COOPERATIVE FUNDING AGREEMENT FOR CLEARWATER DREW AND UNION STREET REUSE (K513)
"
AGREEMENT NO. 0 1CONOOO III
COOPERATIVE FUNDING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
AND THE
CITY OF CLEARWATER
FOR
CLEARWATER DREW AND UNION STREET REUSE (K513)
THIS COOPERATIVE FUNDING AGREEMENT entered into and effective as of the 1ST day of
January 2001 by and between the SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT,
a public corporation of the State of Florida, whose address is 2379 Broad Street, Brooksville,
Florida 34604-6899, for itself and on behalf of the Pinellas-Anclote 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 112 South Osceola Avenue,
Clearwater, Florida 33756, hereinafter referred to as the "CITY."
WITNESSETH:
WHEREAS, the CITY proposed a project to the DISTRICT for funding consideration under the
DISTRICT's cooperative funding program; and
WHEREAS, the project consists of the design and construction of reclaimed water transmission
mains along Drew Street, Old Coachman Road, Park Place Boulevard and Union Street, and
the conversion of an elevated potable water storage tank to serve the expanding reclaimed
water service, hereinafter referred to as the "PROJECT"; and
WHEREAS, the DISTRICT considers the PROJECT worthwhile and desires to assist the CITY
in funding the PROJECT.
NOW, THEREFORE, the DISTRICT and the CITY, in consideration of the mutual terms,
covenants and conditions set forth herein, agree as follows:
1. PROJECT MANAGER AND NOTICES. Each party hereby designates the employee set
forth below. as its respective Project Manager. Project Managers shall assist with
PROJECT coordination and shall be each party's prime contact person. Notices or reports
shall be sent to the attention of each party's Project Manager by U.S. mail, postage paid,
to the parties' addresses as set forth below:
Project Manager for the DISTRICT:
Anthony Andrade, DEV
Southwest Florida Water Management District
2379 Broad Street
Brooksville, Florida 34604-6899
Project Manager for the CITY:
Andrew Bachtel
City of Clearwater
1650 North Arcturas Avenue
Clearwater, Florida 33765
Page 1 of6
oo~ :)52 - c/
/,"'i ,
, j
/
.
,
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
Project Cost set forth in Exhibit "B" (or if applicable, the refined budget as set forth
in Paragraph 3.1 below) if such adjustment does not exceed either ten percent
(10%) of the line item amount or $10,000, whichever amount is greater. Such
adjustment shall not result in an increase to the total PROJECT cost. The
adjustment shall be in writing, shall explain the reason for the adjustment, and
shall be signed by the Project Manager, his/her Department Director and their
Deputy Executive Director. The DISTRICT's Project Manager is not authorized to
make changes to the Scope of Work and is not authorized to approve any
increase in the not-to-exceed amount set forth in the funding section of this
Agreement.
2. SCOPE OF WORK. 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 approved by the DISTRICT Governing Board and the CITY 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 Four Million
Nine Hundred Twenty Eight Thousand Three Hundred Dollars ($4,928,300). The
DISTRICT agrees to fund PROJECT costs up to Two Million One Hundred Three Thousand
Nine Hundred Eighty Five Dollars ($2,103,985) and shall have no obligation to pay any
costs beyond this maximum amount. The CITY agrees to fund PROJECT costs up to Two
Million Eight Hundred Twenty Four Thousand Three Hundred Fifteen Dollars ($2,824,315)
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.
Page 2 of 6
3.1 The DISTRICT shall reimburse the CITY for its share of PROJECT costs in
accordance with the Project Cost set forth in Exhibit "B." The CITY shall contract with
consultants and contractors in accordance with the Special Project Terms and
Conditions set forth in Exhibit "A." Upon written DISTRICT approval, the budget
amounts for the work set forth in such contract(s) shall refine the amounts set forth'
in the Project Cost and shall be incorporated herein by reference. The DISTRICT
shall reimburse the CITY for 50 percent of all allowable costs in each DISTRICT
approved invoice received from the CITY, but at no point in time shall the DISTRICT's
expenditure amount under this Agreement exceed such expenditures made by the
CITY. Payment shall be made to the CITY within thirty (30) days of receipt of an
invoice, with the appropriate support documentation, which shall be submitted to the
DISTRICT on a monthly basis at the following address:
Accounts Payable Section
Southwest Florida Water Management District
Post Office Box 1166
Brooksville, Florida 34605-1166
3.2 The CITY shall not use any DISTRICT funds for any purposes not specifically
identified in the above Scope of Work.
