Loading...
COOPERATIVE FUNDING AGREEMENT FOR CITY OF CLEARWATER GROUNDWATER REPLENISHMENT PROJECT (PHASE 1) (N179)AGREEMENT NO. 10000000083 COOPERATIVE FUNDING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND CITY OF CLEARWATER FOR CITY OF CLEARWATER GROUNDWATER REPLENISHMENT PROJECT (PHASE 1) (N179) 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 34604-6899, for itself and on behalf of the Pinellas-Anclote River Basin Board, hereinafter collectively referred to as the "DISTRICT," and 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 an aquifer recharge feasibility study for the possible future design and construction of a groundwater replenishment 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: PROJECT MANAGER AND NOTICES. Each party hereby designates the employee set forth below as its respective Project Manager. Project Managers will assist with PROJECT coordination and will be each party's prime contact person. Notices and reports will be sent to the attention of each party's Project Manager by U.S. mail, postage paid, by nationally recognized overnight courier, or personally to the parties' addresses as set forth below. Notice is effective upon receipt. Project Manager for the DISTRICT: Sandie Will, P.G. Southwest Florida Water Management District 2379 Broad Street Brooksville, Florida 34604-6899 Project Manager for the CITY: Robert S. Fahey, P.E. City of Clearwater Utilities Department 1650 North Arcturas Avenue, Building C Clearwater, Florida 33765-1945 Page 1 of 9 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 must be in writing, explain the reason for the extension and be signed by the Project Manager and his or 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 which will exceed the expiration date set forth in Paragraph 9, Contract Period. 1.2 The DISTRICT'S Project Manager is authorized to adjust a line item amount of the Project Budget contained in the Project Plan set forth in Exhibit "B" or, if applicable, the refined budget as set forth in Paragraph 3.2 below. The adjustment must be in writing, explain the reason for the adjustment, and be signed by the Project Manager, his or her Department Director and 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 amounts 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 will 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 Project Plan set forth in Exhibit "B." Any changes to this Scope of Work and associated costs, except as provided herein, must be mutually agreed to in a formal written amendment approved by the DISTRICT and the CITY prior to being performed by the CITY, subject to the provisions of Paragraph 3, Funding. The CITY will be solely responsible for managing the PROJECT, including the hiring and supervising of any consultants or contractors it engages in order to complete the PROJECT. The parties agree that time is of the essence in the performance of each obligation under this Agreement. 3. FUNDING. The parties anticipate that the total cost of the PROJECT will be Four Hundred Fifty Thousand Dollars ($450,000). The DISTRICT agrees to fund PROJECT costs up to Two Hundred Twenty-Five Thousand Dollars ($225,000), and will have no obligation to pay any costs beyond this maximum amount. The CITY agrees to provide all remaining funds necessary for the satisfactory completion of the PROJECT. The CITY will be the lead party to this Agreement and pay PROJECT costs prior to requesting reimbursement from the DISTRICT. 3.1 Any federal, state, local or grant monies received by the CITY for this PROJECT will be applied to equally reduce each party's share of PROJECT costs. The CITY will provide the DISTRICT with written documentation detailing its allocation of any such funds appropriated for this PROJECT. In the event the DISTRICT provides funding for the PROJECT in excess of the DISTRICT'S share after all federal, state, local and grant monies have been applied as set forth herein, the CITY will promptly refund such overpaid amounts to the DISTRICT. Page 2 of 9 3.2 The DISTRICT will reimburse the CITY for the DISTRICT'S share of the PROJECT costs in accordance with the Project Budget contained in the Project Plan set forth in Exhibit "B." The CITY may contract with consultant(s), contractor(s) or both 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) will refine the amounts set forth in the Project Budget and be incorporated herein by reference. The DISTRICT will 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 will the DISTRICT'S expenditure amount under this Agreement exceed expenditures made by the CITY. Payment will be made to the CITY within forty-five (45) days of receipt of an invoice with adequate supporting documentation to satisfy auditing purposes. Invoices will be submitted to the DISTRICT every two (2) months electronically at invoices ,_WaterMatters.org, or at the following address: Accounts Payable Section Southwest Florida Water Management District Post Office Box 1166 Brooksville, Florida 34605-1166 In addition to sending an original invoice to the DISTRICT'S Accounts Payable Section as required above, copies of invoices may also be submitted to the DISTRICT'S Project Manager in order to expedite the review process. Failure of the CITY to submit invoices to the DISTRICT in the manner provided herein will relieve the DISTRICT of its obligation to pay within the aforementioned timeframe. 