Loading...
991-SJRWMD COST SHAREContract #SG354AA AGREEMENT BETWEEN THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT AND CITY OF SANFORD FOR NORTH SEMINOLE REGIONAL RECLAIMED WATER AND SURFACE WATER AUGMENTATION SYSTEM EXPANSION AND OPTIMIZATION STUDY THIS COST SHARE AGREEMENT is entered into by and between the GOVERNING BOARD of the ST. JOHNS RIVER WATER MANAGEMENT DISTRICT ("DISTRICT"), whose address is Post Office Box 1429, Palatka, Florida 32178-1429, and CITY OF SAN-FORD ("CITY"), whose address is 300 North Park Avenue, Sanford, Florida 32772. WITNESSETH THAT: WHEREAS, DISTRICT is a special taxing district created by the Florida Legislature and given those powers and responsibilities enumerated in Chapter 373, Fla. Stat., whose geographical boundaries encompass Seminole County; and WHEREAS, DISTRICT has determined that its needs will be best served by entering into a COST SHARE AGREEMENT for services that can be provided by CITY. NOW THEREFORE, in consideration of the payments here specified and which DISTRICT agrees to make, CITY agrees to furnish and deliver all materials, to do and perform all work and labor required to be furnished and delivered, done and performed for North Seminole Regional Reclaimed Water and Surface Water Augmentation System Expansion and Optimization Study, Contract #SG354AA. CITY agrees to complete the Work in conformity with the Contract Documents and all attachments as defined herein and on file at the St. Johns River Water Management District. The Contract Documents consist of the following items, including all modifications thereof incorporated in the Documents before their execution: AGREEMENT; EXHIBIT "A" - Statement of Work; and all attachments hereto. All attachments and Contract documents are part of this AGREEMENT as fully and with the same effect as .if they had been set forth at length in the body of this AGREEMENT. ARTICLE I - STATEMENT OF WORK All Work will be performed in accordance with EXHIBIT "A", STATEMENT OF WORK, entitled, "North Seminole Regional Reclaimed Water and Surface Water Augmentation System Expansion and Optimization Study," attached hereto and by reference made a part of this AGREEMENT. ARTICLE II - SCHEDULE OF WORK AND EFFECTIVE DATE A. The effective date of this AGREEMENT shall be this ~4~day of ~ ,2003. B. CITY will be required to commence work under the Contract within fifteen (15) calendar days after the effective date of the AGREEMENT, to prosecute the Work diligently, and to complete the entire Work for use within 10 months from execution of contract, unless the date is extended by mutual agreement of the parties hereto. Time is of the essence. ARTICLE III - TERM This AGREEMENT shall expire at 12:00 midnight on the sixtieth day after the completion of the Work in accordance with the date established under ARTICLE li above. Page I of 16 Contract #SG354AA ARTICLE IV - LIABILITY 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. In addition, each party is subject to the provisions of Section 768.28, Fla. Stat. (1999). If CITY fails to comply with any of the terms, conditions, provisions, or stipulations of this Contract, DISTRICT may avail itself of any or all remedies provided in the Contract and shall have the right and power to proceed in accordance with its provisions. Each party shall also acquire and maintain throughout the term of this AGREEMENT such general liability, automobile insurance, and workers' compensation insurance as required by their current rules and regulations. CITY hereby certifies to DISTRICT that the Work to be performed pursuant to this AGREEMENT does not and will not infringe on any patent rights. ARTICLE V - RESPONSIBILITIES OF CITY CITY's Project Manager shall be Bill Marcous or his designee. CITY shall follow the verbal and written direction of DISTRICT's Project Manager assigned to the work. All work authorized may be stopped by DISTRICT's Project Manager at any point, which shall not result in loss of payment to CITY for services performed up to the time the Work has ceased in accordance with this Contract. If CITY fails to perform under terms of this Contract, DISTRICT may elect to have CITY cease work until corrections are made at no additional cost to DISTRICT and with no allowance for extension of time or to terminate if CITY fails or refuses to comply with the terms of this AGREEMENT. Independent Contractor: CITY is an independent contractor. Neither CITY nor CITY's employees are'employees of the DISTRICT. CITY