Loading...
RECLAIMED WATER SYSTEM - SOUTH CLEARWATER BEACH AND NORTHEAST AREA ,i' .._~,: ..".... ., 1 I AGREEMENT NO. 99CON000080 COOPERATIVE FUNDING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND THE CITY OF CLEARWATER FOR THE RECLAIMED WATER SYSTEM--SOUTH CLEARWATER BEACH AND NORTHEAST AREA (K213 ) THIS COOPERATIVE FUNDING AGREEMENT is made and entered into by and between the SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT, a public corporation of the State of Florida, whose address is 2379 Broad Street, Brooksville, Florida 34609-6899, for itself and on behalf of the Pinellas-Anc1ote River Basin Board, hereinafter collectively referred to as the "DISTRICT," and the CITY OF CLEARWATER, a municipal corporation ofthe State of Florida, whose address is P.O. Box 4748, Clearwater, Florida 34618-4748, hereinafter referred to as the "CITY" WITNESSETH: WHEREAS, the CITY proposed a project to the DISTRICT for funding consideration under the DISTRICT's cooperative funding program; and WHEREAS, the project consists of the design and construction of approximately 11,000 linear feet of reclaimed water transmission mains to provide reclaimed water for irrigation to residences and businesses in the southern areas of Clearwater Beach, and the construction of a five million gallon ground storage tank and high-service pumping facilities at the Northeast Advanced Pollution Control Facility, hereinafter referred to as the "PROJECT"; and WHEREAS, the DISTRICT considers the PROJECT worthwhile and desires to assist the CITY in funding the PROJECT. NOW, THEREFORE, the DISTRICT and the CITY, in consideration of the mutual terms, covenants and conditions set forth herein, agree as follows: 1. PROJECT MANAGER AND NOTICES. Each party hereby designates the employee set forth below as its respective Project Manager. Project Managers shall assist with PROJECT coordination and shall be the party's prime contact person. Notices or reports shall be sent to the attention of the parties' Project Manager by U.S. mail, postage paid, to the parties' addresses as set forth in the introductory paragraph of this Agreement. Project Manager for the DISTRICT: Project Manager for the CITY: Kathy Foley, Project Manager Kevin Becotte, P.E., Director of Public Utilities Page 1 of5 : 'I ' J ) rD, -,/) /('1, C ( C' ;/j/, t' {I?/ . . .. . , 1 I 1.1 The DISTRICT's Project Manager is hereby authorized to approve requests to extend a PROJECT task deadline set forth in this Agreement. Such approval shall be in writing, shall explain the reason for the extension and shall be signed by the Project Manager and his/her Department Director, or Deputy Executive Director if the Department Director is the Project Manager. The DISTRICT's Project Manager is not authorized to approve any time extension which will result in an increased cost to the DISTRICT or any time extension which will likely delay the final PROJECT task deadline. 2. SCOPE OF WORK. Upon receipt of written notice to proceed from the DISTRICT, the CITY shall perform the services necessary to complete the PROJECT in accordance with the Special Project Terms and Conditions set forth in Exhibit "A" and the CITY's Proposed Project Plan set forth in Exhibit "B," both attached hereto and incorporated herein. Any changes to the Scope of Work and associated costs shall be mutually agreed to in a formal written amendment prior to being performed by the CITY. The CITY shall be solely responsible for managing the PROJECT, including the hiring and supervising of any contractors or consultants it engages under this Agreement. 3.FUNDING. The parties anticipate that the total cost of the PROJECT will be Four Million Eight Hundred Sixty-two Thousand One Hundred Eighty Dollars ($4,862,180). The DISTRICT agrees to fund fifty percent (50%) of the eligible PROJECT costs, equivalent to up to thirty-four percent (34%) of total project costs, up to One Million Six Hundred Sixty-nine Thousand Two Hundred Seventy-five Dollars ($1,669,275) and shall have no obligation to pay any costs beyond this maximum amount. The CITY agrees to fund sixty-six percent (66%) of the PROJECT costs up to Three Million, One Hundred Ninety- two Thousand Nine Hundred Five Dollars ($3,192,905) and shall be responsible for all costs in excess of the anticipated total PROJECT cost. The CITY shall be the lead party to this Agreement and shall pay PROJECT costs prior to requesting reimbursement from the DISTRICT. 