COOPERATIVE FUNDING AGREEMENT FOR NORTH GREENWOOD AREA REUSE (K426)
,
! :t l'
j~
I
I
AGREEMENT NO.OOCON000140
COOPERATIVE FUNDING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
AN D THE
CITY OF CLEARWATER
FOR THE
CITY OF CLEARWATER NORTH GREENWOOD AREA REUSE (K426)
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 33756-4748, 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 reclaimed water transmission
mains in the North Greenwood area of the CITY, 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 below:
Project Manager for the DISTRICT:
Anthony Andrade, Mail Code DEV
Southwest Florida Water Management District
2379 Broad Street
Brooksville, Florida 34609-6899
Project Manager for the CITY:
Andy Bachtel
City of Clearwater, Reclaimed Water
Post Office Box 4748
Clearwater, Florida 33756-4748
Page 1 of6
r...O -.r/) /,.) /')./
L (/. _ ....
~1~\
I
I
Any changes to the above representatives or addresses must be provided to the other
party in writing.
1.1 The DISTRICT's Project Manager is hereby authorized to approve requests to
extend a PROJECT task deadline set forth in this Agreement. Such approval shall
be in writing, shall explain the reason for the extension and shall be signed by the
Project Manager and his/her Department Director, or Deputy Executive Director
if the Department Director is the Project Manager. The DISTRICT's Project
Manager is not authorized to approve any time extension which will result in an
increased cost to the DISTRICT or any time extension which will likely delay the
final PROJECT task deadline.
1.2 The DISTRICT's Project Manager is authorized to adjust a line item amount of the
Cost Estimate 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 "B," 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 Eight Hundred
Sixty Eight Thousand Dollars ($868,000). The DISTRICT agrees to fund 49 percent of the
PROJECT costs up to Four Hundred Twenty Five Thousand Dollars ($425,000) and shall
have no obligation to pay any costs beyond this maximum amount. The CITY agrees to
fund 51 percent ofthe PROJECT costs up to Four Hundred Forty Three Thousand Dollars
($443,000) 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 proposed Cost Estimate set forth in Exhibit "B." 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
Page 2 of 6
t~
I
I
amounts for the work set forth in such contract(s) shall refine the amounts set forth
in the proposed Cost Estimate 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:
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 December 31 , 2003, 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
Page 3 of6
~
..
I
I
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.
10. DISTRICT RECOGNITION. The CITY shall recognize DISTRICTfunding and, ifapplicable,
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.
11. 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.
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.
Page 4 af6
l;J
I
I
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. MODIFICATIONS. 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 "8."
A. Exhibit "A"
B. Exhibit "B"
Special Project Terms and Conditions
CITY's Proposed Project Plan
The remainder of this page intentionally left blank.
Page 5 of 6
J,.J
'.
I
I
IN WITNESS WHEREOF, the parties hereto, or their lawful representatives, have executed this
Agreement on the day and year set forth next to their signatures below.
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
~~ IJf ~
Itness
By:
Date
FederaIID#: 59-0965067
Countersigned:
CITY OF CLEARWATER
~sf-
Mayor-Commissioner
BY:~Jr
Michael J. Robcrto,~ity Manager
U-J ILL (ftlYl. 13. jf()~N C 7r ':rrv'T &:1'(/ f>\
~~
ate
Approved as to form:
~
Asst. City Attorney
Attest:
By:
Cy t ia E. Goudeau, CityC1erk
-',
~
FederaIID#: 59-6000289
COOPERATIVE FUNDING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
AND THE
CITY OF CLEARWATER
FOR THE
CITY OF CLEARWATER NORTH GREENWOOD AREA REUSE (K426)
DISTRICT APPROVAL ~S "qATI' ^
LEGAL ~ ~
RISK MGMT
CONTRACTS . fl"()
RCD DEPT DIR J1.. I 11'"
DEPUTY EXEC DIR ~ -
GOVERNING BOARD _011
Page 6 of 6
~
-
I
I
AGREEMENT NO. OOCON000140
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 30,2000.
2. APPROVAL OF BID DOCUMENTS. The CITY shall obtain the DISTRICT's written
approval of all construction bid documents prior to being advertised or otherwise solicited.
