all or part of 19 northeastern Florida counties, including that part of Seminole County in which Sanford is located. SJRWMD has been working to find alternative sources of water to supply the increasing demands placed on natural supplies of freshwater. In response to the requirements of Subsection 373.1961(2), Florida Statutes, SJRWMD makes Alternative Water Supply Matching Grant Program available to water suppliers and users, including local governments; water, wastewater and reuse utilities; industrial and agricultural water users; and other public and private water users. This project will extend a reclaimed water service to the Groveview Subdivision. It will hook into a 14" transmission main funded last year. II. OBJECTIVE The objective of this agreement is to provide funding assistance to City of Sanford to finance partially the construction of a reclaimed water transmission line. This agreement specifies both the responsibilities of the City of Sanford with respect to the construction of the project and SJRWMD in the administration of cost sharing funds. III. RESPONSIBILITIES City of Sanford and SJRWMD, respectively, shall each be responsible for performing the following assigned tasks pertaining to the construction of a reclaimed water transmission line as defined in Exhibit B. A. Responsibilities of City of Sanford City of Sanford shall undertake to complete the following: 1. Complete construction of a reclaimed water transmission line according to the specifications provided in Exhibit B. 2. Provide funds to pay at least 50 percent of the project construction costs from non-SJRWMD funds. 3. Submit an invoice with receipts for the specified construction expenditures attached to the SJRWMD upon completion of construction. Contract ~97H300 City of Sanford B. Responsibilities of the St. Johns River Water Management District SJRWMD shall provide the following support contributing to the completion of the project as defined in Exhibit B: 1. Inspect the project to verify that it has been constructed in accordance with the plans included in this contract within 30 days of written notification by the recipient that the project has been completed. 2. Reimburse City of Sanford up to 50% of the project's construction costs, not to exceed $48,500.00, upon completion of the project, receipt of an invoice from the grant recipient, and verification that the project has been constructed in accordance with the provided plans. Contract #97H300 City of Sanford EXHIBIT B ALTERNATIVE WATER SUPPLY SYSTEM COST SHARING PROJECT SPECIHCATIONS Exhibit B includes the engineering specifications for a reclaimed water transmission line to be constructed by City of Sanford, a budget for the described project, and a schedule for completion of construction. I. PROJECT SPECIHCATIONS Phase One of the project consists of the City of Sanford designing and constructing a 6- inch reclaimed water extension from Groveview Park down to Springview Drive, and tying into the 14-inch reclaimed water line to Seminole Community College. PROJECT CONSTRUCTION AND COST SHARING PAYMENT SCHEDULE Construction of this project shah commence on or about June 11, 1997. No cost sharing payment shall be made by SJRWMD for any work or materials billed prior to that date. Construction of this project shall be completed and City of Sanford shall request payment from SJRWMD of cost sharing funds, no later than March 30, 1998. NOISIAI(]SFIc3 MalA:qAO~O ~tO-I NOISN]/×] ~NI] ~t~.LVM C]~IV',/IV'ID::I~t O~IO-tNVS --tO AIID / ,/ MEMORANDUM August 25, 1997 To: City Clerk From: Project Coordinator ~ Re: S.rRWMD Contract No, 97I-t300 S /BM attachment seq6nH P!gI:i uaP~eH '1 e!o.Lqed stue}ll!/V% 'H sameft aueej~ *V ug~JO Aou!qO/~qle'A sopueaa 'G Z66~ 'IE -~sn~nV 9£[ 00L Zg[ tI 'ON ClHI~II,LxdHD