3.3 Any travel expenses which may be authorized under this Agreement will be paid in accordance with Section 112.061, F.S., as may be amended from time to time. 3.4 The DISTRICT will not reimburse the CITY for any purpose not specifically identified in Paragraph 2, Scope of Work. 3.5 Each CITY invoice must include the following certification, and the CITY hereby delegates authority by virtue of this Agreement 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 City of Clearwater Groundwater Replenishment Project (Phase 1) (N179) agreement between the Southwest Florida Water Management District and the City of Clearwater (Agreement No. 10000000083), are allowable, allocable, properly documented, and are in accordance with the approved project budget. The CITY has been allocated a total of $ in federal, state, local or grant monies for this PROJECT. $ has been allocated to this invoice, reducing the DISTRICT'S and CITY'S share to $ " Page 3 of 9 3.6 The DISTRICT'S performance and payment pursuant to this Agreement are contingent upon the DISTRICT'S Governing Board appropriating funds for the PROJECT. 4. COMPLETION DATES. The CITY will commence the PROJECT within 30 days of contract execution, and will complete the PROJECT by October 31, 2011 and will otherwise meet the milestones established in this Agreement, as may be extended by the DISTRICT in accordance with Paragraph 1 of this Agreement. In the event of hurricanes, tornados, floods, acts of God, acts of war, or other such catastrophes, or other man-made emergencies such as labor strikes or riots, which are beyond the control of the CITY, the CITY'S obligations to meet the time frames provided in this Agreement will be suspended for the period of time the condition continues to exist. During such suspension, this Agreement will remain in effect. The suspension of the CITY'S obligations provided for in this provision will be the CITY'S sole remedy for the delays set forth herein. 5. FAILURE TO COMPLETE PROJECT. The CITY will repay the DISTRICT all funds the DISTRICT paid to the CITY under this Agreement, if: a) the CITY fails to complete the PROJECT in accordance with Paragraph 4 of this Agreement; b) the DISTRICT determines, in its sole discretion and judgment, that the CITY has failed to maintain scheduled progress of the PROJECT thereby endangering the timely performance of this Agreement; or c) the CITY fails to appropriate sufficient funds to complete the PROJECT. The CITY will be obligated to pay attorneys' fees and costs incurred by the DISTRICT, including appeals, as a result of CITY'S failure to repay the DISTRICT in accordance with this Paragraph. 6. CONTRACT PERIOD. This Agreement will be effective upon execution by the parties and will remain in effect through December 31, 2011, or upon satisfactory completion of the PROJECT and subsequent reimbursement to the CITY, whichever occurs first, unless amended in writing by the parties. The CITY will not be eligible for reimbursement for any work that is commenced, or costs that are incurred, prior to the effective date of this Agreement. 7. PROJECT RECORDS AND DOCUMENTS. Each party, upon request, will permit the other party to examine or audit all PROJECT related records and documents during or following completion of the PROJECT. Payments made to CITY under this Agreement will be reduced for amounts found to be not allowable under this Agreement by an audit. The CITY will refund to the DISTRICT all such disallowed payments. If an audit is undertaken by either party, all required records will be maintained until the audit has been completed and all questions arising from it are resolved. Each party will maintain all such records and documents for at least three (3) years following completion of the PROJECT. Each party will allow public access to PROJECT documents and materials made or received by either party in accordance with the Public Records'Act, Chapter 119, F.S. Should either party assert any exemption to the requirements of Chapter 119, F.S., the burden of establishing such exemption, by way of injunctive or other relief as provided by law, will be upon the asserting party. 8. OWNERSHIP OF DOCUMENTS AND OTHER MATERIALS. All documents, including reports, drawings, estimates, programs, manuals, specifications, and all goods or Page 4 of 9 products, including intellectual property and rights thereto, purchased under this Agreement with DISTRICT funds or developed in connection with this Agreement will be and will remain the property of the DISTRICT and the CITY, jointly. 9. REPORTS. The CITY will provide the DISTRICT with copies of any and all reports, models, studies, maps or other documents resulting from the PROJECT. Additionally, two (2) sets, electronic and hardcopy, of any final reports must be submitted to the DISTRICT as Record and Library copies. The CITY must submit all environmental data collected under this Agreement to the DISTRICT for upload to the Florida Department of Environmental Protection's (FDEP) water quality database in accordance with Rule 62- 40.540, Florida Administrative Code (F.A.C.). The CITY must submit all water quality, biological, and sediment data collected under this Agreement to the DISTRICT within six (6) months of collection. Data must be submitted in a standardized electronic format (available from the DISTRICT) in accordance with Rule 62-40.540, F.A.C. and must include the required data elements