Loading...
COOPERATIVE FUNDING AGREEMENT FOR CLEARWATER REVERSES OSMOSIS FEASBILITY STUDY AGREEMENT An Equal OppoltunilY Employer Ronnie E. Dune n Chair, Plnell s 11Iomaa G. Dabney, II Vice Cllair, Saraso a Janet D. Kova h Secretary, HllIsborou h Watson L. Hayn.s, II Treasurer, Plnell s Edward W. Chan . Manat ,e Monroe uAlw Coogl r Citr IS Maggie N. Domlngu z Hlllsborol,l h Pamela L. Fentre 8 Highlan s Ronald C. Johns n P k Heidi B. McCr e Hillsborou h Jolin K. Renke, II Pas 0 E. D. "Sonny' Verga a Exeoutive Direot >r Qene A. H h As::,istant Executive Direct r WIIIIIIJft S. Bllen General Couna I Southwest Florida Water Management District .... n --~~. JlIf J --- '..-. - ~JIf,f#.?l.lWmh;;::::- ':'" . ",,,,f!!1il7/lfiiiIfIlI!(!I/'''--. ......~ ..,,,.!t;717I'./i!;Z.b!;'f!II~'II!I/lji!-" TIUllIHl SeJVlce OffIce 7601 Highway 301 North Tampa, Florida 33637-6759 (813) 985-7481 or 1-800..a36-0797 (FL only) SUNCOM 578-2070 Bartow Service OffIce no Century Boulevard Bartow, Florida 33830.-7700 (863) 534-1448 or 1-800-492-7862 (FL only) SUNCOM 572-6200 2379 Broad Street, Brooksville, Florida 34604.6899 (3!52) 796-7211. or 1-800-423-1476 (FL only) SUNCOM 628.4150 TOD only 1.800.231.6103 (FL only) On the Internet at: WaterMatters.org Velllce Service Office 115 Corporation Way Venice, Florida 34292-3524 (9~-1) 486-1212 or 1-800-320-3503 (FL only) SUNCOM 526-6900 Lecanto Service Office 3600 West Sovereign Path Suite 226 Lecanto, Rorlda 34461.8070 (352) 527-8131 SUNCOM 667,3271 October 17, 2001 Andy Neff, P.E. Public Utilities Director City of Clearwater Post Office Box 4748 Clearwater, FL 33758-4748 Dr'ia; ~,l-- CJ er t-" '"" . 0 1 ,..J L_ U:'J~.~. ...~. .. Sie^-Je SO'etc;)~ F\~ h;h,iel, Subject: Clearwater Reverse Osmosis Feasibility Study Agreement (H002) Dear Mr. Neff: Enclosed is a fully executed original of the Clearwater Reverse Osmosis Feasibility Study Agreement. Please contact me at (352) 796-7211, extension 4622, if you have any questions. Protecting ~ Water Resource Enclosures HRL:jar ~ : n a::~D=ce~ // AGREEMENT NO. COOPERATIVE FUNDING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND THE CITY OF CLEARWATER FOR CLEARWATER REVERSE OSMOSIS FEASIBILITY STUDY (H002) THIS COOPERATIVE FUNDING AGREEMENT entered into and effective as of the 21st day of November 2000 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 34604-6899, for itself and on behalf of the Pinellas-Anclote Basin Board, hereinafter collectively referred to as the "DISTRICT," and the CITY OF CLEARWATER, a municipal corporation of the State of Florida, whose address is 112 South Osceola Avenue, Clearwater, Florida 33756, 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 determining the feasibility of producing additional supply from the CITY's existing water supply facilities and constructing reverse-osmosis water treatment facilities at Reservoir #1, 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 each party's prime contact person. Notices or reports shall be sent to the attention of each party's Project Manager by U.S. mail, postage paid, to the parties' addresses as set forth below: Project Manager for the DISTRICT: Henry Robert Lue, P.E. Southwest Florida Water Management District 2379 Broad Street Brooksville, Florida 34604-6899 Project Manager for the CITY: Andy Neff, P.E. City of Clearwater 1560 North Arcturas Avenue Clearwater, FL 33758 Any changes to the above representatives or addresses must be provided to the other party in writing. Page 1 of 5 .40 r/ 1.1 The DISTRICT's Project Manager is authorized to adjust a line item amount of the Table of Proposed Fees set forth in Exhibit "B" if such adjustment does not exceed either ten percent (10%) of the line item amount or $10,000, whichever amount is greater. Such adjustment shall not result in an increase to the total PROJECT cost. The adjustment shall be in writing, shall explain the reason for the adjustment, and shall be signed by the Project Manager, his/her Department Director and their Deputy Executive Director. The DISTRICT's Project Manager is not authorized to make changes to the Scope of Work and is not authorized to approve any increase in the not-to-exceed amount set forth in the funding section of this Agreement. 2. SCOPE OF WORK. The CITY shall complete the PROJECT in accordance with the Cooperative Funding Agreement for Engineering Services set forth in Exhibit "A" and the Proposed Project Plan set forth in Exhibit "B." Any changes to this Scope of Work and associated costs shall be mutually agreed to in a formal written amendment approved by the DISTRICT Governing Board and the CITY. 3. FUNDING. The parties anticipate that the total cost of the PROJECT will be Seven Hundred Thousand Eight Hundred Thirty Six Dollars ($700,836). Tampa Bay Water, A Regional Water Supply Authority (Tampa Bay Water), is the lead party for this PROJECT and is paying Four Hundred Thirty Thousand Eight Hundred Thirty Six Dollars ($430,836) of PROJECT costs. The CITY has agreed to reimburse Tampa Bay Water for Two Hundred Seventy Thousand Dollars ($270,000) of PROJECT costs in accordance with the agreement set forth in Exhibit "A." The DISTRICT hereby agrees to fund 50 percent of the CITY's commitment, up to One Hundred Thirty Five Thousand Dollars ($135,000) and shall have no obligation to pay any costs beyond this maximum amount. 3.1 The DISTRICT shall reimburse the CITY for its share of CITY PROJECT costs in accordance with Schedule "B" of Exhibit "B." The DISTRICT shall reimburse the CITY for 50 percent of all allowable costs in 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 above Scope of Work. 3.3 Each CITY invoice shall include the following certification, and the CITY hereby agrees to delegate authority to its Project Manager to affirm said certification: Page 2 of 5 ;;p r "I hereby certify that the costs requested for reimbursement and the CITY's matching funds, as represented in this invoice, are directly related to the performance under the Clearwater Reverse Osmosis Feasibility Study Agreement between the Southwest Florida Water Management District and the City of Clearwater (Agreement No. ), are allowable, allocable, properly documented, and are in accordance with the approved project budget." 3.4 The DISTRICT shall have no obligation to reimburse the CITY for any costs under this Agreement until the well rehabilitation work has commenced. 