shall have the right to control and direct the means and methods by which the Work is accomplished. CITY may perform services for others, which solely utilize CITY's facilities and do not violate any confidentiality requirements of this Agreement. CITY is solely responsible for compliance with all labor and tax laws pertaining to CITY, its officers, agents, and employees, and shall indemnify and hold the District harmless from any failure to comply with such laws. CITY's duties with respect to CITY, its officers, agents, and employees, shall include, but not be limited to: (1) providing workers' compensation coverage for employees as required by law; (2) hiring of any employees, 'assistants, or subcontractors necessary for performance of the Work; (3) providing any and all employment benefits, including, but not limited to, annual leave, sick leave, paid holidays, health insurance, retirement benefits, and disability insurance; (4) payment of all federal, state and local taxes income or employment taxes, and, if CITY is not a corporation, self-employment (Social Security) taxes; (5) compliance with the Fair Labor Standards Act, 29 U.S.C. §§ 201, et seq., including payment of overtime in accordance with the requirements of said Act; (6) providing employee training for all functions necessary for performance of the Work; (7) providing equipment and materials necessary to the performance of the Work; and (8) providing office or other facilities for the performance of the Work. In the event the District provides training, equipment, materials, or facilities to meet specific District needs or otherwise facilitate performance of the Work, this shall not affect any of CITY's duties hereunder or alter CITY's status as an independent contractor. Page 2 of 16 Contract #SG354AA ARTICLE VI - RESPONSIBILITIES OF DISTRICT DISTRICT's Executive Director designates James T. Gross as Project Manager for purposes of directing CITY and maintaining coordination and review of the work. The Project Manager shall have sole and complete responsibility to transmit instructions, receive information, approve invoices, interpret and communicate DISTRICT policies and decisions with respect to all matters pertinent to CITY's services. The Project Manager and, as appropriate, other DISTRICT employees shall meet with CITY as necessary to provide decisions for the duration of the Work, as well as to review and comment on interim reports. No actions outside the Statement of Work shall be initiated by CITY without prior written authorization of the project manager; however emergency situations requiring action within less than twenty-four (24) hours may be granted verbally by the Project Manager and followed up in writing within seventy-two (72) hours. DISTRICT shall be available to CITY to respond to questions regarding the project. As is further specified in this AGREEMENT, DISTRICT shall provide timely reviews of any and all invoices and deliverables related to this AGREEMENT submitted by CITY. Upon the satisfactory completion of the Work, DISTRICT will provide a written statement to CITY accepting all deliverables. ARTICLE VII - DELIVERABLES Deliverables: CITY shall deliver all services, products, and deliverables as stated in the Statement of Work. Reports: CITY shall submit monthly reports to DISTRICT's Project Manager in a form approved by the Project Manager. In addition to hard copies, all written deliverables (reports, papers, analyses, etc.) shall be submitted in machine readable form in formats consistent with DISTRICT's standard software products. DISTRICT's standard office automation products include the M~crosoft® Office Suite (WORD, EXCEL, ACCESS, and POWERPOINT). Other formats may be accepted, if mutually agreed upon by DISTRICT's Project Manager and Chief Information Officer. ARTICLE VIII - COMPENSATION Amount of Funding~ For satisfactory performance of the Work outlined in the Contract, DISTRICT agrees to pay CITY a sum in the amount not to exceed $50,000. Invoicing__Procedure: Invoice shall reference Contract Number SG354AA and shall be submitted to Director, Division of Financial Management, P. O. Box 1429, Palatka, Florida, 32178-1429. CITY shall submit one invoice at the completion of the Work. Invoice shall include proper documentation, from CITY, and verification of satisfactory completion of project by DISTRICT Project Manager. Invoice shall include receipts from contractors and/or suppliers for the specified expenditures. CITY shall