set forth in Rules 62-160.240 and 62-160.340 F.A.C. Monitoring or collection of environmental data includes all field and laboratory data collected at groundwater or surface water stations. Groundwater includes, but is not limited to, the monitoring or collection of water quality or biological data from private wells, public supply wells, monitoring wells, springs, agricultural wells, or permit compliance wells. Surface water includes, but is not limited to, the monitoring or collection of water quality, biological, or sediment data from lakes, streams, rivers, estuarine or offshore marine sites, canals, retention ponds or storm water ponds. Laboratories generating environmental data for submission to the DISTRICT must hold certification from the Department of Health - Environmental Laboratory Certification Program as required under Rule 62-160.300 F.A.C. All field sampling organizations collecting environmental data must follow the applicable field collection, quality control, and record-keeping requirements described in DEP-SOP-001/01 (March 31, 2008), Rule 62-160.800 F.A.C., unless specifically exempted by the DISTRICT. The CITY must obtain a Site Identifier (SID) from the DISTRICT'S Project Manager for all sites before collecting data from the sites, so that samples and readings can be correctly tagged and identified. The CITY will permit the DISTRICT, the FDEP, or any consultant operating on behalf of the DISTRICT or FDEP, to conduct periodic audits of field and laboratory procedures or records to determine if approved protocols are being followed in accordance with Rule 62-160.650 F.A.C. 10. LIABILITY. Each party hereto agrees to indemnify and hold the other harmless, to the extent allowed under Section 768.28, F.S., from all claims, loss, damage and expense, including attorneys' fees and costs and attorneys' fees and costs on appeal, arising from the negligent acts or omissions of the indemnifying party's officers, employees, contractors and agents related to its performance under this Agreement. The indemnified party will have the right to approve counsel selected by the indemnifying party. This provision does not constitute a waiver of either party's sovereign immunity Page 5of9 under Section 768.28, F.S. or extend either party's liability beyond the limits established in Section 768.28, F.S. Additionally, this provision will not be construed to impose contractual liability on either party for underlying tort claims as described above beyond the limits specified in Section 768.28, F.S. 11. DEFAULT. Either party may terminate this Agreement upon the other party's failure to comply with any term or condition of this Agreement, including the failure to meet specific milestones established in this Agreement, as long as the terminating party is not in default of any term or condition of this Agreement at the time of termination. In addition to the above, the DISTRICT may terminate this Agreement if, in its sole discretion and judgment, it determines that the CITY has failed to maintain scheduled progress of the PROJECT thereby endangering the timely performance of the PROJECT. To effect termination, the terminating party will provide the defaulting party with a written "Notice of Termination" stating its intent to terminate and describing all terms and conditions 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 will automatically terminate. If a default cannot reasonably be cured in thirty (30) days, then the thirty (30) days may be extended at the non-defaulting party's discretion, if the defaulting party is pursuing a cure of the default with reasonable diligence. The rights and remedies in this provision are in addition to any other rights and remedies provided by law or this Agreement. 12. RELEASE OF INFORMATION. The parties agree not to initiate any oral or written media interviews or issue press releases on or about the PROJECT without providing advance notices or copies to the other party. This provision will not be construed as preventing the parties from complying with the public records disclosure laws set forth in Chapter 119, F.S. 13. DISTRICT RECOGNITION. The CITY will recognize DISTRICT funding and, if applicable, Basin Board funding in any reports, models, studies, maps or other documents resulting from this Agreement, and the form of said recognition will be subject to DISTRICT approval. If construction is involved, the CITY will provide signage at the PROJECT site that recognizes funding for this 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. 14. PERMITS AND REAL PROPERTY RIGHTS. The CITY must obtain all permits, local government approvals and all real property rights necessary to complete the PROJECT prior to commencing any construction involved in the PROJECT. The DISTRICT will have no obligation to reimburse the CITY for any costs under this Agreement until the CITY has obtained such permits and property rights necessary to undertake the PROJECT. 15. LAW COMPLIANCE. Each party will comply with all applicable federal, state and local laws, rules, regulations and guidelines, including those of the DISTRICT, related to performance under this Agreement. If the PROJECT involves design services, the CITY'S professional designers and the DISTRICT'S regulation and projects staff will meet regularly during the PROJECT design to discuss ways of ensuring that the final Page 6 of 9 design for the proposed PROJECT technically complies with all applicable DISTRICT rules and regulations, however, the DISTRICT undertakes no duty to ensure compliance with such rules and regulations. 