3.5 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. REPORTING. The CITY shall provide the DISTRICT with any and all reports, models, studies, maps or other documents resulting from the PROJECT. 7. 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. 8. DEFAULT. 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 of this 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. 9. 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. Page 3 of 5 ty..\ 10. 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. 11. PERMITS AND REAL PROPERTY RIGHTS. The CITY shall obtain all permits and all real property rights necessary to complete the PROJECT. The DISTRICT shall have no obligation to reimburse the CITY for any costs under this Agreement until the CITY has obtained such permits and rights. 12. LAW COMPLIANCE. Each party shall comply with all applicable federal, state and local laws, rules, regulations and guidelines, relative to performance under this Agreement. 13. COMPLIANCE WITH DISTRICT RULES & REGULATIONS. If the PROJECT involves design services, the CITY's professional designers and DISTRICT regulation and projects staff shall meet regularly during the PROJECT design to discuss ways of ensuring that the final design for the proposed PROJECT will technically comply with all applicable DISTRICT rules and regulations. 14. DISADVANTAGED BUSINESS ENTERPRISES. The DISTRICT expects the CITY to use good faith efforts to ensure that disadvantaged business enterprises, which are qualified under either federal or state law, have the maximum practicable opportunity to participate in contracting opportunities under this project Agreement. Invoice documentation submitted to the DISTRICT under this Agreement shall include information relating to the amount of expenditures made to disadvantaged businesses by the CITY in relation to this Agreement, to the extent the CITY maintains such information. 15. ASSIGNMENT. Neither party may assign or transfer its rights or obligations under this Agreement, including any operation or maintenance duties related to the PROJECT, without the written consent of the other party. 16. SUBCONTRACTORS. Nothing in this Agreement shall create, or be implied to create, any relationship between the DISTRICT and any subcontractor of the CITY. 17. THIRD PARTY BENEFICIARIES. Nothing in this Agreement shall be construed to benefit any person or entity not a party to this Agreement. 18. MODI FICA TIONS. This Agreement constitutes the entire agreement between the parties and may be amended only in writing, signed by all parties to this Agreement. 19. DOCUMENTS. The following documents are attached and made a part ofthis Agreement. In the event of a conflict of contract terminology, priority shall first be given to the language in the body of this Agreement, then to Exhibit "A," and then to Exhibit "B." A. Exhibit "A" B. Exhibit uB" Cooperative Funding Agreement for Engineering Services Proposed Project Plan Page 4 of 5 t;O 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 ~m~ ess Federal I D#: 59-0965067 Countersigned: CITY OF CLEARWATER ( ),~r '1) ~ William . Approved as to form: Attest: J ne C. Hayman ssistant City Attorney By: '/u.~~ ~ t!t1J ~ /f)/~I ~ Cynthi . Goudeau, City Clerk .. Date ,-- FederaIID#: 59-6000289 COOPERATIVE FUNDING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND THE CITY OF CLEARWATER FOR CLEARWATER REVERSE OSMOSIS FEASIBILITY STUDY (H002) DIS. TRIer. APP. ROVAL. .,.. R.A!fI. _ , . LEGAL ~ ~~~ .. RCD DEPT DIR DEPUTY EXEC DIR . GOVERNING BOARD . '61. Page 5 of 5 fJA AGREEMENT NO. EXHIBIT "A" COOPERATIVE FUNDING AGREEMENT FOR ENGINEERING SERVICES This Cooperative Funding Agreement for Engineering Services ["Agreement"] is entered into this ~ day of (lJ) ~'-- 2000, bet'v..,een the City of Clearwater, Florida, a . municipal corporation ["CITY"] and Tampa Bay Water, A Regional Water Supply Authority, an interlocal governmental agency created and existing pursuant to Florida Statutes Sections 373.1962, 373.1963, and 163.01 ["TBW]. WITNESSETH: WHEREAS, the City wishes to assist TBW in increasing the local supply and reducing demand on regional sources by renovating certain facilities of the City's water system; WHEREAS, CITY and TBW desire to explore the feasibility of construction of a water treatment plant on certain real property owned by CITY known as Reservoir No. 1 and associated wellfields ["Property"], and TBW has engaged the services of Camp Oresser& McKee Inc. ["COM"] to perform certain engineering work on said project, as described further in an Agreement for Professional Services between TBW and COM approved by the TBW Board October 16, 2000 contingent upon certain concurrences from the Clearwater City Commission, and accordingly the CITY desires to participate in funding such engineering services; NOW, THEREFORE, in consideration of the premises set forth above and the covenants and agreements set forth below, which each of the Parties acknowledges and agrees is good and valuable consideration, receipt of which is acknowledged by all Parties, CITY and TBW agree as follows: 1. Tampa Bay Water shall assure cooperation of COM with the City's consulting and staff engineers in assessment of the proposed project. The City shall timely notify Tampa Bay Water of any lack of cooperation, and Tamp Bay Water shall promptly take whatever action is necessary to assure full cooperation. 2. The City agrees to reimburse TBW an amount of up to two hundred seventy thousand dollars ($270,000), said sum not to exceed forty percent of the total amount of payment for work to be performed by COM under that Agreement for Professional Services approved by the TBW Board on October 16, 2000, with attachments ["COM Agreement"], subject to the following conditions: a. The City agrees to pay the above amount only upon receipt of written notice by TBW received by City on or before September 30, 2001 that TBW will not execute any lease, license, or facility purchase agreement concerning the Property; and b. TBW shall provide CITY with copies of all interim, status, and final reports produced by COM, all technical data and working papers regarding COM's services, and all analyses, data, document, models, modeling, reports and tests performed or utilized by COM and made available to TBW under the Agreement for Professional Services referred to above, and shall assure cooperation of COM with CITY's consulting and staff engineers in assessment of the proposed project. Page 1 of 2 3. This Agreement shall be effective as of the last date upon which all of the parties hereto have executed this Agreement. 