Loading...
COOPERATIVE FUNDING AGREEMENT FOR CLEARWATER REUSE CAPACITY EXPANSION PROJECT (K392) I ., -;II . r I 'J.'''' - I I AGREEMENT NO. OOCON000098 COOPERATIVE FUNDING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND THE CITY OF CLEARWATER FOR CLEARWATER REUSE CAPACITY EXPANSION PROJECT (K392) 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-Anclote River 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 Post Office Box 4748, Clearwater, Florida 33758-4748, 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 1,400 linear feet of a 16" reclaimed water transmission main to provide reliable reclaimed water service to existing and future residential and commercial customers, as the expansion of the pumping capacity at the Marshall Street 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 Andrew Bachtel 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 Page 1 of 5 p.O (r .. /' '.. '."' I ' . , , .', ''-,' . - " \..,' _: ',~,,' _/ ""'. (j..' "1 I 7 I \ . 'I ,. ,! fA I I 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. 1.2 The DISTRICT's Project Manager is authorized to adjust a line item amount of the Project Costs set forth in Exhibit "B" if such adjustment does not exceed ten percent (10%) of the line item amount, aggregate adjustments are less than $10,000, and such adjustment does not result in an increase to the total PROJECT cost. Such approval shall be in writing, shall explain the reason for the adjustment, and shall be signed by the Project Manager and 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. 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 "8," both attached hereto and incorporated herein. Any changes to this 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 consultants or contractors it engages under this Agreement. 3. FUNDING. The parties anticipate that the total cost of the PROJECT will be Two Million Two Hundred Thousand Dollars ($2,200,000). The DISTRICT agrees to fund 50 percent of the PROJECT costs up to One Million One Hundred Thousand Dollars ($1,100,000) and shall have no obligation to pay any costs beyond this maximum amount. The CITY agrees to fund 50 percent of the PROJECT costs up to One Million One Hundred Thousand Dollars ($1,100,000) 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 PROJECT costs in accordance with the Project Costs set forth in Exhibit "8." The CITY shall contract 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 refine the amounts set forth in the Project Costs and shall be incorporated herein by reference. The DISTRICT shall reimburse the CITY for 50 percent 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: Page 2 of 5 I I 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 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 July 31, 2002, 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. TERMINATION WITHOUT CAUSE. This Agreement may be terminated by the DISTRICT without cause upon fifteen (15) days written notice to the CITY. Termination shall be effective upon the fifteenth (15th) day after the CITY's receipt of said notice. In the event of such termination the CITY shall be entitled to compensation for all services reasonably and properly incurred to the date of termination. Page 3 of 5 /}iJ . ; " l' II I 10. 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. 11. DISTRICT RECOGNITION. The CITY shall recognize DISTRICTfunding 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 forthis 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. 12. PERMITS AND REAL PROPERTY RIGHTS. The CITY shall obtain all permits and all real property rights necessary to complete the PROJECT priorto commencing any construction involved in 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. 13. LAW COMPLIANCE. Each party shall comply with all applicable federal, state and local laws, rules, regulations and guidelines, relative to performance under this Agreement. 14. 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. 15. 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. 16. 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. 17. SUBCONTRACTORS. Nothing in this Agreement shall create, or be implied to create, any relationship between the DISTRICT and any subcontractor of the CITY. 18. THIRD PARTY BENEFICIARIES. Nothing in this Agreement shall be construed to benefit any person or entity not a party to this Agreement. Page 4 of 5 ;il f . II J I 19. MODIFICATIONS. This Agreement constitutes the entire agreement between the parties and may be amended only in writing, signed by all parties to this Agreement. 20. DOCUMENTS. The following documents are attached and made a part of this 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 "B" Special Project Terms and Conditions CITY's Proposed Project Plan 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. ~11!~ Countersigned: Approved as to form: ~~as Assistant City Attorney SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT By: ~ FederaIID#: 59-0965067 CITY OF CLEARWATER 13Jt ~ B: Michael J. Roberto, City Manager Date Attest: "'.. '- '- - By: ~Cynthia E. Goudeau, FederaIID#: 59-6000289 - }v; ity Clerk-.. COOPERATIVE FUNDING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND THE CITY OF CLEARWATER FOR CLEARWATER REUSE CAPACITY EXPANSION PROJECT (K392) ;JD Page 5 of 5 DISTRICT APPROVAL INIl]ALS ,Y'4\lE"", LEGAL ~ ~ RISK MGMT ~ CONTRACTS ~ RCD DEPT DIR ~ DEPUTYEXECDIR . A-Oil GOVERNING BOARD .