3.3 Each CITY invoice shall include the following certification, and the CITY hereby
agrees to delegate authority to its Project Manager to affirm said certification:
"I hereby certify that the costs requested for reimbursement and the CITY's
matching funds, as represented in this invoice, are directly related to the
performance under the Clearwater Drew And Union Street Reuse (K513)
Agreement between the Southwest Florida Water Management District and the
City of Clearwater (Agreement No. OlCONOOOlll ), are allowable, allocable,
properly documented, and are in accordance with the approved project budget."
3.4 The DISTRICT shall have no obligation to reimburse the CITY for any costs under this
Agreement until construction of the PROJECT has commenced.
3.5 The DISTRICT's performance and payment pursuant to this Agreement is contingent
upon the DISTRICT's Governing Board appropriating funds for the PROJECT.
4. CONTRACT PERIOD. This Agreement shall be in effect from the date listed in the
introductory paragraph on page one of this Agreement through the 31 sl day of December
2004, 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
Page 3 of 6
and documents generated or received by either party in relation to the PROJECT are
subject to the Public Records Act in Chapter 119, Florida Statutes.
6. REPORTING. The CITY shall provide the DISTRICT with any and all reports, models,
studies, maps or other documents resulting from the PROJECT.
7. LIABILITY. Each party hereto agrees that it shall be solely responsible for the negligent
acts or omissions of its officers, employees, contractors and agents; however, nothing
contained herein shall constitute a waiver by either party of its sovereign immunity or the
limitations set forth in Section 768.28, Florida Statutes.
8. DEFAULT. Either party may terminate this Agreement upon the other party's default in
complying with any term or condition of this Agreement, as long as the terminating party
is not in default of any term or condition of this Agreement. To effect termination, the
terminating party shall provide the defaulting party with a written "Notice of Termination"
stating its intent to terminate and describing the term and/or condition with which the
defaulting party has failed to comply. If the defaulting party has not remedied its default
within thirty (30) days after receiving the Notice of Termination, this Agreement shall
automatically terminate.
9. RELEASE OF INFORMATION. The parties shall not initiate any verbal or written media
interviews or issue press releases on or about the PROJECT without providing advance
copies to the other party. This provision shall not be construed as preventing the parties
from complying with the public records disclosure laws set forth in Chapter 119, Florida
Statutes.
10. DISTRICT RECOGNITION. The CITY shall recognize DISTRICT funding 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 PROPERTYRIGHTS. The CITY shall obtain all permits and all real
property rights necessary to complete the PROJECT prior to commencing any construction
involved in the PROJECT. The DISTRICT shall have no obligation to reimburse the CITY
for anycosts 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
Page 4 of 6
final design for the proposed PROJECT will technically comply with all applicable
DISTRICT rules and regulations.
14. DISADVANTAGED BUSINESS ENTERPRISES. The DISTRICT expects the CITY to use
good faith efforts to ensure that disadvantaged business enterprises, which are qualified
under either federal or state law, have the maximum practicable opportunity to participate
in contracting opportunities under this project Agreement. Invoice documentation
submitted to the DISTRICT under this Agreement shall include information relating to the
amount of expenditures made to disadvantaged businesses by the CITY in relation to this
Agreement, to the extent the CITY maintains such information.
15. ASSIGNMENT. Neither party may assign or transfer its rights or obligations under this
Agreement, including any operation or maintenance duties related to the PROJECT,
without the written consent of the other party.
16. SUBCONTRACTORS. Nothing in this Agreement shall create, or be implied to create, any
relationship between the DISTRICT and any subcontractor of the CITY.
17. THIRD PARTY BENEFICIARIES. Nothing in this Agreement shall be construed to benefit
any person or entity not a party to this Agreement.
18. 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 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 "8."
A. Exhibit "A"
8. Exhibit "B"
Special Project Terms and Conditions
CITY's Proposed Project Plan
The remainder of this page intentionally left blank.
Page 5 of 6
IN WITNESS WHEREOF, the parties hereto, ortheir lawful representatives, have executed this
Agreement on the day and year set forth next to their signatures below.