4. This Agreement constitutes the entire understanding between the parties with respect to the activities contemplated by this Agreement. All prior agreements or understandings, whether oral or written, are superseded. This Agreement may be amended only by a written document duly executed by the parties. This Agreement shall be govemed by and construed under the laws of the State of Florida. Venue for any action arising under this Agreement shall lie in Pinellas County, Florida. IN WITNESS WHEREOF, the undersigned have hereunto set their hands and seals as of the date first above written. Countersigned: Approved as to form: Taw: ATTEST: BY~ . e , retary APPROVED AS TO FORM: BY: Donald D. Conn, General Counsel Page 2 of 2 CITY OF CLEARWATER, FLORIDA ...11 A - J} 111 Jj." By: "l7ftJLI1 ~~...--f) r.~ William B. Home, II Interim City Manager Attest: Tampa Bay Water, A Regional Water Supply Authority BY: ~~4,4.~- David J. Fisc er, Chairman Date / /-j 3 -Q') AGREEMENT NO. EXHIBIT "B" PROPOSED PROJECT PLAN THE CLEARWATER WELLS PROJECT PRELIMINARY DESIGN, PERMITTING, OPERATIONS ASSISTANCE AND PRE-CONSTRUCTION SERVICES AS SCHEDULE II A /I The qearwater Wells Project Preliminary Design, Permitting, Operations ' .. - ._.0.._ '. - - Assistance, and PrecoDStruction Services Scope of Services Project Desaiption This project is the first phase 01 a multiphase plan to increase the supply of wat;er from the City of Clearwater water supply wells, thereby decreasing the City's dependence on the Tampa Bay Water Regional System. The plan is structured to complete various modifications and enhancements to the Oearwater system in the immediate future that will optimize the quality and quantity of water produced. Phase 1 of the program will increase water production from the Clearwater water supply system by at least 2 mgd within 12 months. Additional modiiicati9ns and enhancements maybe subsequently implemented in the future to further increase loca1 system capacity. Phase 1 of the project consists of seven components as follows: ~ 1. Obtain the ClearwaterwPl1n(ltd Water Use Permit (WUP) from Southwest Florida Water Management District (SWFWMD). The City ccmsultant has stated that 5WFWMD is assembling the pemUt document for issuance in November, 2000. 2 Review the operation and production capability of all existing Clearwater weDs and equipment. 'Ibis component will address renovation and I or rehabilitation work necessary to operate all weDs at their pennitted capacity. CU1Tently, the weDs are operated to produce 3.1 mgd. The City of Oearwater has applied for WUP Capacity of 6.25 mgd for the wellfield. The City staff has indicated that, following relatively minor renovation/rehabilif:ation, it is reasonable to expect a short term. increase in \V@l1f'i"ld production of 0.75 mgd and a total wellfie1d proquction at the end of phase 1 of at least 5.9 mgd. More comprehensive work may be required to have all wells operate ~t pen:nitted capacity. 3. Construct approximately 8,500 feet of raw water supply pipe1in~ from well sites 23, 78 and 81 to the Reservoir 1. The City has three wells available for connection. These wells are considered in the WUP, Connecting pipelines must be designed and constructed to obtain water &om these wells. 4. Construct additional water treatment facilities at Reservoir 1. The membrane treatment facilities will be capable 01 producing a minimum of Quality Water as defined by Tampa Bay Water Amended and Restated Interlocal Agreement. The facilities'are expected to be comprised of membrane treatment units with other ~t processes, as necessary, to accommodate an initial raw water supply rate of approximately 3,4 mgd (expandable to 4.4 mgd) The initial raw water supply rate is based on existing wells tributary to Reservoir 1, plus well 23, 78 and 81. The ~.~I\T_r1lCIOt--'lDClCUAoIl.~IIT___'''_ 1 expanded raw water supply rate is based on the construction of five additional wells which are outside of the work of Phase 1. 5. Construct approximately 9,000 feet of concentrate delivery pipeline. The water treatment process will generate a concentrate flow. The concentrate will be discharged to the Marshall Street Advanced Pollution Control Plant. The concentrate pipeline may be delivered to the Marshal1 Street Plant using either a new pipeline constructed to the Plant or, if capacity is available, by discharge into an existing sewer pipe in Palmetto Street. 6. Extend the SCADA system to all water supply wells. The City monitoIS the operation of five of its wells using itS existing SCADA network. Monitoring of all of its wells should be completed for more reliable system operation and pennit compliance. An inmface will be established with the Tampa Bay Water SCADA network to allow Tampa Bay Water monitoring of Oearwater W...llR..ld operations. 7, Confirm water disinfection and arsenic control needs for existing and expected operations. The regional water supplies will soon ~ chloramines as a method for enhanced disinfection and water quality controL The basis and schedule for convetSion of Clearwater disiniection methods to the use of chIoramines must be confirmed. Standards for arsenic are changing and will impact the selection of the treatment process. Phase 1 work is planned for completion within U months. Completion of Phase 1 work is expected to increase the rate of raw water production (prior to treatment . concentrate losses) at Reservoir 1 from 1.4 mgd to 3.4 mgd. Well rehabilitation and renovation work during Phase 1 is expected to increase the rate of water production at Reservoir 2 from 0.7 mgd to 1.0 mgd, and at Reservoir 3 from 1.0 mgd to 1.5 mgd. The total potential inaease in raw water production from 3.1 mgd to 5.9 mgd at the conclusion of Phase 1 is possible. The City of Clearwater has committed to a net production increase &om Phase 1 of at least 2.0 mgd. Phase 1 would also result in enhanced water quality and compliance with proposed future drinking water regulations at Reservoir 1. Scope of Services Camp Dresser &: McKee Inc. (COM) shall perform the following tasks under this authorization: Task 1: Preliminary Design COM shall prepare a Basis of Design Report (BODR) and Preliminary Design Drawings for the water treatment plant improvements at Site 1; the raw water supply system from Wells 23, 78, and 81 to Site 1; the concentrate discharge pipeline from Site 1, and the wellfield SCADA system. AS 2 CoIOOCIM-l-.ac.u ....nT_~'II.cIIJoC.UlOCll...