3.1 The DISTRICT shall reimburse the CITY for its share of eligible PROJECT costs in accordance with the Cost Estimates set forth in Exhibit "B." The CITY has contracted with consultants or contractors in accordance with the Special Project Terms and Conditions set forth in Exhibit "A." Upon DISTRICT approval, the budget amounts for the work set forth in such contract( s) shall supersede the amounts set forth in the Cost Estimates and shall be incorporated herein by reference. The DISTRICT shall reimburse the CITY for 50% of each DISTRICT -approved invoice received from the CITY, but at no point in time shall the DISTRICT's expenditure amount under this Agreement exceed such expenditures made by the CITY. Payment shall be made to the CITY within thirty (30) days of receipt of an invoice, with the appropriate support documentation, which shall be submitted to the DISTRICT on a monthly basis at the following address: Accounts Payable Section Southwest Florida Water Management District Post Office Box 1166 Brooksville, Florida 34605-1166 3.2 The CITY shall not use any DISTRICT funds for any purposes not specifically identified in the PROJECT scope of work. Page 2 of5 I 1 3.3 The DISTRICT shall have no obligation to reimburse the CITY for any costs under this Agreement until construction of the PROJECT has commenced. 3.4 The DISTRICT's performance and payment pursuant to this Agreement is contingent upon the DISTRICT's Governing Board appropriating funds for the PROJECT. 4. CONTRACT PERIOD. This Agreement shall be effective upon execution by all parties and shall remain in effect until December 31,2001, unless terminated or extended in writing by mutual written agreement of the parties. 5. PROJECT RECORDS AND DOCUMENTS. Each party shall, upon request, permit the other party to examine or audit all PROJECT related records and documents during or following completion of the PROJECT. Each party shall maintain all such records and documents for at least three (3) years following completion of the PROJECT. All records and documents generated or received by either party in relation to the PROJECT are subject to the Public Records Act in Chapter 119, Florida Statutes. 6. LIABILITY. Each party hereto agrees that it shall be solely responsible for the negligent acts or omissions of its officers, employees, contractors and agents; however, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the limitations set forth in Section 768.28, Florida Statutes. 7. TERMINATION. Either party may terminate this Agreement upon the other party's default in complying with any term or condition of this Agreement, as long as the terminating party is not in default of any term or condition ofthis Agreement. To effect termination, the terminating party shall provide the defaulting party with a written "Notice of Termination" stating its intent to terminate and describing the term and/or condition with which the defaulting party has failed to comply. If the defaulting party has not remedied its default within thirty (30) days after receiving the Notice of Termination, this Agreement shall automatically terminate. 8. RELEASE OF INFORMATION. The parties shall not initiate any verbal or written media interviews or issue press releases on or about the PROJECT without providing advance copies to the other party. This provision shall not be construed as preventing the parties from complying with the public records disclosure laws set forth in Chapter 119, Florida Statutes. 9. DISTRICT RECOGNITION. The CITY shall recognize DISTRICT funding and, if applicable, Basin Board funding in any reports, models, studies, maps or other documents resulting from this Agreement, and the form of said recognition shall be subject to DISTRICT approval. If construction is involved, the CITY shall provide signage at the PROJECT site that recognizes funding for this PROJECT provided by the DISTRICT and, if applicable, the Basin Board(s). All signage must meet with DISTRICT written approval as to form, content and location, and must be in accordance with local sign ordinances. 