invoice the DISTRICT no more than fifty percent of the total cost of the Work. Page 3 of 16 Contract #SG354AA Pa,yments: DISTRICT shall pay CITY one hundred percent (100%) of the approved invoice pursuant to Chapter 218, Fla. Stat. Payments due and unpaid under this AGREEMENT shall bear interest in accordance with Section 218.74, Fla. Stat. Release: CITY agrees that acceptance of the payment, shall be considered as a release in full of all claims against DISTRICT or any of its members, agents, and employees, arising out of, or by reason of, the Work done and materials furnished under this AGREEMENT. Prior to, or in conjunction with final payment, DISTRICT shall review and determine that CITY has fully and satisfactorily completed the required Work under this AGREEMENT. If DISTRICT determines that CITY has complied with the terms and conditions of this AGREEMENT, then acceptance of final payment by CITY shall be considered as a release in full of all claims by DISTRICT against CITY, or any of its members, agents and employees, arising out of, or by any reason of, the Work to be done and materials furnished under this AGREEMENT. ARTICLE IX - OWNERSHIP OF DOCUMENTS Ownership and copyright to all reports and all accompanying data (in all formats) produced pursuant to this AGREEMENT shall be vested in DISTRICT and CITY. CITY shall include language in all subcontracts which clearly indicates that Ownership and Copyright to all materials produced pursuant to this AGREEMENT shall remain with DISTRICT and CITY. Any source documents or any other documents or materials developed, secured or used in the performance of this contract shall be considered property of DISTRICT and shall be safeguarded by CITY. The original documents or materials, excluding proprietary materials, shall be provided to DISTRICT upon the expiration or termination of the contract, as outlined in the Statement of Work, or upon request of DISTRICT. ARTICLE X - SUBCONTRACTING CITY shall not sublet, assign, or transfer any work under this AGREEMENT without the written consent of DISTRICT. When applicable, and upon receipt of such consent in writing, CITY shall cause the names of the firms responsible for such portions of the work to appear on the work. CITY agrees to notify DISTRICT of all subcontracts no less than ten (10) calendar days prior to the effective date of the subcontracts for the purpose of approval. CITY agrees to provide DISTRICT with an executed copy of all subcontracts within ten (10) calendar days after the effective date of the subcontract. CITY agrees to be responsible for the fulfillment of all work elements included in the subcontracts and agrees to be responsible for the payment of all monies due under any subcontract and hold DISTRICT harmless from any liability or damages arising under or from any subcontract to the extent allowed by law. Nothing in this AGREEMENT shall create any contractual relationship between any subcontractor and DISTRICT. ARTICLE XI ~ CHANGES IN SERVICE REQUIREMENTS DISTRICT and CITY may at any time, by mutual written agreement in the form of an amendment to this AGREEMENT, make changes within the general scope of this AGREEMENT in the services or work to be provided. Neither party to this AGREEMENT shall unreasonably withhold consent to any written amendment to this AGREEMENT. Page 4 of 16 Contract #SG354AA ARTICLE XII - INTEREST OF CITY Unless otherwise declared in an addendum, CITY certifies that no officer, agent, or employee of DISTRICT has any material interest (as defined in Chapter 112, Fla. Stat., as amended) either directly or indirectly, in the business of CITY to be conducted here, and that no such person shall have any such interest at any time during the term of this AGREEMENT. ARTICLE XIII - CANCELLATION Each party to this AGREEMENT reserves the right to unilaterally cancel this AGREEMENT for refusal by the other party to allow public access to all documents, papers, letters, or other material related to this AGREEMENT and subject to the provisions of Chapter 119, Fla. Stat., as amended. ARTICLE XIV - ASSIGNMENT CITY shall not assign the Contract or sublet it as a whole without the written consent of DISTRICT nor shall CiTY assign any moneys due or to become due to it hereunder, without the previous written consent of DISTRICT. ARTICLE XV - AUDIT: ACCESS TO RECORDS CITY agrees that DISTRICT or its duly authorized representatives shall, until the expiration of three (3) years after expenditure of funds under this