-I~.,\T_~'..._ 1.1 PipeliM Routing ConfimuJtitm COM shall confirm the use of the proposed new raw wa~p_ip~~es from existing wells to the new treatment facility and for the concentrate Pipeline from the new treatment facility to the sanitary sewer c:onnection. COM shall define routes based on the following: · Review existing data and iniomaation on existing utilities. Excavations/Utility location surveys to locate existing buried utilities are not included. · Conduct field route review. · Criteria include the availability of right-of-way, time to pemait, number and difficulty of utility cont1icts, time to construc:t and construc:tion costs. · To the extent possible, select a pipeline route that mi11imizes or eliminates the necessity of acquiring new property or obtaining temporary or pemument easements. · Confirm special COI1Struction method requirements such as jack &: bore and horizontal directional chilling. '. · Confum the required area for pipeline p1aNOn1-d: and COl1Strud:ion activities. · Review City of Clearwater and Tampa Bay Water standards and make recommendations on their application to the project. · Confirm design criteria requirements. · Confirm the attributes of diH~eut pipe materials which will meet design criteria requirements. · Confirm requirements for surveying and geotechnical investigation. · Provide a preliminary design drawing of proposed pipeline and routes. 1.2 Water Treattnent System Process Selection COM shall work with Tampa Bay Water and the City of Oearwater to jointly develop water quality goals. COM shall prepare draft raw water and finished.water quality aiteria for review by Tampa Bay Water and the City of Oearwater. COM shall define the basis of design for a new water treatment facility in accordance with anticipated raw water quality and finished water quality requirements as defined by the interlocal agreement between Tampa Bay Water and Pinellas County, the intermediate recipient of finished water and supplier to the City of Clearwater. It is anticipated that water treatment facilities will include: · Dual media pressure filter.; AB 3 C.~.I-..x.ou I\T__'II.GooC.'IXlCUUI!.IIlluLQC.lU.IIT__...... · Cartridge filters · Membrane (reverse Osmosis) filters . Oegassifier · Clearwelllbaclcwash tanks · Chemical storage and feed systems · Disinfection and Stabilization FadJities · Pumps, piping, valves and controls 1.3 Raw Water Supply System CtmfigurtltUm COM shall define the basis of design lor conveyance of raw water from weDs 23, 78, and 81 to Site 1. This shall include sizing and configuration of wen pumps, raw water pipeline sizing, and definition of support requirements such as instrumentation and power supply. . 1.4 SCADA System Design Dquatitm The City has developed a SCADA S}t~lbu and installed that S}Sh:.ul at five.well locations. COM shall adapt that system for use at other well sites and shaD. provide for radio based transmission of well operating data and txeatm~plant data to a single computer site for data loggmgand control An interface will be established with the Tampa Bay Water SCADAnetwork to allow Tampa Bay Water monitoring of . Oearwater WellfieId operations. 1.5 Progress Meetings The CONSULTANT wiD c:anduct biweekly prog.cess meetings.with Tampa Bay Water. and the City of Clearwater to brief both parties on design progress and obtain owner buy-in on key design dflt"is1ons. The CONSULTANT shall prepare minute of the meeting and distribute to all attendees as a means of documenting key decisions. A maximum of 8 design IeView meetings is antidpated. 1.6 Basis of Design &part The CONSULTANT will prepare basis of design report for submission to Tampa Bay Water. The report will include input from several design disciplines including geotechnical, process, civil, strw:turat architectural, landscape architectural, mechanical, electrical, and instrumentation and controL The report will address the following key project design parameteIS: 1. Plant capacity and major process flows - Membrane system requirements · Number of units and redundancy requirements · Pretreatment requirements - Blending Objectives AS 4 CUlOCUMI-I~_1\1'_~t8lLcJoaC.~.'-.oou "'_11lIIIl'_ · Post-treatment including disiniection and stabilization · AndIlary Facilities 2 Raw Water Supply System . ~"''''.-! ..... "--,..'., Il"'" ._. _. ~ 3. Concentrate Disposa1System 4. Landscaping and Stoanwater Management Requirements 5. Architectural Floor Plan and Finished Floor Elevations 6. Waste Disposal i:acluding domestic: sanitary waste, cleaning solutions, cross- connection avoidance, etc. . 7. SCADA System _ 8. Preliminary Drawings · Process Flow Diagram(s) (PFD's) · Process and Instrumentation Diagrams (P&:ID's) · Water Treatment Plant Site Layout Drawing · Civil Site Plan · Landscaping Plan · Preliminary Architectural Plan and Finished Floor Elevation · Pipeline Route Survey and Plan Drawings · Well Improvement Plan and Detail Drawings 9. Update to Schedule and Cost Opinions Task 2: Surveying COM will subcontract with Florida Design Consultants for the preparation of topographic and public right-of-way surveys for the plant site, pipelines, and well sites. AB 5 ~--~ IIT_~~__oc:.lS IIT_1IIlIII'I.... 2.1 Topographic 5uroey &serooir 1 The Topographic Survey will include surface elevations on a s.o' gri4.;CJ.~,.eq~v.