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