16. DIVERSITY IN CONTRACTING AND SUBCONTRACTING. The DISTRICT is committed to supplier diversity in. the performance of all contracts associated with DISTRICT cooperative funding projects. The DISTRICT requires the CITY to make good faith efforts to encourage the participation of minority owned and woman owned and small business enterprises, both as prime contractors and subcontractors, in the performance of this Agreement, in accordance with applicable laws. 16.1 If requested, the DISTRICT will assist the CITY by sharing information to help the cooperator in ensuring that minority owned and woman owned and small businesses are afforded an opportunity to participate in the performance of this Agreement. 16.2 The CITY agrees to provide the DISTRICT with a report indicating all contractors and subcontractors who performed work in association with the PROJECT, the amount spent with each contractor or subcontractor, and to the extent such information is known, whether each contractor or subcontractor was a minority owned.or woman owned or small business enterprise. If no minority owned or woman owned or small business enterprises were used in the performance of this Agreement, then the report shall so indicate. The Minority/Women Owned and Small Business Utilization Report form is attached as Exhibit "C." The report is required upon final completion of the PROJECT prior to final payment, or within thirty (30) days of the execution of any amendment that increases PROJECT funding, for information up to the date of the amendment and prior to the disbursement of any additional funds by the DISTRICT. 17. ASSIGNMENT. Except as otherwise provided in this Agreement, no party may assign any of its rights or delegate any of its obligations under this Agreement, including any operation or maintenance duties related to the PROJECT, without the prior written consent of the other party. Any attempted assignment in violation of this provision is void. 18. SUBCONTRACTORS. Nothing in this Agreement will be construed to create, or be implied to create, any relationship between the DISTRICT and any subcontractor of the CITY. 19. THIRD PARTY BENEFICIARIES. Nothing in this Agreement will be construed to benefit any person or entity not a party to this Agreement. 20. LOBBYING PROHIBITION. Pursuant to Section 216.347, F.S., the CITY is hereby prohibited from using funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or a state agency. 21. PUBLIC ENTITY CRIMES. Pursuant to Subsections 2$7.133(2) and (3), F.S., a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any Page 7 of 9 goods or services to a public, entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or (perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F.S., for Category Two, for a period', of 36 months following the date of being placed on the convicted vendor list. The CITY agrees to include this provision in all subcontracts issued as a result of this Agreement. 22. DISCRIMINATION. Pursuant to Subsection 287.134(2)(a), F.S., an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work;' may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. The CITY agrees to include this provision in all subcontracts issued as a result of this Agreement. 23. GOVERNING LAW. All aspects of this Agreement are governed by Florida law and venue will be in Hernando County, Florida. 24. SURVIVAL. The provisions of this Agreement that require performance after the expiration or termination of this Agreement will remain in force notwithstanding the expiration or termination of this Agreement including Subparagraph 3.1 and Paragraphs 5, 7, and 10. 25. ENTIRE AGREEMENT. This Agreement and the attached exhibits listed below constitute the entire agreement between the parties and, unless otherwise provided herein, may be amended only in writing, signed by all parties to this Agreement. 26. DOCUMENTS. The following documents are attached and made a part of this Agreement. In the event of a conflict of contract terminology, priority will first be given to the language in the body of this Agreement, then to Exhibit "A," then to Exhibit "B," and then to Exhibit "C." Exhibit "A" Special Project Terms and Conditions Exhibit "B" CITY'S Project, Plan Exhibit "C" Minority/Women Owned and Small Business Utilization Report Form The remainder of this page intentionally left blank. Page 8 of 9 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 By: David L. bore, Executive Director Countersigned 16 Date CITY OF CLEARWATER By: By: Frank V. Hibbard Bill Horne Date Mayor-Commissioner City Manager Approved as to form: Attest: By: A By: t 4lie&K. Dougall es C thia E. Goudeau City Attorney City Clerk COOPERATIVE FUNDING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND CITY OF CLEARWATER FOR CITY OF CLEARWATER GROUNDWATER REPLENISHMENT PROJECT (N179) ry' q /L DISTRICT APPROVAL LEGAL RISK MGMT CONTRACTS DEPT DIRECTOR DEPUTY EXEC DIR GOVERNING BOARD INITIALS DATE N 6 Page 9 of 9 AGREEMENT NO. 10000000083 EXHIBIT "A" SPECIAL PROJECT TERMS AND CONDITIONS CONTRACTING WITH CONSULTANT. The CITY may engage the services of a consultant(s), hereinafter referred to as the "CONSULTANT," to perform the services in accordance with the CITY'S Project Plan previously submitted to the DISTRICT and attached as Exhibit "B." The CITY will be responsible for administering the contract(s) with the CONSULTANT. 