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
~ 1l1~
Wi ness
By:
E. D. Vergara, E
,.U,~"I
Date
FederaIID#: 59-0965067
Countersigned:
CITY OF CLEARWATER
~- 4444=---
Brian J. ~ngst
Mayor-Commissioner
By~'1J A
.~ II, Interim City Manager
Date
Approved as to form:
Attest:
.~~~~/J",,~
By. . ..~
r Cynt la'E. Goudeau, City Clerk ..
FederaIID#: 59-6000289
4-/3-0/
Date
COOPERATIVE FUNDING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
AND THE
CITY OF CLEARWATER
FOR
CLEARWATER DREW AND UNION STREET REUSE (K513)
DISTRICT APPROVAL INI1;IALS DATE
LEGAL R H: J-I8 -0 I
RISK MGMT 1E
CONTRACTS .. 3
RC&D DEPT DIR '" c: '311.
DEPUTY EXEC DIR
GOVERNING BOARD I.
.'
Page 6 of6
AGREEMENT NO. OlCONOOOlll
EXHIBIT "A"
SPECIAL PROJECT TERMS AND CONDITIONS
1. CONTRACTI NG 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 contracts with the CONSULTANT and CONTRACTOR and shall give
notice to proceed to the CONSULTANT no later than May 30,2001.
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 shall provide the DISTRICT with
a final design report. The final report shall clearly evidence that at least twenty five
percent (25%) of the reclaimed water shall 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 ofthe CONSULTANT and CONTRACTOR. The CITY shall have
the sole authority in directing the CONSULTANT's work efforts in design, permitting, and
construction ofthe PROJECT, but shall keep the DISTRICT's Project Manager apprized
on all PROJECT related matters. The CITY shall provide the DISTRICT with a tabulation
of CONTRACTOR bids and a recommendation to award. The CITY shall obtain the
DISTRICT's approval of the selected CONTRACTOR prior to proceeding with
construction of the PROJECT. The DISTRICT shall not unreasonably withhold such
approval. The CITY shall provide the DISTRICT with a copy of the "Notice to Proceed"
provided to the CONTRACTOR.
Page 1 of 6
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
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, 2002 and shall complete all aforementioned work within two years 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 report shall show the average
annual daily flows three years previous and three years post reclaimed water, and the
number of active reclaimed water customers. The CITY shall obtain DISTRICT approval
of the report before finalization. The DISTRICT shall not unreasonably withhold such
approval. This provision shall survive the term of this Agreement.
8. PROJECT COORDINATION. The CITY shall keep the DISTRICT advised at all times
during the course of the PROJECT. The CITY shall provide the DISTRICT's Project
Manager with advance notice of all PROJECT meetings with the CONSULTANT,
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
shall provide the DISTRICT's Project Manager written bi-monthly status reports on
January 1, March 1, May 1, July 1, September 1, and November 1, of each year through
out the term of the Agreement.
9. EDUCATION PROGRAM AND APPROVAL. The CITY shall institute a customer
education program promoting the efficient use and conservation of reclaimed water. The
CITY shall obtain the DISTRICT's approval of the educational material prior to
proceeding with implementation ofthe PROJECT. The DISTRICT shall not unreasonably
withhold such approval. The education program shall be implemented prior to
reimbursement from the DISTRICT.
10. REQUIRED RECLAIMED WATER CUSTOMERS. Prior to any reimbursement by the
DISTRICT, the CITY shall have written agreements with reclaimed water customers to
provide for at least fifty percent (50%) of the PROJECT's proposed reclaimed water
offsets of existing or planned, gro~nd water or surface water withdrawals, under normal
operating conditions. Written notification that such agreements have been secured shall
be provided to the DISTRICT's Project Manager.
Page 2 of 6
11. RECLAIMED WATER GIS REQUIREMENTS. Reclaimed waterfacility information shall
be delivered to the DISTRICT as four separate Arclnfo coverages or ESRI shapefiles.
Coverages shall have the following characteristics:
~ Double Precision.
~ Projection of Universal Transverse Mercator (UTM), Zone 17, NAD 83/90 datum
(HPGN), units of meters or State Plane Feet, West Zone, NAD 83/90 datum.
~ Full topological structure with no edit masks.
~ Verified FUZZY tolerance of .001 meters.