AGREEMENT, have access to examine any of CITY's books, documents, papers, and records involving transactions related to this AGREEMENT. CITY agrees that payment(s) made under this AGREEMENT shall be subject to reduction for amounts charged which are found on the basis of audit examination not to constitute allowable costs. CITY shall refund by check, payable to DISTRICT, the amount of any reduction of payments. All required records shall be maintained until an audit has been completed and all questions arising from it'are resolved or until three (3) years after completion of the Work and submission of a final invoice, whichever is sooner. CITY will provide proper facilities for access to and inspection of all required records. ARTICLE XVI - CIVIL RIGHTS Pursuant to Chapter 760, Fla. Stat., CITY shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin, age, handicap or marital status. ARTICLE XVII - CONFLICTING EMPLOYMENT CITY agrees that at the time of execution of this Contract it has no retainer or employment AGREEMENT, oral or written, with any third party relating to any matters which adversely affect any interest or position of DISTRICT. CITY shall not accept during the terms of this Contract any retainer or employment from a third party whose interests appear to be conflicting or inconsistent with those of DISTRICT. Notwithstanding the foregoing paragraph, CITY may accept retainers from or be employed by third parties whose interests appear conflicting or inconsistent with those of DISTRICT if, after full Page 5 of 16 Contract #SG354AA written disclosure of the facts to DISTRICT, DISTRICT determines that the apparent conflict shall not interfere with the performance of the Work by CITY. ARTICLE XVIII - NON-LOBBYING Pursuant to Section 216.347, Fla. Stat., CITY hereby agrees that monies received from DISTRICT on this Contract will not be used for the purpose of lobbying the Legislature or any other state agency. ARTICLE XIX - TERMINATIONS Termination for Default: This AGREEMENT may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this AGREEMENT through no fault of the terminating party, provided that no termination may be effected unless the other party is given: (1) not less than ten (10) calendar days written notice delivered by certified mail, return receipt requested, and (2) an opportunity for consultation with the other party prior to termination. Termination for Convenience: This AGREEMENT may be terminated in whole or in part in writing by either party provided that the other party is given: (1) not less than thirty (30) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate, and (2) an opportunity for consultation prior to termination. If termination for CITY's default is effected by DISTRICT, an equitable adjustment in the price provided for in this AGREEMENT shall be made, but (1) no amount shall be allowed for unperformed services, and (2) any payment due to CITY at the time of termination shall be adjusted to cover any additional costs to DISTRICT because of CITY's default. If termination for DISTRICT's default is effected by CITY, or if termination for convenience is effected by DISTRICT, the equitable adjustment shall provide for payment of all services, materials, and costs, including, prior commitment incurred by CITY up to the termination date. D. Upon receipt of a termination action under paragraphs "A" or "B" above, CITY shall: (1) (2) Promptly discontinue all affected work (unless the notice directs otherwise), and deliver or otherwise make available all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as may have been accumulated by CITY in performing this AGREEMENT, whether completed or in process. Upon termination under Paragraphs "A" or "B" above, DISTRICT may take over the work or may award another party a contract to complete the work. If, after termination for failure of CITY to fulfill contractual obligations, it is determined that CITY had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of DISTRICT. In such event, the adjustment of compensation shall be made as provided in Paragraph "C" of this section. ARTICLEXX - GOVERNING LAW This AGREEMENT shall be construed and interpreted according to the laws of the State of Florida. Page 6 of 16 Contract #SG354AA ARTICLE XXI - CONSTRUCTION OF AGREEMENT This AGREEMENT shall not be consln~ed more strictly against one party than against the other merely by virtue of the fact that it may have been prepared by counsel for one of the parties, it