COOPERATIVE FUNDING AGREEMENT FOR GROUNDWATER REPLENISHMENT PROJECT PHASE 2 (N179) AGREEMENT NO. 1ICOOOOO102
COOPERATIVE FUNDING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
AND
CITY OF CLEARWATER
FOR
GROUNDWATER REPLENISHMENT PROJECT PHASE 2 (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 34694-6899,
hereinafter 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."
WITN'ESSETH;
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 aquifer recharge pilot testing for the possible future design
and construction of a groundwater replenishment facility that will have the capacity to
recharge 3.0 million gallons per day (mgd) of highly treated reclaimed water on an annual
average basis, 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 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. in the introductory paragraph of this Agreement. Notice is
effective upon receipt.
Project Manager for the DISTRICT: Sandie Will, P.G.
Project Manager for the CITY: Robert S. Fahey, P.E.
Any changes to the above representatives or addresses must be provided to the other
party in writing.
Page 1 of 8
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 6, Contract Period.
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.
2.1 The parties agree that time is of the essence in the performance of each
obligation under this Agreement.
2.2 The parties acknowledge that the PROJECT is a pilot testing study. The parties
recognize that during the course of study, alternatives may be determined to not
be feasible due to cost, water quality, permitability, supply availability, or other
pertinent considerations. The CITY will cease work on alternatives determined to
not be feasible. The CITY may request reallocating funds to another alternative
in accordance with Paragraph 2 of this Agreement.
3. FUNDING. The parties anticipate that the total cost of the PROJECT will be Three
Million Seventy Two Thousand Five Hundred Dollars ($3,072,500). The DISTRICT
agrees to fund PROJECT costs up to One Million Five Hundred Thirty Six Thousand
Two Hundred Fifty Dollars ($1,536,250) 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, CITY
will promptly refund such overpaid amounts to the DISTRICT.
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
Page 2 of 8
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 invoicesaWaterMatters.oLg, 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 112.06 1, 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 Surcharges added to third party invoices are not considered an allowable cost
under this Agreement.
3.6 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 Groundwater Replenishment Project agreement
between the Southwest Florida Water Management District and the City of
Clearwater (Agreement No. 11 C00000102), 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
3.7 The DISTRICT'S performance and payment pursuant to this Agreement are
contingent upon the DISTRICT'S Governing Board appropriating funds in its
approved budget for the PROJECT in each Fiscal Year of this Agreement. The
Page 3 of 8
CITY recognizes that the DISTRICT has approved $788,125 for the PROJECT
through Fiscal Year 2011.
4. COMPLETION DATES. The CITY will commence the PROJECT by October 81, 2011,
will complete the PROJECT by February 28, 2014 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 Cod, 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.
. FAILURE TO COMPLETE PROJECT. The CITY will repay the DISTRICT all funds the
DISTRICT paid to the CITY under this Agreement, if the CITY fails to complete the
PROJECT as it may be modified in accordance with Paragraph 2.2. 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 thlas Paragraph.
8. CONTRACT PERIOD. This Agreement will be effective upon execution by the parties
and will remain in effect through February 28, 2015, 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
undertakers 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 five (8) 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, E.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 good's or
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.
Page 4 of 8
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 82-
40.540, Florida Administrative Code (F.A.C.).
10. LIABILITY, Each party hereto agrees to defend, 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 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
Page 5 of 8
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
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.
Page 8 of 8
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 287.133(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
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 and 1 O.