~t,._._... _. .. -'swaies;ditches,-topofbank, toe of slope and water elevatiOn, if any, visible improvements, perimeter fence (being the site boundary), utilities, invert elevations, pipe sizes and pipe material if obtainable existing buildings of adjacent residential subdivision on the west and specimen trees 4"and larger diameter at breast height. Benclunarks will be located within the project area. . The vertical data provided will be related to National Geodetic Vertical Datum 1929 adjustment. The Horizontal Data provided will be related to North American Datum 1983/1990 adjustment, state plane coordinates, Florida zone west (902) to facilitate easy of insertion into any Geographic Information System (GIS) in use. 2.2 Right-of-Way IIIUl Topographic Suroey Prepare a certified Right-of-Way and Topographic Survey in accordance with Florida . State Statues Governing Surveying and Mapf'ul5 as one of the existing rlght-of-ways. The Right-of-Way and Topographic Survey will be prepared at 11"=20' Scale, plotted on 24~'x36" stable based mylar material. Minimal section boundaries if any will be surveyed in order to establish land lines. ., r' The Topographic Survey will include surface elevations on a 50' grid or equivalent, swales, ditches, top of bank, toe of slope and water elevation, if any, visible improvements and lJh'iti~.. invert elevaticms, pipe sizes and pipe material if obtained and specimen trees, 4" and larger diameter at breast height. Benc:hmark.s will be located within the project are.a- The vertical data provided will be related to National Geodetic Vertical Datum 1929 adjustment. The Horizontal Data provided will be related to North American Datum 1983/1990 adjustment, state plane coordinates, Florida zone west (902) to facilitate easy insertion into any Geographic Information System (GIS) in use. . Budgetary cost for Task 2.2 is based on 18,500 lineal feet of pipeline. Florida Design Consultants will provide deliverables and data format as previously submitted on other COM projects. &elusions 1. No digging, probing or excavation by hand or machine or subsurface exploration for any \U\dergroW\d improvements is included within the scope of services. Only improvements with visible evidence above groW\d will be located. 2. All support documentation such as, but not limited to, Deeds, easements, right~f- way maps, title research, deeds and l~gaI descriptions, etc. will be supplied to the Surveyor. AB 6 C1DOa./IoIlI.l~OCALS-I\T_~I_.,-:,'DOQlUI._ ceou IIT_____ 3. The client will provide access to locked lift station, fences, etc. and access to any other structure necessary to carry out the scope of work. Task 3: Geotechnical Report The CONSULTANT will subcontract with Driggers Engineering SerVices Inc. for conducting a geotechnica1 investigation program and preparation of a geotec:hnica1 report. The geotechnical investigation program will be designed to identify areas of potentially unsuitable soil conditions and high corrosivity. Where unusual soil conditions or hazardous materials are identified as a result of the investigation pro~ remediation of these conditions will be authorized as additional services to the contract. Task 4: Permitting COM shall confimt project pem1it requirements and use permitting time as a major aiterion for pipeline route selection and treatlnmt plant site modilications. The pem1itting definition anticipates that COl1CE!ll.tr41te disposal shall be by discharge to the City sewer system in accordance with the City Sewer Use Ordinance and that no modifications to the City's wastewater discharge permit will be requiI'ed as a result of this action. Concentrate will be discharged into a new pipeline, and eventually to the Marshall Street Water Reclamation Facility. COM will attend up to five pre- .... application meetingswhere a pre-appJj~tion meeting is required. orpreferred. The Reservoir site comprises a designated portion of the Sid I.idcton/Fred Couroyer Recreational Center. The site.is owned by the City of Clearwater and assigned to the administrative control of the City Parks and Recreation Department. The existing reservoir site is zoned as institutional property; the balance of the site is zoned open space/recreation (OSR). COM shall prepare and provide project and site use infoanation as necessary for Tampa Bay Water and City staff approval of a portion of the site with OSR zoning for construction and operation of the proposed project facilities. Rezoning of the City site for project pwposes is not required. COM shall determine the need for an Environmental Resource Permit early in the project and, if required, prepare a project site pIan and environmental resource pennit application for approval at the December 2000 Tampa Bay Water Board meeting, Construction permits will be identified and prepared for submittal to the proper authorities. COM will meet with each of the permit grantors will to summarize the construction sequencing and time constraints and to review procedures for obtaining required building permits. Task 5: Preconstruction Services COM shall subcontract to COM Engineers and Constructors, preconstruction activiaes that must be initiated early in order to achieve the desired 12 month AS 7 ~-,~ I\T_'nlaO,......c.~-.-OCIlU..I\T_~.._ schedule. These activities include initiation of construction permitting activities and procurement phase activities. 5.1 Field Utility Location Perfocn suJrsurface utility identification at the reservoirs, well pumPs, and pipe routing to identify and verify the location of any obstruction. 'IlUs activity is planned only to confirm the locations of known facilities and lines and is not designed to identify the pMSence or locations of underground structures and lines that are not previously known to COM. 5.2 Cost Estimating 'Construction cost estimates will be provided to the design team as major components at the completion of the Preliminary design 5.3 Early Equipment Procurement , Once the design team has identified. specific equipment performance criteria and building requirements and the Owner has accepted, purchase orders will be prepared for purchasing such equipment and materials once notice to proceed is provided by TBW. (ie., well pumps, RO, process pumps, pre-engineered metal building, MCC, etc.). 5.4 Scheduling A preconstruction schedule will be developed to track the progress of the design and permitting activities. The schedule will be consistent with t:he-.project schedule shown in Schedule "0" of the Professional Services Agreement. A preliminary construc:tion Primavera schedule will be developed. This schedule wiD continually be updated and maintained during the project design development and will be disc:ussed in each weekly design review meeting. 