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. The
CITY shall have the sole authority in directing the CONSULTANT's and CONTRACTOR's
work efforts in design, permitting, and construction of the PROJECT, but shall keep the
DISTRICT's Project Manager apprised on all PROJECT related matters. The CITY must
provide the DISTRICT with a tabulation of CONTRACTOR bids and a recommendation
to award. The CITY shall obtain the DISTRICT's approval ofthe selected CONTRACTOR
prior to proceeding with construction of the PROJECT. The DISTRICT shall not
unreasonably withhold such approval. The CITY must provide the DISTRICT with a copy
of the "Notice to Proceed" provided to the CONTRACTOR.
5. APPROVAL OF CONTRACT. The CITY shall obtain the DISTRICT's prior written
approval of all contracts entered into with its CONSULTANTS and its CONTRACTORS
Page 1 of 5
~
'.
I
I
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
September 30, 2001 and shall complete all aforementioned work within fifteen (15)
months of said construction commence date. However, in the event of any national, state
or local emergency which significantly affects the CITY's ability to perform, such as
hurricanes, tornados, floods, acts of God, acts of war, or other such catastrophes, or
other man-made emergencies beyond the control of the CITY such as labor strikes or
riots, then the CITY's obligation to complete said work within aforementioned time frames
shall be suspended for the period of time the condition continues to exist.
7. RECLAIMED WATER OFFSET REPORT. The CITY shall submit a report, three years
after PROJECT completion, documenting that at least twenty-five percent (25%) of the
PROJECT's reclaimed water offsets existing or planned ground water or surface water
withdrawals under normal operating conditions. The CITY shall obtain DISTRICT
approval ofthe report before finalization. The DISTRICT shall not unreasonably withhold
such approval. This provision shall survive the term of this Agreement.
8. PROJECT COORDINATION. The CITY shall keep the DISTRICT advised at all times
during the course of the PROJECT. The CITY shall provide the DISTRICT's Project
Manager with advance notice of all PROJECT meetings with the CONSULTANT,
CONTRACTOR, and regulatory agencies and shall copy the DISTRICT's Project
Manager on all pertinent PROJECT related correspondence. The CITY shall provide the
DISTRICT's Project Managerwith updated design and construction schedules. The CITY
will provide the DISTRICT's Project Manager written quarterly status reports on
December 15, March 15, June 15, and September 15 of each year throughout the term
of the Agreement.
9. ARC/INFO DELlVERABLES. The CITY shall deliver all appropriate reclaimed water
facility mapping information to the DISTRICT as four separate ARC/INFO 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
Page 2 of 5
j~
I
I
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: VWVTREA 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).
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
4,4, I
Reporting year PLANT_FLOW and
PLANT RE FLOW values.
PLANT NAME
40, 40, C
Name of treatment plant.
TREAT_LEVEL
3,3, C
Treatment level:
SEC Secondary
SAD Secondary Advanced (SEC. with filtration)
ADV Advanced. (A WT -5-5-3-1 )
DISINF _LEVEL
2,2, C
Disinfection level:
SA Basic
IN Intermediate
HI High
Page 3 of 5
P-.J
,
..
)
I
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
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 ARC/INFO 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
Page 4 of 5
J.,J
'"
I
I
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
The remainder of this page intentionally left blank.
. Page 5 of 5
~
~-'
AGREEMEN~NO. OOCON000140
EXHIBIT "B"
Proposed Project Plan
1. Type of Project:
The proposed project 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 completed the
design of the North Beach Reclaimed Water System and a new Northeast Storage and
Pumping Facility. Completion of the design of the Northeast Storage and Pumping Facility
and expanding service to the South Beach area is planned for January 2000. These
projects are being funded by the City of Clearwater in cooperation with the Southwest
Florida Water Management District.
The City has completed 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.
These efforts are part of a multi-year plan for expansion of reclaimed water for the City.
This request for project funding is intended to allow for the continued development of
reclaimed water system infrastructure to meet the needs of the City and the Region in
terms of effective utilization of resources and minimization of environmental impacts.
2. Program Objective:
The City of Clearwater's objective is to develop systems and facilities that will provide for
the beneficial use of reclaimed water for irrigation and other approved non-potable uses.
This will include the construction of transmission mains, storage tanks, and distribution
piping systems to provide this resource to potential customers.
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 mgd and to reduce
wastewater effluent discharge to Tampa Bay and Clearwater Harbor, which presently has
a combined surface water discharge of 15.5 mgd.
1
~.
.;'
I
,
· Allow for the reliable delivery of up to 1.4 mgd of reclaimed water to the project
area in the proximity of the transmission facilities.
· Be consistent with the Updated Reclaimed Water Master Plan being completed
by McKim & Creed Engineers on behalf of the City.