being recognized that both parties, DISTRICT and CITY, have contributed substantially and materially to the preparation hereo£ ARTICLE XXH - ENTIRE AGREEMENT This AGREEMENT upon execution by CITY and DISTRICT, and the contract documents constitute the entire Agreement of the parties. The pa_hies are not bound by any stipulations, representations, agreements, or promises, oral or otherV~se, not printed or inserted in this AGREEMENT. CITY agrees that no representations have been made by DISTRICT to induce CITY to enter into this AGREEMENT other than as expressly stated by this AGREEMENT. This AGREEMENT cannot be changed orally, nor by any means other than writlen amendments referencing this AGREEMENT and signed by ail parties. IN WITNESS WHEREOF, the ST. JOHNS RIVER WATER MANAGEMENT DISTRICT has caused this contract to be executed in its name by its Executive Director and the CITY OF SANFORD has caused this contract to be executed in his name by his duly authorized representatives, and, if appropriate, has caused its seal to be attached, all on the day and year first above written. ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Kirby B. Green III/{Executive Director APPROVED BY THE OFFICE OF GENERAL COUNSEL CITY OF SANFORD Brady Lessard, Mayor Typed Name and Title Janet R. Dougherty, City Clerk Typed Name and Title Contract #SG354AA Exhibit A Statement of Work THE NORTH SEMINOLE REGIONAL RECLAIMED WATER AND SURFACE WATER AUGMENTATION SYSTEM EXPANSION AND OPTIMIZATION STUDY Introduction and Background The cities of Sanford and Lake Mary, and Seminole County (Tri-Party) have a history of working together to make reclaimed water available to more users. The initial agreement between them regarding use of reclaimed water and surface water augmentation from the St. Johns River resulted in the supply of an additional 1.113 billion gallons/year of reclaimed water and surface water through the City of Sanford treatment facility to the City of Lake Mary and Seminole County to meet irrigation demands in the I-4 Corridor and to reduce groundwater withdrawals. Currently, the surface water augmentation treatment capacity has been increased from a maximum day rate of 3.65 MGD to 7.30 MGD. The combined available supply of reclaimed water and surface water augmentation, from City of Sanford only, is in excess of 15 MGD. The Tri~Party now proposes to develop a regional plan to further integrate their reuse systems. Seminole County is expanding its reclaimed water system to include residential irrigation and needs additional and more reliable supplies. 'rbe cities of Lake Mary and Sanford also shall benefit by increased and more reliable sources of reclaimed and augmentation water supplies, decreasing the use of groundwater sources and conserving it for drinking water supply. Objectives The Th-Party proposes' to perform a Regional Reclaimed Water and Surface Water Augmentation System Expansion and Optimization Study. The purpose of this study is to evaluate expansion of the reclaimed water and surface water augmentation system to maximize the use of this alternative water supply. The study shall result in a regional plan ("Plan") for expanded use of reclaimed water with augmentation water from the St. Johns River. The objectives of this study are: · To identify and describe specific new project components that can effectively expand the use of reclaimed water and surface water by members of the Tri-Party agreement. · To identify and describe the necessary project components such as recharge basins and storage ponds that are needed to increase the reliability of reclaimed water supplies for the members of the Tri-Party agreement. · To identify and describe the environmental benefits associated with proposed project components such as enhanced recharge to the Floridan aquifer. · To develop a plan that shall enable Tri-Party members to obtain additional funding from other sources for project construction and implementation. Page 8 of 16 Contract #SG354AA Scope of Work This Agreement provides for the City of Sanford (CITY), on behalf of the Tri~Party, to obtain the services of an engineering consultant (Consultant) to perform a Regional Reclaimed Water and Surface Water Augmentation System Expansion and Optimization Study, to be paid for in part with cost sharing funds from St. Johns River Water Management District (DISTRICT). Task Identification Under this Agreement, the CITY is required to retain the services of a Consultant to provide the following services in connection with the Regional Reclaimed Water and Surface Water Augmentation System Expansion and Optimization Study: A. Study Area Definition and Data Collection 1. Consider each Th-Party entity's current plans or needs for reclaimed water. The Consultant shall obtain and evaluate all current Master Plans. 