5.5 Vendor ldentificatUm VendorS will be identified for the various equipment and services required. A list of potential equipment and material suppliers will be developed. A meeting will be 'held with Tampa Bay Water and the City of Cearwater to identify those films that the Construction Management Team intends to pre-qualify and solicit price proposals from. These vendors will be interviewed to determine their capability to provide a quality product in a timely manner to meet the project requirements. AS Task 6: Wellfield Evaluation and Operations Assistance CDM shall utilize ~j!ilcri~t'Intemationa1 Inc. to provide assistance to Tampa Bay Water and the City of Oearwater related to optimizing perfonnance of the we1Ifield operations. The intent of this task is to identify quickly potential methods of increasing wellfield operations through minor well renovations, rehabilitation or operational adjustments. Subsequently, it will also be the intent of this task to identify where there are potential future production increases that will require Water Use Pennit modifications. A wel1field optimization plan will be prepared to present the 8 C'IDCCuI.II'I~.I\T_~I"-''oCClC:UMlI'I''-CCAU_I\T_~t._ results of the initial wellfield evaluation and recommend future activities required further evaluate or implement proposed wellfield optimiza~~ ~f!~~~",.~,.;,_____ 6.1 Water Use Permit Coordination The current City of Oearwater water use permit application will be reviewed and a meeting held with the 5WFWMD to assess regulatory concerns and constraints, potential peunitting difiicu1ties, issues that may effect System design, and final pennitting strategy. The existing City pennit proposal will be evaluated and compared to requirements for a new membrane facility for treatment of a combination of fresh and brackish water sources. Problem issues and proposed strategies and recommendations will be identified in a technical memorandum. .... 6.2 &isting WeUfield E'D1IbuztUm Data collected by the City on well yield and drawdown will be evaluated to identify potential wellspedfic problems. Data will be assessed to separate yield problems associated with pumps, valving or other mechanical issues from those caused by aquifer or well bore deterioration such as might stem from chemical or biological precipitates or partial borehole collapse. Where mechanical solutions are determined, specific: recommendations will be provided. Where potential aquifer or well bore problems are identified, recommendations will be provided for further testing and analyses or rehabilitation. Cost provided include recent and historic data evaluations .. and up to 20 days of field time with City staff to obtain additioriaI data on well yield issues. Recommendations will be provided on wPnfjpld operation, schedulhig, and site specific: well production rates. 6.3 Preliminluy Design RinD Water Supply Model The existing groundwater Bow and transport model developed for Tampa Bay Water by Missimer International will be modified to assess drawdown and long-term water quality changes at the proposed withdrawal rates and'locations with the City w~lIftt.ld. The hydraulic analysis will provide important inp,ut to the preliminary design of pumping and conveyance system. The model water quality projections will be used to assist in treatment process design and selection of membranes and high pressure feed pumps. Task 7: Public Information COM shall assist TAMPA BA Y WATER and coordinate with the City of Oearwater in developing and implementing a public information program to provide public access to information about the Project, receive public comments, and address issues and concerns through various communication techniques. The work under this task will be coordinated by COM with a subconsultant to be identified. The objectives of the public involvement/ information program are: 1. To develop a proactive public involvement/information program. AB 9 ~'I-.cc:ALS-I\T_r1laIl"dlII:C.~._O<:'L.S I\T_~tlll,_ 2 To obtain citizen input on key project issues. , .,: '~r"'!-f.~_'::;':.'" ''t', 'J, ,"';k-.';'" _~..., 3. To work together'with citizens toward mu~ gain solutions to issues, including site, appearance, aest:hetic:s, etc. 4. To inform citizens if, when and how construction will impact them. The CONSULTANT shall: 7.1 Deoelop CtmtmU1tit:y Strlltegy a. Meet~TAMPABAYWATER. b. Conduct field visits; update stakeholder database. Co Develop and edit plan with pro~.,'l team. 7.2 Small Group M<<tings fl1ith Sta1ceholder ullllers a. Develop and refine message points on facility appearance, aesthetics, and other design considerations. b. Develop Power PointpleSentation for small group. meetings. Co Coordinate, attend and manage up to 2 small group ~gs. ' , d. Prepare SUltlIl1aIy reports to TAMPA SAY WATER. 7.3 Meetings TDithRegulatory tmtl GorIemment Agencies a. Develop and refine message points. b. Cooidinate and attend up to 2 meetings. c. Prepare post-meeting summary reports. 7.4 Public lnput/lnftmtumon: Up to 2 Public Meetings a. Coordinate/conduct planning meetings with team. b. Coordinate/manage meeting logistics. c. Contact key stakeholders. d. Attend/manage up to 2 meetings. AS 10 ~~I~.t\T_noa'~'~"T""'1IllID'I__ e. Prepare articles for Master Water Plan Newsletter as required. f. Prepare follow-up report. Summary of DeIiverables The following work products will be produced as a result of this scope of services: 1. Draft Raw Water and Finished Water Quality Criteria (2 weeks from N1P) 2 Basis of Design Report and Preliminary Drawings as described in task 1.6 (2 months from N1P) 3. Right-oi-Wayand Site Surveys (TBD) 4. Environmental Resource Permit Application (if required) (6 weeks from NIP) 5. Geotechnical Report (TBD) .. 6. Preliminary Evaluation of Project PemIitting RequDements (2 Weeks from N1P) 7. Preliminary Design Cost Estimate (Initial Estimate 2 ~ from NlP, Det3ned Estimate 2 months from N1P) 8. Preliminary Construction Schedule (4 weeks from N1P) 9. List of Potential Equipment and Materials Suppliexs (2 months from NTP) 10. Preliminary WP-J11ield Optimization Plan (TBD) 11. Construction Site Plan (TBD) 12 Construction Procedures and Control Plan (TBD) 13. Health and Safety Plan (TBD) 14. Emergency Response Action Plan (TBD) 15. Preliminary Purchase Order and Subcontractor Agreement Plan (TBD) AB 16. Public Information Program Outline (TBD) 11 ~'I-.cc;..IU.I\T_~-'-:;~'~l\T__"" SCHEDULE "B" COMPENSATION 1.1 Co~pensation for Servi~ TAMPA BAY WATER shall pay CONSULTANT and CONSULTANT agrees to accept as fiill compf't1sation for the Setvices the co~tion as provided in Table B-1, which is atl2ched hereto and made a put heteoi: Payment wiJl be computed by the foIlowing , methods, as speci6ed.in Table B-2: 1.2 Method Qf~ent: Ttmil! linn Ma.,,""~1!11 (ThO For those portions of the Semces for which the method of compensation is 1M, TAMPA . BAY WATER. agrees to compensate the CONSULTANT for labor by tHing the ac:toal hourly wages paid to those petsons engaged diz:edly on such pcmions of the SetVic:es, pw:suant to the hourly rates n~'llted in Table B-3. TAMPA BAY WATER. agrees to teimbuae the CONSULTANT, in ~,.)mtion to above ... noted compensation for labor, for the i:es of SubconsuItmm and out-of-pocket, non- peISonnel expenses and costs, at the actual cost inamed. TypK:a1 out-of-pocket expenses shall include, but not be linnI'M to, travel expenses (lodging. meals, etc.), job-related mileage, computer c:h2%ges~ loug distance n-1-phone caDs, printing and J:ePmduction costs, and survey supplies and m~...,.,.;~lq., An out-of-pocket expenses shall be.