Shape files shall have the following characteristics:
~ Projection of Universal Transverse Mercator (UTM), Zone 17, NAD 83/90 datum
(HPGN), units of meters or State Plane Feet, West Zone, NAD 83/90 datum.
~ All line features shall be snapped at connecting ends.
~ Shared borders of adjacent polygon features shall have exact coincidence. No
slivers are permissible. This requirement is analogous to the topological
requirements for Arclnfo polygon coverages.
These coverages are designed to be developed using heads-up digitizing techniques
from 1: 12,000 digital orthophotos. Higher accuracies are permissible, but the attribute
and topological structures defined below shall be adhered to. If requested, the District
shall provide technical assistance and digital orthophoto basemaps that can be used for
data automation. All coverages shall be delivered as Arclnfo EXPORT or shapefiles files
on new 8mm tapes or CDROMs. If approved in writing, transfer via Internet FTP shall be
accepted. The following coverages shall be delivered:
Waste Water Treatment Plants
Coverage Name: WWTREA TPL
Description: Locations of all waste water treatment plants. Locations are to be
represented by a point that represents the approximate center of the
main entry gate ofthe property on which the treatment plant resides.
Coverage Type: POINT
Items in addition to default attributes for Arclnfo 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).
REUSE_CAPACITY 4,12, F, 2 Permitted annual average reuse capacity in millions of
gallons per day.
Page 3 of6
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
3,3,C
Name of treatment plant.
TREAT LEVEL
Treatment level:
ADV Advanced. (AWT).
SAD Secondary treatment with filtration.
SEC Secondary treatment.
FT Full treatment.
DISINF LEVEL
2,2,C
Disinfection level:
SA Basic.
IN Intermediate.
HI High.
FT Full treatment disinfection.
Reclaimed Water Transmission Lines
Coverage Name: RWLlNES
Description: All proposed and existing reclaimed water lines. All features shall be
located within plus or minus 10 meters of their actual location.
Coverage Type: LINE
Items in addition to default attributes for Arclnfo line coverages.
LINE STATUS 2,2, C Current status of 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. Locations are to
Page 4 af6
Coverage Type:
be represented by a point that represents the approximate center of
the main entry gate at which the reclaimed storage facilities reside.
POINT
Items in addition to default attributes for Arclnfo point coverages.
STORAGE TYPE 4, 4, C
STORAGE FUND 1, 1, C
STORAGE STAT 2,2, C
Reclaimed Water Users
Coverage Name: RWUSER
Type of reclaimed water storage facility:
POND Pond or uncovered tank.
TANK Tank.
ASR Aquifer storage and recovery.
Is funding provided by the District for this facility?
Y Yes
N No
Current status of storage facility:
EX Existing.
PR Proposed.
Description: Polygons delimiting the area served by reclaimed water lines.
Locations are to be represented by a polygon that represents the
reclaimed water user. This coverage is not meant to represent
individual households, but instead should represent subdivisions,
agricultural or commercial operations, golf courses, etc. All features
shall be located within plus or minus 10 meters of their actual
location.
Coverage Type: POLYGONS
Items in addition to default attributes for Arclnfo line coverages.
USER NAME
USER TYPE
60,60,C
4,4,C
Name of the reclaimed water user at that location.
Type of reclaimed water user:
RES Residential irrigation.
GOLF Golf course irrigation.
RIA Recreational/Aesthetic (parks, cemetery,
fountains and other water features).
Mining and dewatering.
Power generation.
Industrial/Commercial.
Ground water recharge.
MINE
POW
I/C
GW
Page 5 of 6
IP Indirect potable reuse (surface water
augmentation).
WET Wetlands creation, enhancement or
restoration) .
AG Agriculture irrigation.
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 water user:
EX Existing user.
PR Proposed user.
USER STORAGE 1, 1, C
Onsite reclaimed water storage.
Y Yes
N No
Page 6 of6
~t,~
AGREEMENT NO. OlCONOOOlll
EXHIBIT "B"
PROPOSED PROJECT PLAN
Project Description
For
City of Clearwater
Fiscal Year 2001
Cooperative Funding Application
Project Name: Drew & Union Street Reuse Project .