2. DISTRICT PARTICIPATION IN SELECTING CONSULTANT. As applicable, upon notifying the CITY'S Project Manager, the DISTRICT will have the option of participating as an evaluator in the CITY'S process for selecting the CONSULTANT. 3. APPROVAL OF CONTRACTS. The CITY must obtain the DISTRICT'S prior written approval of any contracts entered into with its CONSULTANTS. The DISTRICT will not unreasonably withhold its approval. Page 1 of 1 AGREEMENT NO. 10000000083 EXHIBIT "B" PROJECT PLAN Clearwater System Overview The CITY serves approximately 117,000 people and is located along the west coast of Florida within Pinellas County. The Tampa Bay Region, which includes Pasco, Pinellas and Hillsborough counties, has experienced rapid growth coupled with sustained drought that has placed a stress upon regional water resources. The CITY is seeking to provide a drought- resistant water supply and potentially offset regional water supply system production by substituting the CITY'S current wholesale demand with sustainable local production assisted by groundwater replenishment. Currently, the CITY'S annual average potable drinking water system demand is approximately 13 million gallons per day (mgd), of which the CITY provides approximately 4.0 mgd from three CITY-owned fresh groundwater treatment facilities. The remaining capacity is purchased from Pinellas County Utilities, a member government of the regional wholesale water supplier, Tampa Bay Water (TBW). The CITY also owns and operates three water reclamation facilities and discharges unutilized highly treated reclaimed water to permitted surface water discharges located in Stevensons Creek and Tampa Bay. Project Overview and Purpose The CITY proposed this PROJECT to recharge the Floridan aquifer, with highly treated water originating from one of its water reclamation facilities, through indirect potable reuse as outlined in Florida Administrative Code (62-520, 62-600, and 62-610). The PROJECT goal would ultimately allow the CITY to replace a portion of the water purchased from Pinellas County Utilities with additional groundwater withdrawal. The Groundwater Replenishment Project (GWRP) will have a net positive benefit to groundwater levels within the PROJECT area, generally defined as the CITY'S water service area or that area which is currently and historically reported as the source for the CITY'S water supply, and prolong the useful life of the CITY'S existing and future wellfield. The system capacity, as currently proposed, is being designed to provide the necessary firm capacity to meet the CITY'S projected demands. The GWRP is proposed as a 3.0 mgd facility (injection volume of 3.0 mgd) requiring 3.8 mgd of highly treated reclaimed water as the source of raw water to be supplied from the CITY'S Northeast Water Reclamation Facility (NEWRF). There are several drivers for the CITY'S GWRP, including the desire to have a drought- resistant water supply which would more fully utilize the local water resources, thereby reducing demands upon the regional system. Additionally, the PROJECT would allow the CITY to meet the pending Total Maximum Daily Loads (TMDLs) for discharges to Tampa Bay, and also have direct input on future capital projects related to water supply. Project History The CITY developed its Integrated Water Management Strategy in 2004, based on the study of available water resources, to inform customers of the interdependent nature of all water sources and to help achieve a sustainable, quality water supply. Referring to this document along with the Water Supply Master Plan of 2004 and its subsequent update in 2008, the Page 1 of 8 CITY identified goals for water conservation: utilizing safe yields of local groundwater; the utilization of membrane treatment to convert brackish groundwater to drinking water; and utilizing reclaimed water for the most beneficial purpose, either continuing to offset potable water being used for irrigation or recharging groundwater. The CITY concluded that growth projections are relatively stable, as the CITY is essentially built out. However, historical and projected demands within the CITY'S current water service area indicate the need for a finished water capacity of up to 13.0 mgd annual average flow. The CITY completed an independent Groundwater Replenishment Preliminary Feasibility Study (September 2009), which included a conceptual groundwater recharge system, conceptual facility design, and preliminary capital and operational opinion of costs. The cost opinion includes the water treatment process of microfiltration (MF), reverse osmosis (RO), advanced oxidation, gas stripping and stabilization, and de-oxygenation as well as the costs for concentrate management and pumping, transporting, and introducing the highly purified water into the aquifer through recharge wells. The preliminary study indicates that the proposed project is feasible. This subsequent study will expand upon the findings of the preliminary study. PROJECT tasks completed prior to this Agreement are shown in Table 1. These tasks were funded by the CITY. Table 1 CITY'S Tasks and Costs Prior to this Agreement Activity Schedule Cost 1. Investigation of Potential Groundwater Replenishment - Preliminary review of potential CITY groundwater