- I I AGREEMENT NO. OOCON000098 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 CONSULTANT and CONTRACTOR, and shall give notice to proceed to the CONSULTANT no later than May 31,2000. 2. APPROVAL OF BID DOCUMENTS. The CITY shall obtain the DISTRICT's written approval of all construction bid documents priorto being advertised or otherwise solicited. 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 of the 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. 5. APPROVAL OF CONTRACT. The CITY shall obtain the DISTRICT's prior written approval of all contracts entered into with its CONSULTANT's and its CONTRACTOR's as referenced above in item number one of this exhibit. The DISTRICT shall not unreasonably withhold such approval. 6. COMPLETION DATES. The CITY shall commence construction on the PROJECT by July 31, 2001 and shall complete all aforementioned work within ten 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 Page 1 of 4 (JIJ J I 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. ARC/INFO DELlVERABLES. The CITY shall deliver reclaimed water facility mapping information to the DISTRICT as four separate ARC/lNFO coverages. All coverages shall have the following characteristics: ~ Double Precision. ~ Projection of Universal Transverse Mercator (UTM), Zone 17, NAD 83/90 datum (HPGN), units of meters. ~ Full topological structure with no edit masks. ~ Verified FUZZY tolerance of .001 meters. All coverages shall be delivered as ARC/INFO EXPORT files on new 8mm tapes or CDROMs. If approved in writing, transfer via Internet FTP will be accepted. The following coverages shall be delivered: If requested, the DISTRICT will provide technical assistance and digital orthophoto basemaps that can be used for data automation. All coverages shall be delivered as ARC/INFO EXPORT or shapefiles files on new 8mm tapes or CDROMs. If approved in writing, transfer via Internet FTP will be accepted. The following coverages shall be delivered: Wastewater Treatment Plants Coverage Name: WWfREA TPL Description: Locations of all wastewater treatment plants. Treatment plants should be located by a point that represents the approximate center point of the plant. All features must be located within plus or minus 6 meters of their actual location. Coverage Type: POINT Items in addition to default attributes for ARC/INFO point coverages. PLANT_CAPACITY 4,12, F, 2 Permitted annual daily average treatment capacity, in millions of gallons per day (MGD). Page 2 of 4 pO .' ~. AI I I PLANT FLOW 4, 12, F, 2 Annual daily average of treated water, in millions of gallons per day (MGD). PLANT_RE_FLOW 4,12, F, 2 Annual daily average flow of reclaimed water, in millions of gallons per day (MGD). REP YEAR Reporting year PLANT_FLOW and PLANT RE FLOW values. 4,4, I PLANT NAME 40,40,C 3,3,C Treatment level: SEC Secondary SAD Secondary Advanced (SEC. with filtration) ADV Advanced. (AWT-5-5-3-1 ) Name of treatment plant. TREAT LEVEL DISINF LEVEL 2,2, C Disinfection level: BA Basic IN Intermediate HI High Reclaimed water Transmission Lines Coverage Name: RWLlNES Description: All proposed and existing reclaimed water lines. All features must be located within plus or minus 6 meters of their actual location. Coverage Type: LINE Items in addition to default attributes for ARC/INFO line coverages. LINE STATUS 2,2, C Current status of reclaimed water line: EX Existing line. PR Proposed line. LINE SIZE 4, 12, F, 1 Diameter of reclaimed water line in inches. LINE FUNDING 1, 1, C Is funding provided by the District for this line? Y Yes N No Reclaimed Water Storage Areas Coverage Name: RWSTORAGE Page 3 of 4 ) I Description: Locations of all reclaimed water storage facilities. Features should represent the connection point to the reclaimed water line. These points shall have an accuracy of plus or minus 6 meters. Coverage Type: POINT Items in addition to default attributes for ARCIINFO point coverages. STORAGE TYPE 4, 4, C Type of reclaimed water storage facility: POND Pond. TANK Tank. ASR Aquifer storage and recovery. STORAGE FUND 1,1, C Is funding provided by the District for this facility? Y Yes N No STORAGE STAT 2,2, C Current status of storage facility: EX Existing PR Proposed Reclaimed Water Users Coverage Name: RWUSER Description: Locations of all users of the reclaimed water. Users should be located by a point that represents the connection point of the user to the reclaimed water line. These points shall have an accuracy of plus or minus 6 meters. Coverage Type: POINT Items in addition to default attributes for ARC/INFO line coverages. USER NAME 60, 60, C Name of the reclaimed water user at that location. QUANTITY 4,12, F, 3 Estimated annual daily average amount of reclaimed water used, in millions of gallons per day (MGD). USER STATUS 2,2, C Current status of user: EX Existing user. PR Proposed user. USER STORAGE 1, 1, C Onsite reclaimed water storage: Y Yes N No Page 4 of 4 IJI) I AGRE~ NO. OOCON000098 Exhibit "B" Application For Cooperative Funding For FY 2000 CITY OF CLEARWATER RECLAIMED WATER SYSTEM EXPANSION CLEARWATER ICW TRANSMISSION MAIN UPGRADE 1 .