This project includes the design and construction of new reclaimed water transmission mains along Drew
Street, Old Coachman Road and along Park Place Boulevard as well as a reclaimed water transmission
along Union Street in east-central Clearwater. These transmission mains will provide 'reclaimed water to
large irrigation users and residential customer.; in the adjacent areas to the roadways outlined The objective
of this project is to reduce the amount of potable water and groundwater being used for irrigation and other
non-potable uses and to reduce the discharge of effluent to Tampa Bay.
This project will target large open space areas which are irrigated with ground water and potable water
including Sylvan Abbey, St Petersburg J11I1ior College Clearwater Campus, Clearwater Phillies Training
Complex, Eddie C. Moore Recreation Complex, and other.;. In addition, there are 169 potential residential
customers in the area of the Union Street transmission main that will be served by this project. The total off-
set projected for this project is 390,000 gpd. The project will have a capacity of providing 550,000 gpd of
reclaimed water to these areas.
The total estimated cost of this project is $4,928,300.00. The portion of the project that is eligible for
Cooperative Funding is $4,207,970.00 of which the District is requested to fund $2,103,985.00.
Cons1ruction is anticipated to begin by July 2002 and be completed by September 2004. The costlbenefit
ratio for the total project cost using an 8% annual interest rate amortized over 30 years is $2.60/1000
gallons, with the District portion being $130/1000 gallons.
1.
APPUCANT:
PROJECT:
city of Clearwater, Florida
Drew & Union Street Reuse Project
.NARRATIVE:
This project is for the continued expansion of the City of Clearwater's reclaimed
water system. The project will include reclaimed water transmission system and
conversion of an existing storage tank for reclaimed water use to expand service to
areas along Drew Street and Union Street in Clearwater.
PROJECT INFORMATION
1. TYPE OF PROJECT:
This project includes the design and construction of new transmission mains and the conversion of
an elevated potable water storage tank to serve the expanding reclaimed. water service along Drew
Street and along Union Street
2. PROJECT OBJECl'IVE:
The City of Clearwater's objective is to develop system~ and facilities that will provide for the
beneficial use of reclaimed water f~ irrigation and other approved non-potable uses. This will
require the construction of transmission mains, storage tanks, and distribution piping systems to
provide access to the system customers.
The implementation of the system will be accomplished in a phased method over a 20-year time
frame. Full implementation of the system is anticipated to measurably meet the potential irrigation
demand in Clearwater, estimated to be 23.0 mgd and to reduce wastewater effluent discharge to
Tampa Bay and Clearwater Harbor, which presently has a combined surface water discharge of
15.5 mgd.
3. PROJECT DESCRIPTION:
1. A project location map for the Drew Street area is attached as Figure I. The attached Figure
2 shows the portion of the project along Union Street
2. The project includes approximately:
28,000 Feet of 8", 16", and 24" Transmis.~ion Main
Conversion of a 1.0 MG elevated storage tank
2
3. This project will provide reliable delivery of up to 550,000 gpd of reclaimed water to the
Drew Street and Union Street areas. Capacity will be provided in the transmission systems
for additional future flows. An additional storage of 1.0 MG will be provided at the Del
Ora Elevated Tank.
4. The reclaimed water flow aided by these improvements to the existing systems will support
the current and futme off-set of potable water use and groundwater withdrawal of
approximately 390,000 gpd as the transmission and distribution systems are completed.
5. There are approximately 20 major commercial/recreational users and a potential for 169
residential customers in the combined areas served by these improvements.
6. 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:
· This project 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 Tampa Bay.
· 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.
· Be consistent with the Update of the Reclaimed Water Master Plan being conducted
currently by McKim & Creed Engineers on behalf of the City.
· The project is included in the City of Clemwater Capital Improvement Plan.
· The City of Clearwater Comprehensive Plan, Sanitary Sewer, Solid Waste, Drainage,
Potable Water, and Natural Gr01mdwater 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
S. MEASURABLE BENEFITS:
This project will, when combined with the other facilities either constructed or planned will support
the delivery of over 550,000 gpd of reclaimed water to the project area. The expansion of reclaimed
water service to these areas will off-set an estimated 390,000 gpd of current potable water and
grmmdwater used for non-potable uses.
The total estimated cost of this project is $4,928,300.00. The portion of the project that is eligible
for Cooperative Fundmg is $4,207,970.00 of which the District is requested to fund $2,103,985.00.