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
Page 7 of 8
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
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: /ItZ6 Pb I A t
Date
-9,-B41�kyr--1-n+errs-Exectrt4ve--D-i-rec-toT
B"�-Gt,t-i-1--If>r-!tr-Fxyreeti-t-i-v----&i-r-,�--et.&r- Mark A. Hammond, P.E. , Director
CITY OF CLEARWATER Resource Management Division
BY: 'Z By:
Frank V. Hibbard Date Bill Horne Date
Mayor-Commissioner City Manager
Approved as to form: Attest,
By: By:,(" J k,21,
Pamela-K-Akimm Rosemarie Call
A
G4y-Aftowfey City Clerk
Leslie K. Dougall-sides
Assist,
ant City Attorney
V�'
COOPERATIVE FUNDING AGREEMENT
BETWEEN THE
SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT
AND
CITY OF CLEARWATER
FOR
G ROUN DWATE R REPLENISHMENT PROJECT PHASE 2(N179)
DISTRICT APPROVAL INITIALS DATE
LEGAL
RISK MIGMT
CONTRACTS
DEP'T"DIRECTOR
DEPUTY EXEC DIR
GOVERNING BOARD
Page 8 of 8
AG REEMENT NO. 11 000000102
EXHIBIT "A"
SPECIAL PROJECT TERMS AND CONDITIONS
1. CONTRACTING WITH CONSULTANT AND CONTRACTOR. The CITY may engage
the services of a consultant(s), hereinafter referred to as the "CONSULTANT," and a
contractor(s), hereinafter referred to as the "CONTRACTOR," 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 contracts
with the CONSULTANT and CONTRACTOR..
2. REVIEW OF REPORTS & TECHNICAL DOCUMENTS. The CITY must obtain the
DISTRICT'S written comments on PROJECT reports and technical documents as set
forth in Exhibit `cB," Project Plan, prior to being finalized, distributed or otherwise
solicited. The DISTRICT will be provided fourteen (14) business days to review and
provide comments on documents before they are finalized, distributed, or otherwise
solicited. As a part of the DISTRICT'S review, the DISTRICT will have the right to
approve if the reports and technical documents meet the requirements of this
Agreement. Said approval will not be unreasonably withheld and the failure to comment
or approve within said fourteen (14) day period will conclusively be deemed accepted,
and will not extend to the conclusions reached in the reports and technical documents.
The DISTRICT'S review and approval of the reports and technical documents does not
constitute a representation or warranty that the DISTRICT has verified the engineering,
modeling, other components of the reports and technical documents, or that such
documents are in compliance with DISTRICT rules and regulations or any other
applicable rubles, regulations, or laws. The DISTRICT'S review and approval will not
constitute a waiver of the CITY'S obligation to require that the CONSULTANT performs
according to the standards of his or her profession.
3. DISTRICT PARTICIPATION IN SELECTING CONSULTANT AND REVIEW OF CITY'S
SELECTION OF CONTRACTOR. 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, The CITY will provide the DISTRICT
with a tabulation of CONTRACTOR bids and a recommendation to award. The CITY
must obtain the DISTRICT'S approval of the selected CONTRACTOR prior to
proceeding with construction of the PROJECT and the DISTRICT will not unreasonably
withhold its approval.
4. APPROVAL OF CONTRACTS. The CITY must obtain the DISTRICT'S prior written
approval of any contracts entered into with its CONSULTANTS and CONTRACTORS.
The DISTRICT will not unreasonably withhold its approval.
Page 1 of 1
AGREEM ENT NO. 1100000010
EXHIBIT "B"
PROJECT PLAN
COOPERATOR: City of Clearwater, Florida
PROJECT: Groundwater Replenishment Project Phase 2 - Pilot Testing (N1 "g)
NARRATIVE: This PROJECT is an alternative water supply study to determine the viability
of using highly treated reclaimed water to recharge the aquifer in central
Pinellas County, The PROJECT consists of two concurrent tracks:
1) hydrogeologic services, including subsurface hydrologic testing and
analysis, and 2) engineering services, including pilot testing of the water
purification process and post-treatment options.
PROJECT INFORMATION
1, TYPE OF PROJECT:
This PROJECT is an alternative water supply study.
2. PROJECT OBJECTIVE:
The goal of this PROJECT is to determine the viability of proceeding with a future full
scale design and construction project to recharge the Upper Floridan aquifer (UFA) with
three (3) million gallons per day (mgd) of highly treated water, originating from the
Northeast Water Reclamation Facility, through aquifer recharge as outlined in Chapters
62-520, 62-600, and 62-610 of the Florida Administrative Code (F.A.C.). The goal of the
future full scale project is to ultimately allow the City of Clearwater (CITY) to replace a
portion of the water purchased from Pinellas County Utilities with additional groundwater
withdrawal.