· Be consistent with City Comprehensive Planning Goal No. 18 to "PROVIDE,
DEVELOP, AND MAINTAIN A PERMANENT POTABLE WATER SUPPL Y SYSTEM
TO MEET ANTICIPATED DEMAND WHILE PROVIDING MAXIMUM PRACTICAL
PROTECTION TO THE ENVIRONMENT A T A COST CONSISTENT WITH THE
PUBLIC'S ABILITY AND WILLINGNESS TO PA Y.
· Be consistent with the State Water Supply Needs and Sources 1990-2020,
recommending that "All water use permittees who own or operate wastewater
treatment plants should be required to utilize the treated wastewater to offset
consumptive use of water to the greatest extent practicable."
· Be consistent with "One City. One Future." Goals, the North Greenwood Master
Plan, and the North Greenwood Special District Designation.
· The City of Clearwater lies within an area designated by the Southwest Florida
Water Management District (SWFWMD) as a water caution area. Presently,
Clearwater is under water use restriction, limiting the use of groundwater
resources for irrigation.
4. Demonstration of Need:
· These projects will optimize water management in Clearwater by reducing the
water withdrawn from well fields and from irrigation wells, and reduce the
discharge of effluent water to Stevenson Creek.
· These projects will meet Pinellas-Anclote Basin Board Priorities by reducing
groundwater withdrawal, reducing pollutant loading to Tampa Bay, and to help
recharge surficial aquifer's in accordance with the Needs and Sources report.
· These projects are supported by goals found in the Basin Board's plans, State
Water Policy, the Florida Water Plan, Reports of the Tampa Bay National Estuary
Program, District Needs and Sources Study, the Water Use Cautionary
Management Plan, and area Comprehensive Planning Documents to maximize the
reuse of highly treated wastewater.
· The City of Clearwater Comprehensive Plan, 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."
3
~
IftJ
'"
I
I
5. Measurable Benefit:
For the purpose of this additional FY 2000 request, project funds will be used to design
and construct transmission systems that will allow the City to continue the phased
development of the urban reclaimed water system. This project will result in a near term
potable water off-set of 200,000 gallons per day and provides for future potential off-set as
the system is expanded.
6. Oeliverables:
· Quarterly Design/Construction Status Reports.
· Preliminary Project Design by September 30, 2000.
· Construction Bid-Packages by March 31, 2001.
· Construction Contract for SWFMWD Approval by August 31,2001.
· Construction Completeness Letter From the Public Utilities Director in December 30,
2002.
7. Project Costs:
· See attached Cost Estimate
8. Completion Schedule:
· Apply for Basin Board Funding .............................................................. December, 1999
· Begin Project Design.................................................................................. May 30, 2000
· Complete Preliminary Design.................................. ........................ September 30, 2000
· Complete Final Design ....................................................................... . March 31,2001
· SWFWMD Approve Bid Package.............................................................. April 30, 2001
· Receive Bids.............................................................................................. June 30, 2001
· Award Contract...................................................................................... August 31,2001
· Initiate Construction......................................................................... September 30, 2001
· Complete Construction..................................................................... December 30, 2002
9. Implementation:
The design phase of the project will be commencing in the 2nd Quarter of 2000. It is
anticipated that project construction will be initiated in mid 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.
4
gJJ
'.
\.' , ..
I
I
10. Key Personnel:
Kevin Becotte, P.E., Public Utilities Director
City of Clearwater
P.O. Box 4748
Clearwater, FL 33756-4748
727 -462-6585
Andy Bachtel
Reclaimed Water Coordinator
P.O. Box 4748
Clearwater, FL 33756-4748
727 -462-6848
Andy Neff, P.E., Water Superintendent
City of Clearwater
P.O. Box 4748
Clearwater, FL 33756-4748
727 -462-6848
Street Lee, P. E.,
McKim & Creed, P.A.
601 Cleveland Street, Ste. 205
Clearwater, FL 33755
727 -442-7196
11. Additional Information:
None at this time.
5
jy
., ,
... " ,.