Completed $31,000 replenishment program 2. Cooperative Funding Application - Cooperative funding Completed $34,000 application preparation and submittal 3. Groundwater Replenishment Preliminary Feasibility Study - Reviewed DISTRICT aquifer recharge documentation, identified groundwater recharge methodology, developed Completed $35,000 proposed water treatment process, developed preliminary opinions of capital and operational costs Total $100,000 Project Benefits This PROJECT will allow the CITY to develop a more drought-resistant water resource, more fully utilize the CITY'S water resources, and help meet the pending Total Maximum Daily Loads (TMDLs) for discharges to Tampa Bay. This in turn could help Tampa Bay Water defer regional expansion of about 3 mgd of potable water supply. Additionally, recharging the aquifer with purified water is expected to help maintain and improve the head conditions and the water quality of the fresher groundwater. Page 2 of 8 Project Scope The scope of work for the Phase I Feasibility Study related to the GWRP includes the following work elements: 1.0 Feasibility Study 1.1 Conduct Hydrogeologic Study 1.1.1 Review and evaluation of existing data Obtain and review existing hydrogeologic data for the PROJECT area consisting of groundwater quality data for the various zones of the Upper Floridan aquifer, aquifer characteristics, logs for existing wells in the area, and groundwater levels for the PROJECT area. 1.1.2 Review of other water users in the area Perform a Water Use Permit (WUP) inventory and private well inventory in the project area. These users will be mapped and a determination made as to the relationship of the potential groundwater replenishment on these water users. 1.1.3 Groundwater Modeling Groundwater modeling will be performed to evaluate the effect of replenishment on water levels in the aquifer system, and the travel times of the injected water through the aquifer system to water supply wells in the area. The modeling effort will begin with a review of the existing models of the Clearwater area. Develop and calibrate a groundwater flow model using MODFLOW. The flow model is used to evaluate the effect of replenishment on water levels in the aquifer, and the associated reduction in drawdown from the CITY'S water supply wells. The flow model also provides the framework for subsequent particle tracking and transport modeling. Particle tracking will be performed using MODPATH. MODPATH essentially tracks particles from the source along flow lines determined by the potentiometric surface configuration from the MODFLOW groundwater flow model. The results of the MODPATH model show the flow directions and travel times from the recharge wells to water supply wells in the area. Transport modeling is used to evaluate the reduction in concentration of a solute from its point of origin due to dilution, dispersion, and other appropriate, quantifiable retardation factors. Based on the evaluation of water quality from work element 1.1 (a) and information on the projected quality of the replenishment water, appropriate transport modeling to evaluate potential water-quality effects will be performed. 1.1.4 Geochemical Analysis for Potential Limestone Dissolution Determine the long-term potential of causing additional dissolution of limestone. Evaluate the chemical composition of the highly treated wastewater, specifically for calcium, bicarbonate, pH and total organic carbon and determine how much additional limestone could be added to bring the water to "saturation" with the minerals in the aquifer. Page 3of8 1.1.5 Coordination with the DISTRICT and the Florida Department of Environmental Protection (FDEP) Meet with DISTRICT water use regulatory staff to determine how this type of alternative source is factored into the CITY'S WUP. Determine the mechanism for how it can offset potential increases in withdrawal from the supply wells, and what type of analysis will be required for the permitting process that will occur in the next phase of the project. The other regulatory area to be addressed is the permitting of the recharge wells as injection wells through the FDEP. While the actual permitting process is part of the subsequent phase of this PROJECT, the feasibility of the PROJECT is dependent on the ability to successfully obtain a permit for injection of the treated water into a potable aquifer. Meet with the FDEP and other members of the Underground Injection Control (UIC) Technical Advisory Committee JAC) to discuss the project, provide details of the treatment process and finished water quality, discuss the arsenic issue, and identify what will need to be addressed and provided in the permitting process. 1.1.6 Prepare Cost Estimate Develop a cost estimate for the subsequent hydrogeologic phase of the project, which is anticipated to include UIC permitting, construction and testing of a test injection (replenishment) well, refinement of the groundwater modeling based on new data collected, and water use permitting. 1.1.7 Technical Report Prepare a report that includes a detailed description of the methodology used, and results of our hydrogeologic and modeling evaluation and a summary of the discussions with the regulatory agencies regarding regulatory issues and permitting. The DISTRICT will be allowed to review the draft submittal of this report. Two hard copies and electronic copies of the report will be sent to the DISTRICT. 