10. PERMITS AND REAL PROPERTY RIGHTS. The CITY shall obtain all permits and all real property rights necessary to complete the PROJECT prior to commencing any construction involved Page 3 of5 I I IN WITNESS WHEREOF, the parties hereto, or their lawful representatives, have executed this Agreement on the day and year set forth next to their signatures below. SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT ~lJl~ Director Ifjzo, qq Date Federal ID#: 59-0965067 .' Countersigned: CITY OF CLEARWATER kik~ ~ rlan J. Aungst, Mayor, Commissioner BY:---.1 Michael 1. Roberto, City Manager &..( ll~ 17 r Date Approved as to form Attest: ~~ ityAttomey's Office C' By: C Cynt i E. Goudeau, City Clerk .. ~-'-'l .. .t ':)-<...>L-LQ..~- . q/~i ( qei , Date Federal ID#: 59-6000289 COOPERATIVE FUNDING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND THE CITY OF CLEARWATER FOR THE RECLAIMED WATER SYSTEM- SOUTH CLEARWATER BEACH AND NORTHEAST AREA (K213) DISTRICT APPROVAL INITIALS DATE LEGAL ~ 'Y/6"/f'6 RISKMGMT ~ CONTRACTS ... r RCD DEPT DIR . ~ DEPUTY EXEC DIR IfI!ii!- GOVERNING BOARD ~. Page 5 of 5 I I AGREEMENT NO. 99CON000080 EXHIBIT "A" SPECIAL PROJECT TERMS AND CONDITIONS 1. CONTRACTING WITH CONSULTANT AND CONTRACTOR. The CITY shall engage the services of a consultant(s), hereinafter referred to as the "CONSULTANT," to design and a contractor(s), hereinafter referred to as the "CONTRACTOR," to construct the PROJECT in accordance with the CITY's Proposed Project Plan previously submitted to the DISTRICT and attached as Exhibit "B." The CITY shall be responsible for administering the contract with the CONSUL T ANT and CONTRACTOR and shall give notice to proceed to the CONSULTANT no later than April 30, 1999. 2. APPROVAL OF BID DOCUMENTS. The CITY shall obtain the DISTRICT's written approval of all construction bid documents prior to being advertised or otherwise solicited. If the DISTRICT approves the bid documents, that approval shall be given to the CITY in written form within fifteen (15) working days of the DISTRICT's receipt of the documents. The DISTRICT shall not unreasonably withhold such approval. The DISTRICT's approval of the construction documents does not constitute a representation or warranty that the DISTRICT has verified the architectural, engineering, mechanical, electrical, or other components of the construction documents, or that such documents are in compliance with DISTRICT rules and regulations or any other applicable rules, regulations, or laws. The DISTRICT's approval shall not constitute a waiver ofthe CITY's obligation to assure that the design professional performs according to the standards of his/her profession. The CITY shall require the design professional to warrant that the construction documents are adequate for bidding and construction of the PROJECT. 3. FINAL DESIGN REPORT AND APPROVAL. The CITY must provide the DISTRICT with a final design report. The final report must clearly evidence that at least twenty-five percent (25%) of the reclaimed water will offset existing or planned ground water or surface water withdrawals. The CITY shall obtain the DISTRICT's approval of the final design report prior to proceeding with implementation of the PROJECT. The DISTRICT shall not unreasonably withhold such approval. 4. DISTRICT PARTICIPATION IN SELECTING CONSULTANT AND CONTRACTOR. Upon notifying the CITY's Project Manager, the DISTRICT shall have the option of participating in the CITY's selection of the CONSULTANT and CONTRACTOR. The CITY shall provide the DISTRICT with a tabulation of CONTRACTOR bids and a recommendation to award. The CITY shall obtain the DISTRICT's approval of the selected CONTRACTOR prior to proceeding with construction of the PROJECT. The DISTRICT shall not unreasonably withhold or delay such approval. The CITY must provide the DISTRICT with a copy of the Notice to Proceed provided to the CONTRACTOR. 