I CITY OF CLEARWATER I
- NORTH GREENWOOD AREA REUSE
COST ESTIMATE
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT
--.-.....--- -_._~---------,--,-- _._~---------~--- -----..-. ---.-----.. __.u.____" .___________
1 MOBILIZATION LS 1 $ 20,000.00 $ 20,000.00
2 12" 01 RECLAIMED WATER (OPEN CUT) I LF ! 3200 $ 44.00 $ 140,800,00
3 12" RESTRAINED JOINTS I EA ! 128 $ 250,00 $ 32,000,00
4 112" GATE VALVE AND BOX EA i 6 $ 1,250,00 $ 7,500,00
I I I $
5 8" C-900 PVC RECLAIMED WATER (OPEN CUT) LF i 4600 $ 25.00 115,000.00
6 8" RESTRAINED JOINTS EA 65 $ 200.00 $ 13,000.00
7 8" GATE VALVE AND BOX EA 5 $ 800.00 $ 4,000.00
8 BLOWOFF EA 4 $ 700.00 $ 2,800,00
9 COMPACT DUCTILE IRON FITTINGS TON 0.5 $ 5,000,00 $ 2,500,00
10 CONNECT TO EXISTING RECLAIMED WATER MAIN EA 2 $ 2,000.00 $ 4,000.00
11 ASPHALT PATCH SY I 5200 $ 20.00 $ 104,000.00
12 5' WIDE CONCRETE SIDEWALK REPLACEMENT SY I 1500 $ 20.00 $ 30,000.00
13 6" CONCRETE CURB REPLACEMENT LF 7800 $ 11.00 $ 85,800.00
14 24" JACK AND BORE LF 260 $ 250.00 $ 65,000.00
15 CONCRETE DRIVEWAY REPLACEMENT SY 100 $ 27.00 $ 2,700.00
16 EROSION CONTROL LS 1 $ 2,500.00 $ 2,500.00
17 TRAFFIC CONTROL LS 1 $ 2,000.00 $ 2,000.00
18 SITE RESTORATION/RESODDING LS 1 $ 10,000.00 $ 10,000.00
TOTAL CONSTRUCTION COST ITEMS 1-18 $ 643,600.00
ENGINEERING 20% 1 $ 128,720.00
CONTINGENCY 15% 1 $ 95,680.00
TOTAL PROJECT COSTS $ 868,000.00
Q:\0992\0042\N. GreenwoodlGreenCost estimate.xls
6
~
(
- PROPOSED
RECLAt.ED WA1et
TRANSMISSION MAIN
EXIS11NQ
RECLAM:D WA1et
TRANSMISSION MAIN
N
~
~
1
~
~
is
~
c
j2
~
~
N
..
..
o
'-~
':f
~
~U' 1
FAIRMONT
I I I
PARKWOOD
I I I
WOODBINE z
I Ijl
SPRINGDALE ~
I II I
OVERLEA
~
I I
I FAIRMONT ST
ST ~I
I ~ ... PARKWOOD
ST ~ I
I "I- ~ WOODBINE
. ~I
~ SPRINGDALE
all
ST
I L-JL
PINEBROOK
I
ADMIRAL WOODSON LA
I Z~I N
. HIBISCUS
STi "'I 's
. I
ST
ST
D
NiCHOLSON
I
( t! ELDRIDGE ST
I~~I 1111 I~~ M~E c=::J r=J MAPLE - - ST
I~MAPLE 0[:0 ~D ~ I
, ... PLAZA ST ~ ~ ~ $lI ~ 00 D~D [
GEORGIA on 1 ~ r-1 D 8' <( ~ II:: ~ ... l'
1J~ ..,. " 0 ~ z ""'''''' " ",.", ,,(
D~DJOD 0 i~~ 5 DiDIDiD DiDiO ;D DI0![
DREW ST S.R. 590 11. [:==J [
....0 D ~[] 0 D~D D~~ROVE I 1ST ~ {]~D~n~D~D~ul5m~n~D~D c
Ul ~ ~ ffi HENDRIC~ 0 LnJ I I ~\.t-~~ ~ U~ ~ ... ... ~ C
~ ~ ~ LAURA <(~~D ~ '==J LAURA if ST ~N'E. ~ ROVE ] D~DST ~Dlll 15
:J l5 0 ~~ L-.:=J 0 D Dlill I.~~. ~ ~ I ]~c::
S,R. 60 ClEVELAND ST
D~D~D CJ D~CJ I I n~n M ~ c=J ~~n>~~~" l l~C
:'l t! ii z ~ PARK ST'" PARK ST 0 ~ l:! PARK l:! ST
~ ~ ~n~1I n:2I1~1I n I!:' II n~ ~..J ~n:nf\.~ r--
ELDRIDGE
t--..
ST
IDClG '"'
DflA.. ft
NORTH GREENWOOD AREA REUSE
<MEOG '"'
.M=KIM&CREED
j-'"
--...
..'"
POO.l_
...
CITY OF CLEARWATER - RECLAIMED WATER SYSTEM
......--
~