3, PROJECT DESCRIPTION:
3.1 A PROJECT location map is attached as Figure 1.
3.2 Hydrog Bolo gical services
3.2.1 Underground Injection Control (UIC) Permitting
This task includes preparation of all appropriate application forms and supporting
information for a Class V test well construction permit. The CITY will contract with a
consultant to prepare an application for construction of a Test Injection (Recharge)
Well in accordance with Chapter 62-528.630 and 635 F.A.C. The application
package will include an Area of Review Report, and a well construction and testing
program that addresses the requirements of Chapter 62-528.605 and 620. A
professional' engineer will sign and seal all documents and drawings, as required.
This task will include several meetings with the Technical Advisory Committee
Page 1 of 11
JAC) that includes DISTRICT staff and Florida Department of Environmental
Protection (FDEP) staff, during the permitting process as required. The well will be
permitted as a test injection (recharge) well that could potentially serve as an
operational recharge well if the site is found to be suitable for groundwater
replenishment. The UIC well construction application package will be finalized and
submitted to the FDEP with a copy to the DISTRICT.
3.2.2 Wire-Line Test Cores
This task includes collection of five wire-line cores. The cores will be collected at
five sites anticipated as eventual recharge well sites located in a linear fashion
along the center of the PROJECT area. At each site, split spoons will be performed
in the shallow unconsolidated formation. Continuous cores will be performed from
about 150 feet to 300 feet. The purpose of the cores is to describe lithology,
analyze mineral composition and to determine arsenic leachability, along with other
metals of interest. The cores will be properly preserved and sent for core testing
analyses. Scanning Electron Microscopy (SEM) will be utilized for analyzing
mineral composition, X-Ray Fluorescence will be used for analyzing arsenic
content, and analysis for arsenic leachability will be conducted either in the lab or
in the field. We will likely use the Florida Geological Survey (FGS) and/or the
University of Florida (UF) for the core analyses, depending on availability. All
cores will be collected utilizing a Florida-licensed well driller.
3.2.3 Test Recharge Well Construction
This task includes construction of a 12-inch diameter test well in lower Zone A or
alternative well design as required by FDEP. This task also includes hydrologic
testing, water-quality data analysis and pump testing. The CITY will contract with a
consultant to provide full-time observation services during construction of the Test
Recharge Well and all required testing activities. An experienced hydrogeologist
will be on-site at all times to ensure that all construction and testing work is
conducted in accordance with the technical specifications. This task is expected to
take up to two months to complete. This well will be used as the pumping well for
conducting aquifer testing, and as the injection well for recharge testing.
3.2.4 Monitoring Well Construction
This task includes construction of one 6-inch diameter monitoring well in lower Zone
A and two 6-inch diameter monitoring wells in upper Zone A, or as required by
FDEP. This task also includes hydrologic testing and water-quality data analysis.
The CITY will acquire a consultant to provide full-time observation services during
construction of the monitoring wells and all required testing activities. An
experienced hydrogeologist will be on-site at all times to ensure that all construction
and testing work is conducted in accordance with the technical specifications. This
task is expected to take up to three months to complete. The purpose of these
wells is to monitor water levels and water-quality during aquifer testing and recharge
testing,
325 Groundwater Modeling
This task includes updating the existing groundwater model used in the CITY'S
2011 Groundwater Replenishment Feasibility Study, based on new data, including
test well performance. Groundwater modeling will be performed to evaluate the
Page 2 of 11
effect of replenishment an 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
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, which
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 will show the flow directions and travel times
from the recharge wells to water supply wells in the area.
3.2.6 Geochemical Analysis for Metals Mobilization
This task includes performing geochemical modeling based on new data collected
during aquifer performance testing. The injection of highly treated wastewater into
the limestone of the UFA may have the long-term potential of causing additional
dissolution of limestone. Such dissolution could result in enlargement or formation
of karst features such as caves and conduits. It is important to know whether these
injected waters have the geochemical potential to dissolve limestone and mobilize
metals such as arsenic. This task will include evaluating the chemical composition
of the highly treated wastewater, specifically for calcium, bicarbonate, pH and total
organic carbon and then determining how much additional blend water could be
added to bring the water to "saturation" with the minerals in the aquifer, With
representative chemical concentrations, the total amount of limestone that could be
dissolved over time will be estimated, as well as potential for metals mobilization.