5. APPROV AL OF CONTRACT. The CITY shall obtain the DISTRICT's approval of all contracts between the CITY and the CONTRACTOR. The DISTRICT shall not unreasonably withhold such approval. Page 1 of 2 '. I I 6. COMPLETION DATES. The CITY shall commence construction on the PROJECT by July 1, 2000 and shall complete all aforementioned work within twelve months of said construction commence date. However, in the event of any national, state or local emergency which significantly affects the CITY's ability to perform, such as hurricanes, tornados, floods, acts of God, acts of war, or other such catastrophes, or other man-made emergencies beyond the control of the CITY such as labor strikes or riots, then the CITY's obligation to complete said work within aforementioned time frames shall be suspended for the period of time the condition continues to exist. 7. RECLAIMED WATER OFFSET REPORT. The CITY shall submit a report, three years after PROJECT completion, documenting that at least twenty-five percent (25%) of the PROJECT's reclaimed water offsets existing or planned ground water or surface water withdrawals under normal operating conditions. The CITY shall obtain DISTRICT approval of the report before finalization. The DISTRICT shall not unreasonably withhold such approval. This provision shall survive the term of this Agreement. 8. PROJECT COORDINATION. The CITY shall keep the DISTRICT advised at all times during the course of the PROJECT. The CITY shall provide the DISTRICT"s Project Manager with advance notice of all PROJECT meetings with the CONSULTANT and regulatory agencies and shall copy the DISTRICT's Project Manager on all pertinent PROJECT-related correspondence. The CITY will provide the DISTRICT's Project Manager with written quarterly status reports on December 15, March 15, June 15 and September 15 of each year throughout the term of the Agreement. Page 2 of 2 I Exhibit "B" CITY'S PROPOSED PROJECT PLAN CITY OF CLEARWATER IAGREEMENT NO. 99CON000080 " RECLAIMED WA TER SYSTEM EXPANSION" 1 . , .'. I I CITY OF CLEARWATER Cooperative Funding Program Application Alternative Sources December 5, 1997 1. Type of Project: The proposed projects for which this application is being prepared is for the design and construction of expanded facilities for reuse of reclaimed water. The City of Clearwater has initiated the development of an urban reclaimed water system to serve residents, businesses and public access sites with reclaimed water. The City owns and operates three advanced waste water treatment facilities that can provide a source of reclaimed water. These facifities include the Marshall Street Advanced Pollution Control (APC) Facility, the Northeast APC Facility and the East APC Facility. The City is currently in the construction phase of the Island Estates Reclaimed Water System and the Clearwater Beach North Transmission Main projects which will extend reclaimed water service to the Island Estates residents and portions of Clearwater Beach. These projects are being funded by the City of Clearwater in cooperation with the Southwest Florida Water Management District(FY 97). The City is also preparing an update to its Reclaimed Water Master Plan. This planning effort will aid the City in defining and implementing continued development of the urban reclaimed water system to maximize the utilization of the resource and to offset the consumption of potable water for irrigation and other non-potable uses. The City is working closely with the Water Management District in the Master Plan development to insure compatibility and consistency of purpose. This effort is included for cooperative funding in the FY 98 Basin Board budget. These efforts are part of a multi-year plan for expansion of reclaimed water for the City. This request for project funding is intended to allow for the continued development of reclaimed water system infrastructure to meet the needs of the City and the Region in terms of effective utilization of resources and minimization of environmental impacts. 