1.1.8 Engineering Review of Hydrogeologic Modeling Review the data sources and assumptions (e.g. boundary conditions, time steps for transient models) used for construction of the groundwater flow, transport and geochemical models and assist with determining the simulations that need to be run from a water use permitting perspective as well as from the operational perspective. Review flow and transport model calibration methods and targets, and review the sensitivity analyses of each model. Assist in development of the conceptual models and simulations, and the approach to developing the WUP application and the UIC permit application. 1.2 Engineering Feasibility Study 1.2.1 Develop Public Information Approach Develop a public information program for this early phase of the project. Successfully implementing indirect potable reuse requires a clear Page 4 of 8 understanding of how it will initially be perceived, how to describe its value, and how to conduct an effective outreach program. a. Collaborative Workshop with CITY Staff - This process will focus on building important community relationships and helping policy makers feel safe to support potable reuse. Specific recommendations will be identified for leading a productive dialogue with the community and region. This workshop process will provide a strong foundation for future outreach efforts. b. Develop an Investment Executive Summary - The context for the perceived risks of indirect potable reuse is the compelling value and benefits that the PROJECT will provide the CITY. Create an investment executive summary (3-5 pages) that conveys the compelling value and logic behind the CITY'S groundwater replenishment proposal. The messages in this executive summary can be used to create a single-page fact sheet and a PowerPoint presentation. 1.2.2 Characterize Reclaimed Water (RCW) Summarize up to five (5) years of existing data. Additional reclaimed water sampling will be performed as-needed. 1.2.3 Characterize Groundwater Quality in Replenishment Area Summarize existing data from the CITY, DISTRICT and the United States Geological Survey (USGS) and identify any need for future data collection. 1.2.4 Evaluate the Blending of Purified GWRP Water with Existing Groundwater Summarize the projected water quality of the purified GWRP water and the existing water quality of the groundwater in the proposed replenishment area. This data will be used in geochemical modeling. Identify and recommend treatment modifications if required based on the geochemical modeling results. 1.2.5 Develop Preliminary Water Quality Monitoring Program A preliminary program to monitor the quality of the water produced by the GWRP purification plant and the quality of the groundwater in the replenishment area will be developed, including the proposed locations and depths of monitoring wells. Locations and depths of monitoring wells will be determined by the groundwater flow model developed as part of the feasibility study. Issues such as groundwater monitoring well locations and sampling intervals will be discussed with the FDEP during the pre- application meeting. The groundwater flow patterns (direction and rate) under steady-state and transient conditions (long-term average pumpage and short term high rates of pumpage) will be reviewed and utilized during development of the preliminary groundwater water quality monitoring program. The preliminary monitoring program will be utilized in initial discussions with FDEP, but a more detailed program will be developed as part of the UIC permitting process under a later authorization. Page 5 of 8 1.2.6 Meet with Regulatory Agencies Meetings with the FDEP and the DISTRICT'S permitting staff will be conducted to discuss permitting requirements for the GWRP. Issues such as permitting jurisdiction and the schedule for permit reviews will be discussed. 1.2.7 Review Proposed TMDLs for the CITY'S Surface Water Discharge for RCW The proposed TMDLs for the CITY'S surface water discharge will be reviewed and preliminary planning level costs will be provided for additional treatment at the NEWRF that may be necessary to meet the TMDL requirements if the City continues to discharge reclaimed water to Tampa Bay. 1.2.8 Develop Pilot GWRP Purification Plant Preliminary Design Based on discussions with FDEP and the DISTRICT on the regulatory requirements for the proposed GWRP purification process, prepare preliminary design documentation for a pilot program. The pilot program is expected to include the following primary system components: microfiltration (MF), Reverse osmosis (RO), and advanced oxidation using ultraviolet (UV) and hydrogen peroxide H2O2. The preliminary design will include identification of an area for the public to view the pilot program equipment as well as an illustration of the pilot program process. 1.2.9 Update Preliminary Plans The preliminary plans developed during the Preliminary Feasibility Study dated August 11, 2009 will be updated and revisions to the preliminary site, mechanical and yard piping plans for the proposed GWRP facility, including the proposed well system at the CITY'S NEWRF, will be included. 