Construction is anticipated to begin by July 2002 and be completed by September 2004. The
costJbenefit ratio for the total project cost using an 8% annual interest rate amortized over 30 years
is $2.60/1 000 gallons, with the District portion being $1.30/1000 gallons.
6. DEUVERABLES:
· Quarterly Design/Construction Status Reports
· Preliminary Project Design
· Construction Bid-Packages
· Construction Contract for SWFMWD Approval
· Constroction Completeness Letter From the Public Utilities Director
7. PROJECT COST: Total Project City sa.. SWFWMD
Costs Sham
Design and PermiUing $151,200.00 S434,5 10.00 $323,690.00
Transmission SJ,07Ii,S90.00 $1,538,295.00 . SI,538,295.oo
SIDrage aud Pumping $414,000.00 $242,000.00 $242.000.00
Distributioa $609JIO.oo $609.510.00 SO
$4,921.300.00 $2.124,315.00 $2,103,985.00
The City will fuad its share of pmjcct COIItI hm tile W... aDd S-- m......;... tbnds including
reveawes iom the saIc of~ WldW. The projcds aRI iadudc:d iIl1bo.tcpllld ~
ImprovallCDt Plan.
8. COMPLETION SCHEDULE:
Initiate Design......................................;................................ No later than May 30, 2001
· Initiate Construction .............................................................................. Septem ber 30 I 2002
· Complete Construction.. ....... ............ .... ....... ........... ......... ...... ............... ........... September 2004
4
9. IMPLEMENTATION:
The City of Clearwater's Public Utilities staff will be responsible for implementing this project.
The City will utilize its reclaimed water Engineering Consultant to design the systems and will
construct the projects using approved General Contractors through normal public bid procurement.
10. KEY PERSONNEL:
The City's contact with District Staff and Project Manager will be:
Primary Contact
Andy Bachtel, Reclaimed Water Coordinator
City of Clearwater
P.O. Box 4748
Clearwater, FL 33756-4748
(727) 462-6848
Secondary Contacts
Kevin Becotte, P .E., Public Utilities Director
City of Clearwater
P.O. Box 4748
Clearwater, FL 33756-4748
(727) 462-6585
Andy NetT, Water Superintendent
City of Clearwater
P.O. Box 4748
Clearwater, FL 33756-4748
(727) 462-6848 .
Street Lee, P .E., Project Manager
McKim & Creed, P.A.
601 Cleveland Street, Ste. 205
Clemwater, FL 33755
(727) 442-7196
11. ADDITIONAL INFORMATION
None
5
m
LEGEND
CITY OF CLEARWATER
WA TER SERVICE AREA
BOUNDARY .
t:i ...
i $JvlCKIM&CREED
8
I
...
'"
..
,.
. -
~-,_/ ~ _..-1 rJ ~'. ~'I
~...... t-
'_':':'~ if:. : './ I I,~ -
:;"r ;;-1 nO IImlLl
'II: L ~":I.. ""Jr" '~._'
I : I ' "J ,'..,...
IU: ~./~/ 11.- . - I
.,~\~!/~::?jC II I~~ Tr :,,/
",v/ toll
")/:~1/' ..." I I
/, . " 1-- I
::/ ~ l' .., t'
.~;? i I ..-
r" ----. . r" I
. .... 1I_ L.... J
i
· i
(0.
...:
I
24"
DREW STREET PROPOSED RECLAIM WATER SYSTEM
SWFWMD FY2001 COOPERATIVE FUNDING
..... no c-t.tE'I'ERS
......... n E.t.tOORE
-.. E.t.tOORE
DAm 11 29 99
lIlY
CITY OF CLEARWATER.
1
-....I
LEGEND
CITY OF CLEARWATER
WATER SERVICE AREA
BOUNDARY
i .$lvf:KIM&CREED
8
I
...
...
co
..
~~
.,.
~
.'
rlf
I I
~~J,
1Tl!i 1----'
. I Jh I I
{,I II _1
""111 1..--__.....,
./ ---
....-.-.- I
.'
UNION STREET PROPOSED RECLAIM WATER SYSTEM
SWFWMD FY2001 COOPERATIVE FUNDING
_WI ... C.r.tEYERS
......... E.MOOR(
-... E.r.tOORE
..... 11-29-99
--. JICt
CITY OF CLEARWATER
2