2. Program Objective: The City of Clearwater's objective is to develop systems and facilities that will provide for the beneficial use of reclaimed water for irrigdtion and other approved non-potable uses. This will include the construction of transmission mains, storage tanks, and distribution piping systems to provide access to the system customers. The implementation of the system will be accomplished in a phased approach. The current 2 I I CITY OF CLEARWATER Cooperative Funding Program Application Alternative Sources December 5, 1997 Master Plan development will provide a final estimated time frame and sequence of construction that will provide a logical and cost effective implementation plan of all phases of the system. Full implementation of the system is anticipated to measurably meet the present irrigation demand in Clearwater, estimated to be 16.1 MGD and to reduce wastewater effluent discharge to Tampa Bay and Clearwater Harbor, which presently has a combined surface water discharge of 15.5 MGD. 3. Project Description: Southern Clearwater Beach Reclaimed Water System This project includes the development of reclaimed water service to the southern end of Clearwater Beach. The City is currently constructing a transmission main into the central portion of the Beach area. Funding is in place to begin the expansion to the northern end of the Beach which is a FY 1998 Cooperative Funding Project. The City is proposing to the Water Management District that funding be utilized for the Southern area of Clearwater Beach for the FY 99 funding cycle. This would complete the expansion of reclaimed water to the Beach areas when considered with the FY 98 projects planned. This project is included as the next priority project in the Draft Master Plan Update being prepared as part of the FY 1998 cooperative funding program. The priority was developed based on several factors including comparative cost, potential for potable water offset, location relative to existing infrastructure to support expansion of the system, and customer demand. This area of the City rated as among the highest consumption of irrigation water based on review of lawn meter accounts. In addition, it is the next logical area to serve based on the current work to construct reclaimed water transmission mains into this area of the City. The Marshall Street APC facility has ample capacity to provide reclaimed water to this region of the City and will reduce the effluent flows discharged to Clearwater Harbor. This area is shown on Figure 1. 3 . . I I CITY OF CLEARWATER Cooperative Funding Program Application Alternative Sources December 5, 1997 Northeast Reclaimed Water Storage & Pumping Facilities This project will include the construction of a 5 MG ground storage tank, high service pumping station, site piping, disinfection system improvements and associated improvements to provide for reclaimed water infrastructure to serve the future needs of the City, and possibly northern areas of Pinellas County, for distribution of reclaimed water. This project will allow for the existing 30" effluent pipeline along the McMullen-Booth Corridor to be operated as a high pressure transmission main and make it possible to expand future distribution mains to serve areas of the City that are currently not served by reclaimed water. Without this facility, it is not possible to expand the distribution system for a functionally operable system. The implementation of these projects will: . Route effluent from the existing surface water discharge into Stevenson Creek surface waters to the residences and uusinesses in the Clearwater Beach areas for irrigation use. · Utilize an additional 150,000 GPD of reclaimed water for this area. This system will be supported by the new 5 MG ground storage reservoir and new pumping facilities currently being constructed as part of the FY 1997 Cooperative Project. · Include approximately 9920 feet of 12" Transmission main south along Mandalay Street from Causeway Boulevard to the southern end of Clearwater Beach. · Include construction of distribution systems to serve residential and commercial properties in the Beach Area. · Provide an offset of potable water usage from public water supplies and existing shallow wells. The estimated offset will be 150,000 GPD · Be consistent with the Update of the Reclaimed Water Masterplan being conducted currently by McKim & Creed Engineers on behalf of the City. · Be consistent with City Comprehensive I'lanning Goal No. 18 to "PROVIDE, 4 I I CITY OF CLEARWATER Cooperative Funding Program Application Alternative Sources December 5, 1997 DEVELOP, AND MAINTAIN A PERMANENT POTABLE WATER SUPPLY SYSTEM TO MEET ANTICIPATED DEMAND WHILE PROVIDING MAXIMUM PRACTICAL PROTECTION TO THE ENVIRONMENT AT A COST CONSISTENT WITH THE PUBLIC'S ABILITY