~ to. the st2t1ltmy per diem. In the event the subject Setvic:es zequtte the use of spc:cial equipment, such as boats, swamp buggies, etc., additional direct ~ shall be made for the use of this equipment. . The not-to-cCeM compc:nsation amounts shown. in Table B-1 indicate per t:.ask not-to- exceed amounts and a total not-to exceed amount for the Se:tvices. These I1Ot-~ amounts include compf'llsationfor labor, reimbutSeD1ent for all direct expeases (ODCs) and COmpensation for fees of Subconsuh:mts. 1.3 Method of Payment: Lnmp sum ~ Compensation to the CONSULTANT shall be deteanined usiog the following foanula: Petcent Complete x Task Lump Sum Amount where: (a) Percent Complete shall mean the fraction of Services completed on a specific "lump sum" wk duEing a billing peJ:i.od. (b) Task Lump Sum Amount sh2Jl mean the contr.lc:t amount for completion of a specific: portion of the Services as j~tiiicd. in Table ~t. .,.....\.-...:.';:" '. .'. . ,. "f..~ . '.. The not-to-exa:ed compensation amounts shown in Table B-t indicate per task not-to- exceed amounts and a total not-to exceed amount for the SetVices. Bonuses, if any, to be paid for euly completion of Services must be specificaJ1y identified as such (Bonus for Euly Completion ofSenic:es) in Table B-1 and shall be made in the man of a '1ump sum" payment from the TAMPA BAY WATER's Allowance at the time: final payment is made under the Agreement. 1.4 Method of Payment - Unit Price Compensation to the CONSULTANT shall be ~ifted usiag the following fi,ny,11~' Amount of Units x Unit Fee whete: (a) Amount ofUuits sl12ll mean the number of units used fOJ: a spc:cifu: "unit price" task dw:ing a biDiug period. (b) Unit Fee shall mean the. contmd: amount st2ted per UDit, as identified. in Table B-4. The not-to-exceed compensation amounts shown in Table B-1 mmMllte per task Dot-to- exceed amounts and a total not-to exceed amount for the S~ 2.0 ContClct T ","it The compensation paid under this ~t' shall not exceed the Grand Total amount OJ: the per task Toed amounts shown in Table B-1, without prior written autbM-hOQ &om TAMPA BAY WATER in the fonn of a w:titb::n a"'mdm~t to this Agreement. 3.0 Compf'n!llation for Additional Services Compensation to the CONSULTANT for pez:fo.tmance of Additi()o9.l Setrices puzsuant to panV-ph 11 of this Agreement, as well as the spc:ciiic services to be perfoaned and time of completion, shaJI be dH~med in a written lIt1lf'nnmmt to this Agreement in advance of petfoanance of said Additional Services, unless TAMPA BAY WATER authorizes in W1iring compensation for said AddUioD2l Services &om the TAMPA BAY WA1ER's Allowance. Non-scope senices must be identified by the CONSULTANI' prior to their perfoanance. Failure to notify TAMPA BAY WATER in W1iring of non- scope services as required above shan be deemed a waiver of any claim by ~ONSULTANT that such services wea: non-scope services. 4.0 TJmeofP~ent CONSULTANT shall submit invoices to TAMPA BAY WATER. by the 20th day of the month for an Services ac"""'P1i,hed the pnMous aJ-.dar month, ~"~rfi"g pmpetty' do,cH,gs and propetties ~nt'nft'I"'ded for ~mmt domain ac:qnillffion. Ii TAMPA BAY WATER. &iJs to make my payment due CONSULTANT for serric:es and expenses within sixty (60) days after :eceipt of CONSULTANT's invoice, CONSULTANT may, after giving seven (T) days writtm notice to TAMPA BAY WATER, suspend serric:es under this Agteement until it has been paid in fUll an amounts due CONSULTANT heteunder. Monthly invoices shall inrlnrf... separately listed dwges for those po.ttiaDs of the Senices for which Lump Sum md 1M c:ompemation applies, ~h1rfH,g fees foz: Subc:cmsultmts andteimbur.sabIe expeases aDd costs. 5.0 TAMPA BAYWATER.'s Allow2nce The TAMPA BAY WATER's Allowmce is for TAMPA BAY WATER's use, in the sole disaetion of TAMPA BAY WATER, for the payment for.Additioaa1 Serrices beyond the scope of the or;g;n~l Setriccs. Any bonus to be paid shall be &om the TAMPA BAY WATER's ADawmc:e. 6.0 Late ~"'~ If TAMPA BAY WAlER &ils to make payment to CONSULTANT within the time period set forth hen:in, any such late payment shan ac:c:me ~ at the rate of eight (8%) percent per annum. TABLE B-1 Tampa Bay Water The Clearwater Well. Project Table of Proposed Fees v ~8k CDM Hours CDM Labor ODC'. Sub. Total ~~~ J~.~re~~l~!ry P~~19!l__ 2.050 $223.650 $33.533 - $257.083 0 - - 198.950 $98.ssij""-'-' -- f:-~k 2: Surveyi~Q,__.__ 0 - - 132.200 $32.200 -- Ti~!~ 3:J~!.~!!~~!1J~J~'!t~rt - 258 128 678 $4.286 .. $32862--- Tisk ~~e.!r.mm!~g_.:._. , _ 1120 $147980 $22 194 -- --..,1- '_', __ . '__ ask 5: Preconstructlon Services .. 1170.154 ' - t~s~ ]~'~.!ff!!!l~)~y!1~a~l~n8n~ OeeretJo'!!M!Jstance 212 $26.684 $3.835 $48.200 -.-- _._..-...._~. $n.599 =- lIP' Task 7: Public Informallon 104 $10.424 $1 584 $20000 -j3{988 ---- ...-. ... .-.--...-........ '............- '--_1::____ ------ !: - ....-. IG-,and Total 3742 $438.074 $65.412 $199.350 $700.836 vi .. 'X \./~ K . , ~ -' 8:\18W\11b1e 81 R....lId 10,D:I.llO.aIa DIK AB TABLE ~2 I. 2. 3. 4. S. 6. 7. METHOD OF PAYMENJ: nme & Materials Unit Price Unit Price nme & Materials nme & Materials nme & Materials Tune & Materials Preflmlnary Design SUI'V8yfng GeotechnfcaI Report ==..., Servfces WeIIIeId Evaluation and Operations Assistance PublIc Intorrnation C:1COCU1otIj.,IJ1m1LOCALS-1\T....1lIOO'ID 11M tG.Cl:l.GO.aoa tQ104IlIO TABLE B-3 SCHEDULE; OF.,.fiOURL Y BILlING RATES I orv Hourtv Ratee '195.00 ~ '185.00 ~ '150.00 5afetv Olnlctar 1185.00 p )I.... !I. '146.00 .&98f8tant '140.00 Senior Prcr.wknl8l '130.00 ScheduJer '120.00 ProfBUIDi1ld '100.00 OffIce 175.00 Senior OeafanT___ $98.00 T~ 158.00 Adm'"I"~ $45.00 . AB C:IDOCUME- lIllCllI&.ClCALS-l\T__T A8l.