~ .' , I I 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 facilities include the Marshall Street Advanced Pollution Control (APC) Facility, the Northeast APC Facility and the East APC Facility. The City has recently completed construction 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. The City has begun design of the North Beach Reclaimed Water System and a new Northeast Storage and Pumping Facility. Completion of the Northeast Storage and Pumping Facility and expanding service to the South Beach area is planned for FY 1999. These projects are being funded by the City of Clearwater in cooperation with the Southwest Florida Water Management District. The City is also completing an update to its Reclaimed Water Master Plan. This planning effort has outlined a plan for 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 continues to work 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. The project requested for FY 00 is consistent with the Master Plan Update scheduled to be submitted for Water Management District approval in December 1998. 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 irrigation and other approved non-potable uses. This \vill include the construction of transmission mains, storage tanks, and distribution piping systems to provide access to the system customers. 2 ;JfJ I I The implementation of the system will be accomplished in a phased method over a 20 year time frame. Full implementation of the system is anticipated to measurably meet the present irrigation demand in Clearwater, estimated to be 16.1 MOD and to reduce wastewater effluent discharge to Tampa Bay and Clearwater Harbor, which presently has a combined surface water discharge of 15.5 MOD. 3. Project Description: ICW Transmission Main Upgrade The City of Clearwater has recently completed construction of transmission and distribution systems to serve the Clearwater Beach area beginning with the Island Estates area. The City is currently designing expansions to the system on North and South Clearwater Beach. These projects are included in the Basin Board's FY 98 and 99 Cooperative Funding projects. One segment of transmission piping was not included in the previous projects. That segment is the crossing of the Intracoastal Waterway near SR 60, or the Memorial Causeway. Two factors influence the decision to delay the construction of this critical segment of the system. First, when this reclaimed water system was being planned, the City was beginning the process of determining the route of a replacement bridge for the existing Memorial Causeway Bridge. Several routes were being considered that would potentially interfere with a new reclaimed water transmission main. Therefore, in order to avoid a costly relocation should the pipeline be installed and then have to be moved away from the new bridge, the decision was to made to wait until the bridge alignment had been determined before this pipeline was constructed. Secondly, an existing abandoned potable water main was in place across the water way. This pipeline was determined to be viable enough for the short term to function as a reclaimed water main until the bridge alignment issue was resolved. This delay in construction of this expensive segment of the transmission pipe saved overall project costs for the City and the District. As the reclaimed water system is expanded to include service to the North and South areas of the Beach in addition to the recently completed Island Estates area, this segment requires replacement to insure the reliable operation of the transmission system. This project is identified as the next priority project in the Draft Master Plan Update being prepared as part of the FY 1998 cooperative funding program. This project is depicted on Figure I. This project will, when combined with the other facilities either constructed or planned will support the delivery of over 2.4 MOD of reclaimed water to the Clearwater Beach area. Marshall Street Pumping Facility Upgrade The City constructed a reclaimed \vater pumping facility at the Marshall Street APe 3 II " I I Facility site as part of the Island Estates project. The pumping system was designed and constructed to be expanded as additional reclaimed water services areas are added to the system. The current pumping capacity is designed for an average of 2.6 MOD or a peak of approximately 5.0 MOD. The Island Estates area has an estimated demand of 2.0 MOD. The proposed system expansion to the North Beach and the South Beach areas will add an additional 0.56 MOD of demand to bring the total system demand of close to 2.6 MOD. The Master Plan includes an expansion of service to the Harbor Oaks area of the City. This expansion, planned for FY 01, will require that the pumping capacity of the Marshall Street facility be expanded to provide ample flow to the expanding areas in the western portion of the City. The planned