AND WILLINGNESS TO PA Y. . Be consistent with the state Water Supply Needs and Sources 1990-2020, recommending that" All water use permittees who own or operate wastewater treatment plants should be required to utilize the treated wastewater to offset consumptive use of water to the greatest extent practicable." · Provide the next required step in developing a system in the eastern and northern portions of the City that can be utilized in expanding the distribution of reclaimed water and the subsequent reduction in discharges to Tampa Bay. · The City of Clearwater lies within an area designated by the Southwest Florida Water Management District (SWFWMD) as a water caution area. Presently, Cleanvater is under water use restriction, limiting the use of groundwater resources for irrigation. 4. Demonstration of Need: · These projects will optimize water management in Clearwater by reducing the water withdrawn from well fields and from irrigation wells, and reduce the discharge of effluent water to Stevenson Creek. · These projects will meet Pinellas-Anclote Basin Board Priorities by reducing groundwater withdrawal, reducing pollutant loading to Tampa Bay, and to help recharge surficial aquifer's in accordance with the Needs and Sources report. · These projects are supported by goals found in the Basin Board's plans, State Water Policy, the Florida Water Plan, Reports of the Tampa Bay National Estuary Program, District Needs and Sources Study, the Water Use Cautionary Management Plan, and area Comprehensive Planning Documents to maximize the reuse of highly treated wastewater. · The City of Clearwater Comprehensive Plan, Sa'1itary Sewer, Solid Waste, Drainage, Potable Water, and Natural Groundwater Aquifer Recharge Element, 5 I I CITY OF CLEARWATER Cooperative Funding Program Application Alternative Sources December 5, 1997 Objective 18.5; "To develop a potable water system that is compatible with the environment and seeks to conserve and protect sensitive natural resources by 1990." Policy 18.5.7 states that "a plan to provide reclaimed water to private residences for irrigation purposes shall be prepared, and properties thus served shall be exempt from lawn sprinkling restrictions." 5. Measurable Benefit: For the purpose of the FY 1999 request, project funds will be used to implement a residential reclaimed water system for the southern areas of Clearwater Beach as a continued phased development of the urban reclaimed water system. These projects, including irrigation of publicly owned property, will provide an estimated 150,000 GPO of reclaimed water for irrigation. This will eliminate an equal rate of wastewater presently discharged to Clearwater Harbor surface waters. Furthermore, since the residential areas that will benefit directly from this project are presently irrigating with potable water, this project is expected to also reduce peak potable water demand. The construction of the reclaimed water storage and pumping facility at the Northeast APC facility will serve to provide futur~ off sets of potable and groundwater cOllsumption. 6. Deliverables: · Quarterly Design/Construction Status Reports. · Preliminary Project Design · Construction Bid-Packages and Work Scope Documentation · Copies of All Required Environmental Permits · Construction Completeness Letter From the City Engineer · Final Report indicating project end users and reclaimed water use 6 I I CITY OF CLEARWATER Cooperative Funding Program Application Alternative Sources December 5, 1997 7 . Completion Schedule . Apply for Basin Board Funding Begin Project Design Complete Preliminary Design Complete Final Design SWFWMD Approve Bid Package Receive Bids A ward Contract Initiate Construction Complete Construction Customers Connected December 1997 April 1999 July 1999 January 2000 February 2000 April 2000 June 2000 July 2000 July 2001 September 2001 . . . . . . . . . 8. Key Personnel: Richard J. Baier, P.E., Public Works Administration Director City of Clearwater P.O. Box 4748 Clearwater, FL 34618-4748 (813) 562-4780 Kevin Becotte, P.E., Director of Public Utilities City of Clearwater P.O. Box 4748 Clearwater, FL 34618-4748 (813) 462-6585 7 I I CITY OF CLEARWATER Cooperative Funding Program Application Alternative Sources December 5, 1997 Thomas H~ckett, Water Superintendent City of Clearwater P.O. Box 4748 Clearwater, FL 34618-4748 (813) 462-684~ Street Lee, P.E., McKim & Creed Engineers 60 I Cleveland Street, Ste. 205 Clearwater, FL 33755 (813) 442-7196 8 I I CITY OF CLEARWATER SOUTH BEACH RECLAIMED WATER SYSTEM EXPANSION Cost Estimates . ...... .........._-.............. .