& 83.cIoII TABLE 8-4 SUBCONSUL TANT UNIT PRICES UnJt EstImated EstImated Item De8crI on Fee Amount Co8t 1. SUrvey 1. Topographfc Surveyar Ruervofr 1 LS. $11,700.00 2. R -of-W and 11 ra hie Su 18.500 $87.250.00 2. Geotec:tUilC8j 1. Mobilization and Oemcbllzatlan 1.1 Standard Truck Mounted DriB Unit 500.00 ea. 1 $ 500.00 1.2 Trailer RIg 500.00 ea. 1 $ 500.00 2. Standard Penetralfan Test Borings , 2.1 Truck-Mounted 0riU RIg 12.5On..F 1.270 LF $15,875.00 2.2 Trailer RIg 1.500.00IDay 3 Days $ 4.soo.00 3. Drilling Oepartment Manager Caardflladon 500.OOIDay 20. $ 1,000.00 of UtIIly ae...1C8 and Teet loc~.. 4. Graalllm An8Iy8Is 18.00188. 50 $ 900.00 5. AIIemerg LfmIt8 45.OOIea. 25 S 1,125.00 6- Organic CantIInI 18.00Iea. 20 S 380.00 7. ConosMty ~ (pH, Chloride, SUJfate 12O.00Iea. 10 S 1,200.00 and Lab s~ Item 2 $25,960.00 AB l::'DOCUlotE-lIl1caIl.OCAI.lS-l\Temo\TA8LE B4 AE'l21G.Oiloa.doll SCHEDULE "e" CBlc~'J,l'lCATE OF INSURANCE FORM C-I T.a.2:. ....,... ~~~_u ~n~ M..... r......~~ :: r.......... L -. ~. r.....: ....... 1\1' . AI'.... .. r~ ~ ....... . '" art data rUab ... ita ... in... 19!! number -f .=.,":_;' 1..... f 1A i I I ; Sch.l<I... -0- T...... ...,...... The ca..rw.e. ..... Prafec;t ... ; I' t. r ! L f j. f.": r. E;.', f f r'-:. l.~. it ". t... i. . .. i ~ f I f. i f iIiII..., iI.i. ~. l.: ,. PSI' __-a.... t - CrIIIcIIl.... j f -Sunlwy_ J .. PragJ 111 point . " ~.... point 1 . Sunune.r paint ( . sa.t 1111"11_ paint t . FtnWa mIItlkh. paint '. I..~ . )" Prim.._a SW 1 ........ '". . , VRRnULE "En AS-NEEDED SCOPE OF SERVICES 0-2 Project Definition Activities The consultant shall.perfonn projeccdefihitionacuvities as a two step process. The fust step is intended to continn the: basis for proceeding in coordination with City of Clearwater priorities and plans for water supply improvements. The second step provides for further d~finition of proposed project facilities and processes to complete their design, construction and startup. Step I - Integrate TBW and City Plans 1. Identify City Water Plan and Priorities The Consultant shall meet City of Clearwater utilities staff and consultants, review City files and pertinent project documents. The Consultant sball prepare a brief memorandum summarizing the City plan objectives, priorities, schedule and basis for implementation. The Consultant shall submit that memorandum to TBW for'subscquent review and discussion. 2. Identify City Land Use aad Permitting Coaditions . The Consultant shall confirm the City permitting process, the materials needed to satisfy that precess and schedule for permit process completion. 3. Identify FDEPIPCHU Permit Conditions The Consultant shall confirm pertinent FDEPIPCHU permit conditions and procedUres for water supply well and equipment modifications, for water delivery pipe, valves and fittings, and for water treatment plant design, construction and operation. 4. Confirm WUP Status and Conditions The Consultant shall confirm the status of the City's request for renewal of its WUP permit, SWFWMD requirements for permit renewal and the work, procedures and schedule required for WUP renewal. 5. Project Schedule The: Consultant shall prepare a detailed schedule of activities for project completion which recognizes the impacts of a~mmodatiDg City water plans and priorities, City, FDEPJPCHU and SWFWMD permitting requirements. 6. Completion The Consultant shall complete Step 1 work within two weeks from the date of authorization. Step 2 - Facility Definition 1. PipelinestRouting Confirmation The Consultant shall confirm the use of the proposed new raw water pipelines from existing wells to the new treatment facility and for the concentrate pipeline: from the new treatment facility to the closest sanitary sewer connection. Proposed pipeline: routes are shown on Figure I, attached. The Consultant shall define routes based on the: following: Review existing data.and. infonnation on existing utilities. ExcavationslUtility location surveys to locat&S eXisting buried utilities are not included. Conduct field route review - Criteria include the availability of right-of-way, time to pe:nnit, number and difficulty of utility conflicts, time: to construct and construction costs. Confinn special construction method requirements such as jack & bore and horizontal directional drilling Confum the cequired area for pipeline placement and constrUcti~n activities Review City of Clearwater and Tampa Bay Water standards and make recommendations on their application to the project Confinn design criteria requirements A:\TBW]roject Definition Activ2.doc Confum the attributes of different pipe materials which will meet design criteria requirements Confinn requirements for SJlrvc:ying- andgc:oteehnic:al' investigatioIfA"" . . Consider permanent and temporary easements requirements Provide a sIcc:tc:h of proposed routes 2. Permitting Conf'umation The Consultant shall confirm project permit requirements and uSe permitting time as a major c:ritc:rion for route: selection. Table I. attached, shows the: possible permits nec:dc:d for this projc:ct depending on route detc:rmiaation. The pcrmiUing detinitionanticipates that concentrate disposal shaI1 be by ~arge to the City sewer system in accordance with the City Sewer Use Ordinance. Concentrate will be disc:&argcd into a new sewer pipeline, as indicated in Figure I. and eventually to the ManbaI1 Street Water Rec'.llUJation Facility. The Consultant will attend five pre-application meetings. One meeting for e8Ch of the agencies shown on Table 1 where a ~licatiOD meeting is required or prefeu~ 3. Membrane Treatment System The Consultant sball define the basis for a new water treatment &eility in accordanc:e with the scope definition process summarized in theattachc:d Table 2. 4. Wellfield Development Coordination The Consultant shall coordinate its activities under this work order with concwreut for rehabilitation and development of the City of Clearwater wellfield for raw water supply to the pipelines and treatment fi1cilities considered in this work order. s. Opinion of Construc:tion Costs The Consultant shall prepare an opinion of CODStruction Costs 6. Meetings The Consultant will attend three meetings with TBW and the City of Clearwater regarding pipeline route, c:onc~trate disposal and treatment process and permitting confirmation. . . .. '- A:\TBW _Project Definicion Activ2.doc