2. The Consultant shall evaluate available resources including: City of Sanford North Water Reclamation Facility (7.3 MGD) New Sanford South Water Resoume Center (2.0 MGD) Greenwood Lakes Wastewater Treatment Plant (3.5 MGD) Northwest Regional Water Reclamation Facility (2.5MGD) Sanford Reclaimed Water Augmentation System (7.3 MGD) B. Additional Uses of Reclaimed/Augmentation Supplies Identify additional cost-effective uses of reclaimed/augmentation supplies based on current Master Plans, potential users and available supplies. C. Evaluate Potential Recharge Basins Evaluate potential development of recharge basins along Rinehart Road, at the Greenwood Lakes rapid infiltration basins, and within the Heathrow and Timucuan stormwater systems to mitigate the impacts of groundwater withdrawals used for potable water supply at the Greenwood Lakes Water Treatment Plant, Heathrow Water Treatment Plant, Lake Mary Water Treatment Plant, Sanford Main Water Treatment Plant, Sanford Aaxiliary Water Treatment Plant and Markham Water Treatment Plant. D. Identify Flow Conditions Identify potential users of reclaimed water within the study area as shown on Exhibit B. Evaluate average daily and peak hourly flows for the customers. Consultant shall utilize an aerial base map and show all user groups and determine flow demands for the user groups. 2. Identify flow rates for potential recharge basins including, but not limited to: Stormwater ponds at various car dealerships and the Sam's Club on Rinehart Road. Page 9 of 16 Contract #SG354AA Stormwater ponds at Woodbridge Lakes, Williston Park and Wallace Court on Rinehart Road. Stormwater ponds within Heathrow International Business Center (HIBC). Stormwater ponds within Heathrow subdivision. e. Stormwater pond within Timucuan subdivision. f. Greenwood Lakes WWTP rapid infiltration basins. E. Ground Water Modeling (by DISTRICT) Consultant shall coordinate with DISTRICT staff for ground water modeling assistance. Modeling by DISTRICT shall characterize the hydrologic and potential water supply benefits, on a regional basis, of recharge associated with proposed project components. F. Hydraulic Analysis and Recommended Improvements to Distribution System Based on the potential locations for the use of reclaimed water and for recharge and the average daily, maximum daily, and peak hourly flows, the Consultant shall update the regional hydraulic analysis of the reclaimed water distribution system. The Consultant shall coordinate with the Tri-Party to develop a preliminary operating schedule for use of the available reclaimed water supplies to maximize the use of existing and proposed infrastructure. In developing a preliminary operating schedule to maximize use of infrastructure it is anticipated that the schedule shall include daily operational elements such as: a. Filling of reclaimed water storage facilities at Mayfair, Timacuan, Heathrow, Alaqua, Alfiqua Lakes and Magnolia Golf Courses to occur during the day b. Filling of reclaimed water storage facilities at repumping stations at Mayfair, Greenwood Lakes, and Hanover to occur during the day c. Recharge basins to be filled with reclaimed water during the day d. Irrigation of commercial, residential, and other properties with reclaimed water to occur at night, twice or three times per week based on a developed schedule This operating schedule and how the compliance with the schedule is achieved shall be a key to maximize the use of the reclaimed water and surface water augmentation supplies. Based on the hydraulic analysis, required system improvements shall be identified including, but not limited to, the following: a. Distribution system improvements b. Storage Facilities c. Pumping station upgrades at all pump stations supplying the distribution system. Page 10of 16 Contract #SG354AA G. Augmentation System Supply and Treatment Based on increasing use of the surface water augmentation facilities, reliability of the system shall need to be increased to ensure that reclaimed water is available when needed. In addition, increased reclaimed water augmentation supplies shall be needed to meet all of the future demands within the