-.--............................ .... ..... ....................... .... "......... ................................................... ........-.............-....,............................................... ..................... .............................................. .. ..... ......... ........................ .... ........................ .......... ... ....................... :::::::.I.~::D:.:.:.~~S:...<C.......m~N.:.:...:::::;:::::::::::::::::;:::::;:;:;:;:;:;:;:;:;:;:;:;:;:;:;:::;:::;::::::;;:;:;=;:;:;:;:::;:::;:;: .. 't:~~:':::':':':'N~i~:~;(i:::':':::::':':':' .... .... :::':U":':a;i~':'::::;:::::::;:':':':;::::;:;:::::::::::::;::::;;::::::*~#iir::::::; )~:~ .::~:~'~~:.:. ~.. .'. :'.J~~;:~:~~... ~:~:}}~:)~:~r:~:~:~:~:~:~:~:~:~:~:~:~:~:~:~:r~:~:~:~r:~:~:~:~:~:}~:::::::::: .. U1~I;:I:; . ~l.'!\q:I::I::t.:::t::: .... =I~I::l:: .... :::I::w::t::#,Ilt:.;;.... ..... ... ..::. .. ........... ..........:\{:}::::::::::////}}}:::::::::::::::}/?::::::::::::::::::::::,::::::::::::::{::::::::;::::;:::i:\:::::::::.::::.:::.: ..': '::.:.:.::.:.:,::.:.:.:.:.;:.:.:.:.:.:.:.!.:.:.:.!.:.:~.:.:.:.i*~i.is:~:,!.:.:'.!.:.:,:,:.!.:.:.:.:.:.:.:.!.:.:..:.::.::.:.:.:.:.:.:.:.:.:.:.:.:.:.::.:.:.:.:.:.'.:.:.L.':.:.}.:~:.:.ii.\.:.:,:.!.:. ........... ........ . ..:........ ...... .... ................... ............................................................................. .:.:.:.:.:.:.;.;.;.:.:.:.:.:.;.;.:.;.;.;.;.;.;.;.;.;.;.;.:.;.;.;.;.;.:.;.:.:.:.:.:.:.;.;.;.:.:.:.;.;.;.:.;.:.;.'.:.'. ................... ~n.t~E::, 1: ~nl:\;li!:C J"!'-':t .......... ...... ....... .............................. .... ........................... ..................... ....................................................... . ..... .............. ................. ... .. . SERVICE AREA #27 TRANSMISSION: 8" Pipeline and Appurtenances LF 3,000 41.00 123,000 12" Pipeline and Appurtenances LF 8,000 80.00 640,000 Bore and Jack Road Crossings LF 200 500.00 100,000 Traffic Control LF 1 10,000.00 10,000 SUBTOTAL 873,000 Engineering Fees 20% 174,600 Contingency 15% 130,950 TOTAL TRANSMISSION 1,178,550 TOTAL ELIGIBLE COOPERATIVE FUNDING FY99 589,275 DISTRIBUTION: 8" LF 5,500 41.00 225,500 6" LF 10,335 34.00 351,390 4" LF 2,800 30.00 84,000 Restoration LS 1 117,725.00 117,725 SUBTOTAL 778,615 Engineering Fees 20% 155,723 Contingency 15% 116,792 TOTAL DISTRIBUTION 1,051,130 TOTAL PROJECT COST (SOUTH BEACH EXPANSION) 2,229,680 9 I I CITY OF CLEARWATER NORTHEAST RECLAIMED WATER STORAGE AND PUMPING FACILITIES Cost Estimates ................................. ............. ............. ............................. .................... ..................... ....... ............... . .. .. . . . . . . . .. .. ........ ......... ., , . ... CHLORINA nON SYSTEM IMPROVEMENTS LS 1 350,000 350,000. 5 MG GROUND STORAGE TANK LS 1 900,000 900,000 SITE PIPING LS 1 150,000 150,000 HIGH SERVICE PUMP STATION LS 1 450,000 450,000 SITE WORK LS 1 100,000 100,000 SUBTOTAL 1,950,000 Engineering Fees 20% 390,000 Contingency 15% 292,500 TOTAL (Northeast Reclaimed Water StoragelPumping FY 99) 2,632,500 TOTAL ELIGIBLE COOPERATIVE FUNDING(Northeast FY99) 1,080,000 GRAND TOTAL: FY 99 RECLAIMED WATER PROJECT COSTS 4,862,180 (Northeast and South ClealWater Beach) GRAND TOTAL: ELIGIBLE FY 99 COOPERATIVE FUNDING 1,669,275 (Northeast and South ClealWater Beach) * Ineligible for Cooperative Funding. The cost of this item, and associated fees, were not included in calculation of Total Eligible Cooperative Funding FY99. PORTION OF THE NORTHEAST RECLAIMED WA TER STORAGE/PUMPING PROJECT FUNDED IN FY 98: TRANSFER PUMP STA nON LS 1 330,000 330,000 CONTROL BUILDING & ELECTRICAL LS 1 455,000 455,000 SITE WORK LS 1 25,000 25,000 SITE PIPING LS 1 115,000 115,000 Total Related to FY 98 Portion of Northeast Project: 925,000 Total Eligible Cooperative Funding Budgeted In FY 98: 462,500 10 RECLAIMED WATER MASTER PLAN IN FILE