1.2.10 Update Equipment List The preliminary equipment list developed during the Preliminary Feasibility Study dated August 11, 2009 will be updated and revisions to the equipment list outlining mechanical, process, electrical and instrumentation for the proposed GWRP facility will be included. This equipment list will be used to update the preliminary opinion of construction cost. 1.2.11 Update Preliminary Opinion of Construction Cost The preliminary opinion of construction cost developed during the Preliminary Feasibility Study dated August 11, 2009 will be updated. The preliminary opinion of construction cost will be based on recent applicable construction bid pricing. 1.2.12 Update Preliminary Opinion of Operating Costs The preliminary opinion of operating costs developed during the Preliminary Feasibility Study dated August 11, 2009 will be updated. The following will be considered: Page 6 of 8 a. Energy b. Labor c. Maintenance and Repair d. Chemicals e. Water Quality Testing and Reporting 1.2.13 Prepare Feasibility Report Summarize findings, preliminary plans and preliminary opinions of cost in a new Feasibility Report. The DISTRICT will be allowed to review the draft submittal of this report. Two (2) hardcopies and electronic copies will be provided to the DISTRICT upon completion. The anticipated future phases of the project are expected to include the following: Phase 2: Hydrogeologic Services; Phase 3: Engineering Design and Permitting; Phase 4: Public Information and Education; Phase 5: Construction; and Phase 6: Engineering Construction Services, and will be covered in a separate contract. Data Collection Additional data that needs to be collected will be identified as part of the scope of work for this Groundwater Replenishment Feasibility Study. The CITY understands that all water quality, biological, and other specified data collected under this Agreement must be submitted to the DISTRICT within six (6) months of collection. Data must be submitted in a standardized electronic format (available from the DISTRICT) in accordance with Rule 62- 40.540, F.A.C. and must include the required data elements set forth in Rules 62-160.240 and 62-160-340 F.A.C. Monitoring or collection of environmental data includes all field and laboratory data collected at groundwater or surface water stations. Groundwater includes, but is not limited to, the monitoring or collection of water quality or biological data from private wells, public supply wells, monitoring wells, springs, agricultural wells, or permit compliance wells. Surface water includes, but is not limited to, the monitoring or collection of water quality, biological, or sediment data from lakes, streams, rivers, estuarine or offshore marine sites, canals, retention ponds or storm water ponds. Laboratories generating environmental data for submission to the DISTRICT must hold certification from the Department of Health - Environmental Laboratory Certification Program as required under Rule 62-160.300 F.A.C. All field sampling organizations collecting environmental data must follow the applicable field collection, quality control, and record- keeping requirements described in FDEP-SOP-001/01 (February 1, 2004), Rule 62-160.800 F.A.C., unless specifically exempted by the DISTRICT. The CITY must obtain a Universal ID (UID) from the DISTRICT'S Project Manager for all sites before collecting data from the sites, so that samples and readings can be correctly tagged and identified. The CITY will permit the DISTRICT, the FDEP, or any consultant operating on behalf of the DISTRICT or FDEP, to conduct periodic audits of field and laboratory procedures or records to determine if approved protocols are being followed in accordance with Rule 62-160.650 F.A.C. Page 7 of 8 Reports The CITY will collect the necessary data to complete and submit the following reports to the DISTRICT. 1. Status Reports will be submitted bi-monthly, beginning 60 days from NTP, until the final report is provided to the DISTRICT as required below. 2. A Technical Report that will include a detailed description of the methodology used, results of the hydrogeologic and modeling evaluation, and a summary of the discussions with the regulatory agencies regarding regulatory issues and permitting. 3. The Feasibility Report which will summarize findings, and update the preliminary plans and preliminary opinions of cost. Project Schedule and Budge t ACTIVITY SCHEDULE CITY DISTRICT Feasibility Study to commence Within 30 days of contract execution Status Reports Bi-monthly from NTP Technical Report December 31, 2010 Feasibility Study to be completed June 30, 2011 Feasibility Report to be submitted October 31, 2011 $225,000 $225,000 The remainder of this page intentionally left blank. Page 8 of 8 M 00 a 0 O 0 a O U a O z z W 2 w w Q U H E5 2 W ? U .p N ? •? G O cu L C O N Z. M ? -C O -0 E C a) r (Z CD N ??yCD C O o C= LL .? Cu C O 0 0 3 U T C O C - O O .? U) E E (D 'D -0 C (D w E U CU O L `- C 0) 0 C O N (D o:? U G 0 o E E L 40- L 40- 0 C .? Q p 0 in 60 0)? '2 LR y.. m O O O_ U) U N O O E NW o ? :3 CL (n 0 z 0 v Z z J z AMERICAN WOMAN 0 w NATIVE AMERICAN O 9 ASIAN/HAWAIIAN O w AMERICAN = U U w z HISPANIC AMERICAN w z m AFRICAN AMERICAN V m 0 AMERICAN WOMAN w m m NATIVE AMERICAN ASIAN/HAWAIIAN LL M AMERICAN w c~6i. U HISPANIC AMERICAN w z O AFRICAN AMERICAN w z w O SMALL BUSINESS uul Section 288.703(1) F.S . U o W U z FL ?(n ?O w NON-MINORITY U O Q a z D 0 a Q a? ?N I J ? O ? I- L) u) H O ZU O 0 U U LL 00 0 Z w Wm O I o w v a m z a. LIJ J w ° (( 0 7 Cr o U a a ?- C6 co N O U O U 0 G Q? O C 0 N N Ep O F- G N a? E m z EL O ro O V) O rn c? a