Tri-Party area. The Consultant shall evaluate the augmentation treatment system to determine improvements needed to allow the augmentation system to operate at times when the Sanford North WRF effluent does not meet reclaimed water standards. Currently, the waters are blended after filtration, so if the effluent is out of compliance, no water can be delivered to the reclaimed water system. These improvements would increase the reliability of the system by having two independent treatment trains supplying water to the reclaimed ground storage tanks so if one treatment train is out of compliance, water from the other train source can still be delivered to the reclaimed water systen~ Improvements to storage facilities and the reclaimed water distribution pump station at the Sanford North WRF shall be evaluated. H. Opinion of Probable Project Costs Consultant shall develop opinions of probable project costs for all system improvements recommended as a result of the study. I. Reclaimed Water System Operating Schedule Based on recommended improvements for the reclaimed water distribution system, as well as the surface water augmentation supply and treatment facilities, Consultant shall prepare a proposed operating schedule incorporating all elements of the integrated reclaimed water system. J. Desktop Evaluation of Ground Water Quality A desktop evaluation of the impacts of the increased use of water from the St. Johns River for reuse and recharge on groundwater quality shall be prepared. Consultant shall utilize available water quality data for the St. Johns River and groundwater supplies in the analysis. No additional water quality testing shall be provided. Impacts from rainfall and stormwater runoff shall be considered. Consultant shall coordinate with DISTRICT for groundwater modeling needed in support of the desktop analysis. K. Evaluate Expansion Potential of Tri-Party Reclaimed Water Service Area Additional supplies that might be available to be delivered beyond the boundaries of the study area, as shown in Exhibit B, shall be evaluated to determine if further expansion of the Tri-Party Regional Reclaimed Water System should be considered. Recommendations regarding further expansion of the system shall be included based on the results of this study and input from the Tri-Party members and DISTRICT. Page 11 of 16 Contract #SG354AA L. Identify Projects for Early Implementation Based on preliminary findings from Tasks A through K, Consultant shall identify any projects that appear to have a high potential for favorable funding consideration and early implementation. If such projects are identified prior to preparation of the draft Final Report, Consultant shall prepare a Technical Memorandum that summarizes topics listed in Task M as they pertain to these projects. The TM shall be prepared in draft form and submitted to participating agencies for review and comment. After resolution of comments, the TM shall be finalized and presented for approval by participating agencies in the event that funding is available for early implementation. The approved TM shail be incorporated into the Final Report. M. Prepare Final Report Based on the above, the Consultant shall prepare a Final Report including, but not limited to, the following: a. Study area b. Existing and potential uses of reclaimed water c. Discharge basins in the study area for reclaimed water and stormwater d. Current and projected flow rates for the reclaimed water system e. Ground water modeling, and optimization modeling if necessary (by DISTRICT) f. Hydraulic analyses of the reclaimed water distribution system including proposed improvements and preliminary operating schedule g. Recommended augmentation supply and treatment system improvements h. Opinion of probable construction costs for all potential improvements i. Proposed operating schedule for reclaimed/augmentation water use j. Desktop evaluation of water quality impacts from increased augmentation use k. Evaluation of expansion potential of tri-party reclaimed water service area Ground water modeling provided by DISTRICT, including the estimated recharge benefit to the Floridan aquifer available in the Tri-Party region based upon implementation of system improvements, shall be incorporated into the Final Report. The Consultant shall quantify the reduced groundwater withdrawals resulting from irrigation demand being served by reclaimed water/aitemative water supplies and reduced groundwater impacts due to the