increase in pumping capacity will provide for a capacity of approximately 10.0 MOD peak flow. The implementation of these projects will: · Continue the development of reclaimed water systems in the City that will reduce the flow of treated effluent discharged to Stevenson Creek. · Allow for the reliable delivery of up to 2.6 MGD of reclaimed water to the Cleanvater Beach area. · Provide an increase in pumping capacity of up to 10.0 MGD peak flow to deliver to existing and planned areas that will receive reclaimed water service. · Be consistent with the Update of the Reclaimed Water Master Plan being conducted currently by McKim & Creed Engineers on behalf of the City. · Be consistent with City Comprehensive Planning Goal No. 18 to "PROVIDE, DEVELOP, AND lvlAINTAIN A PERil'lANENT POTABLE WATER SUPPLY SYSTEil'f TO iUEET ANTICIPATED DEMAND WHILE PROVIDING i\tlAXli\t/UiU PRACTICAL PROTECTION TO THE ENVIRONMENT AT A COST CONSISTENT WITH THE PUBLIC'S A.BILITY AND JVILLINGNESS 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." · The City of Clearwater lies within an area designated by the Southwest Florida \Vater Management District (S\VFWlVID) as a water caution area. Presently, Cleanvater is under water use restriction, limiting the use of groundwater resources for irrigation. 4 (;/) I I 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, Report.s 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 ofhigWy treated wastewater. · The City of Clearwater Comprehensive Plan, Sanitary Sewer, Solid Waste, Drainage, Potable Water, and Natural Groundwater Aquifer Recharge Element, 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 2000 request, project funds will be used to design and construct transmission and pumping systems that will allow the City to continue the phased development of the urban reclaimed water system. These projects will lead to future off- sets of potable water. 6. Deliverables: · Quarterly Design/Construction Status Reports. · Preliminary Project Design · Construction Bid-Packages 5 fY) .- \ I I · Construction Contract for S WFMWD Approval · Construction Completeness Letter From the Public Utilities Director in March, 2002. 7. Project Costs: · See attached Cost Estimates (Attachment 1) 8. Completion Schedule: · Apply for Basin Board Funding .......................................................... December, 1998 · Begin Project Design ...... ................. ...... ................ ...... ................ .......... F ebruaiy, 2000 · Complete Preliminary Design ...................................................................... May, 2000 · Complete Final Design ..... ....... ................. ........ ....... ................................ October, 2000 · SWFWMD Approve Bid Package ..................................................... November, 2000 · Receive Bids ........................................................................................... . January, 2001 · A \Nard Contract.......................................................................................... March, 2001 · Initiate Construction................. ................................................................... April, 200 I · Complete Construction .................. ........................ ............................... . February, 2002 9. Implementation: The design phase of the project will be commencing in the 1st Quarter of 2000. It is anticipated that project construction will be initiated in early 2001. Project funding will be available, from both the Pinellas-Anclote Basin Board and City of Clearwater, in the October 1999 time frame prior to start of construction. The City has budgeted the matching funds in the current 6 year Capital Improvements Plan. 6 (JIJ p . I 10. Key Personnel: Richard 1. Baier, P.E., Public Works Administration Director City of Clearwater P.O. Box 4748 Clearwater, FL 33756-4748 (813) 562-4780 Kevin Becotte, P.E. , Public Utilities Director City of Clearwater P.O. Box 4748 Clearwater, FL 33756-4748 (813) 462-6585 Thomas Hackett, Water Superintendent City of Clearwater P.O. Box 4748 Clearwater, FL 33756-4748 (813) 462-6848 Street Lee, P.E., McKim & Creed Engineers 60 I Cleveland Street, Ste. 205 Clearwater, FL 33755 (813) 442-7196 11. Additional Information: None at this time. 7 ~ I "'" I ATTACHMENT 1 I CITY OF CLEARWATER FY 2000 RECLAIMED WATER SYSTEM EXPANSION Cost Estimates UNIT TOTAL ITEM DESCRIPTION UNIT QUANTITY PRICE PRICE fCW CROSSING TRANSMISSION: , 16" HDD LF 1 ,400 $865.00 $ 1,211,000 TIE-INS LS 1 $24,650.00 $ 24,650 SUbtotal $ 1,235,650 Engineering Fees 20% $ 247,130 Contingency 15% $ 185,320 SUB-TOTAL $ 1,668,100 MARSHALL PUMPING UPGRADE Upgrade Pump Capacity LS 1 $394,000.00 $ 394,000 Subtotal $ 394,000 Engineering Fees 20% $ 78,800 Contingency 15% $ 59,100 SUB-TOTAL $ 531,900 TOTAL PROJECT COST: $ 2,200,000 8 (; OR :J) A EXISTING 16" RECLAIMED WATER LINE ER OR ~ ~ N 20" RECLAIMED WATER LINE EXISTING NEW 1601 DIRECTIONAL DRILLED PIPE ilDE \0 ~f ~rC:J EXISTING TEMPORARY RCW MAIN TO BE ABANDONED I .$M=I<IM&CREED ~ ~ ICW lRANSMISSlONMAIN ....... ... 11M.. .. OCCllD ... -.0 .. ..'" In - RECLAIMED WATER S'J~ I ut CITY OF ClVRWATER