increased recharge to the Florida aquifer due to project related activities. Reduced groundwater withdrawals for irrigation and increased groundwater recharge shall result in an increase in the amount of groundwater available for public water supplies. The Consultant shall coordinate with DISTRICT for incorporation of this Plan into the Regional Water Supply plan to allow the recommended system improvements to be eligible for funding through STAG Grants, Florida Forever appropriations, and other DISTRICT- coordinated funding sources. N. Project Meetings and Progress Reports CITY and Consultant shall participate in up to three (3) project coordination meetings with DISTRICT for the performance of tasks described in this Statement of Work. These meetings shall be used at intervals through the project to obtain input from funding agencies to complete the work. Consultant shall provide draft work products in preparation for these meetings as a mechanism for discussion. Page 12 of 16 Contract #SG354AA During the course of the project, Consultant shall prepare and submit monthly project status reports. Each status report shall contain a brief surmnary of project work completed during the preceding month, the status of work performance based on the approved project schedule, and an action plan for the following month. Timeframes and Deliverables All work performed under this contract shall be completed within ten months of execution. A Project Schedule summarizing deadlines for review of specific documents shall be determined by mutual agreement and provided in writing by DISTRICT Project Manager. The following durations shall apply to review of the Final Report: A. Four (4) weeks shall be allowed for review, by DISTRICT and other interested parties, of the initial draft of the Final Report. B. Four (4) weeks shall be allowed for preparation and submittal of the final draft of the Final Report after receipt of initial draft review comments. C. Three (3) weeks shall be allowed for review, by DISTRICT and other interested parties, of the final draft of the Final Report. D. Three (3) weeks shall be allowed for preparation and submittal of the Final Report by the Consultant after receipt of final draft review comments. Five copies of printed documents and one copy of electronic documents required pursuant to this Statement of Work shall be prepared by Consultant and submitted to DISTRICT for review and/or approval. All electronic deliverables shall be submitted in machine readable form, on IBM compatible 3.5 inch computer diskette or CD with all applicable text, graphics, tables, and spreadsheets, in format consistent with DISTRICT's standard software products. DISTRICT's standard office automation products include the Microsoft® Office Suite 2000 (WORD, EXCEL, ACCESS, and POWERPOINT). Reports and other deliverables shall be clear, concise, thorough, and grammatically correct; and shall be in a form agreed to by Consultant and DISTRICT's Project Manager. Final approved reports and all associated materials shall become property of the DISTRICT. Submittal to DISTRICT of final approved reports shall include ten (10) bound copies and one unbound original, single sided with original graphics. Budget/Cost Schedule For satisfactory performance of the work outlined in the Agreement, DISTRICT agrees to pay CITY a sum in the amount not to exceed $50,000. Costs associated with this project shall be allocated to individual parties as follows: DISTRICT $ 50,000 CITY $ 16,700 City of Lake Mary $ 16,650 Seminole County $ 16,650 Total $100,000 1/3 Cost Share Match 1/3 Cost Share Match 1/3 Cost Share Match Page 13 of 16 Contract #SG354AA The CITY's Consultant shall enter into separate agreements with the City of Lake Mary and Seminole County for their proportionate share of the program costs. The CITY shall only be responsible for their share ($16,700) of the match. Failure of the City of Lake Mary or Seminole County to provide their match shall result in a reduction of project scope such that DISTRICT funds 50% of the reduced project scope which shall be negotiated between DISTRICT and the remaining parties. All work shall be performed at Consultant's place of business, unless otherwise requested by DISTRICT's Project Manager and approved by CITY. Page 14 of 16 Contract #SG354AA EXHIBIT "B" STUDY AREA THE NORTH SEMINOLE REGIONAL RECLAIMED WATER AND SURFACE WATER AUGMENTATION SYSTEM EXPANSION AND OPTIMIZATION STUDY Page 15 of 16 Contract #SG354AA Page 16 of 16