3.2.7 Recharge Well Testing and Analysis
This task includes six months of recharge testing with an approved water at 300
gallons per minute (gpm) and assumes that potable water may be needed to
conduct this test. If an alternative source of water is deemed to be acceptable
through the permitting process then this task will be performed at a lesser cost. The
task includes 4 monitoring wells that will be sampled weekly, or as per FIDEP
requirements, and analyzed by the CITY'S Consolidated Laboratory. Hydrologic
and water-quality data analysis will be performed on data collected in accordance
with FDEP requirements
3.2.8 Coordination with CITY, DISTRICT and FIDEP
This task includes electronic, telephonic, and written communications. This task
also includes any periodic agency meetings to discuss overall PROJECT issues.
Initial communications will involve the FIDEP and the DISTRICT on the UIC
permitting for the test and monitoring wells. Additional communications will take
place to provide updates on the various tasks throughout the PROJECT. This task
will include bi-monthly update reports and quarterly progress meetings with the
DISTRICT.
3.2.9 Design and Cost Estimate Preparation
This task includes the preliminary design of the recharge wells system based on
testing, monitoring and analysis. Included will be the location of the recharge wells
and associated monitoring wells. Specifics on well construction and testing will also
Page 3 of 11
be included along with a schedule. An operational plan can be developed after all
the recharge wells are installed and pump tested. A cost estimate will be developed
for the well construction, which is anticipated to include UIC operational permitting
and Water Use Permitting. Cost estimates will include both consulting services and
contractor costs.
3.2.10 Hydrologic Technical Report
At the completion of the pilot and test phase, a comprehensive report will be
prepared describing work performed and analysis of the testing and permitting
phase of the PROJECT. This task includes preparation of a comprehensive
document to describe the field testing, analysis and recommendations associated
with the UI ✓ permitting, collection of cores, test and monitoring well construction,
modeling, recharge testing, geochernical analysis and final design. A summary of
the UIC permitting with the FDEP and other regulatory issues will also be included
in the report. The report will include all data, figures, maps, drawings, plans, tables
and any other attachments necessary to make the report complete and will be
signed and sealed by a Professional Engineer and Professional Geologist, as
required. All groundwater models will be provided to the DISTRICT. A draft report
will be provided to the DISTRICT for review prior to finalizing the report. Once
comments are received, the report will be finalized and provide to the DISTRICT in
both hard copy and electronic format.
3.3 Engineering services
3.3.1 Pilot Purification System Design and Permitting
The preliminary design of the Pilot Purification System was completed during
Phase 1 of the GRP and included in the Groundwater Replenishment Feasibility
Study, 2011. The pilot system includes the following primary components:
membrane filtration (MF),, consisting of microfiltration or ultrafiltration; reverse
osmosis (RO); advanced oxidation using ultraviolet (UV) and hydrogen peroxide
(H202); dissolved oxygen removal; and purified water stabilization. The final
design and permitting of the Pilot Purification System will be performed during
this PROJECT (Phase 2). Pilot testing will be conducted to confirm design and
operational parameters for the proposed construction project. It is a requirement
of Chapter 62-610 of the F.A.C. that a one (1) year pilot test be conducted.
Water quality results from the pilot system may be used in subsequent blending
and concentrate management analyses and in permitting. During the one (1 ) year
of testing, the pretreatment design, membrane configuration, advanced oxidation
process (AOP) configuration, oxygen removal process, and purified water
stabilization process will be tested and confirmed. Additionally, the CITY'S
treatment plant operators will gain valuable hands-on experience with the
operation of the proposed purification system.
The following tasks will be completed as part of the design and permitting of the
pilot plant:
3.31.1 Develop the contract documents for the procurement and
installation of pilot testing equipment.
Page 4 of 11
3.3.1.2 Develop the Pilot Testing Plan and Protocol for the operation
of the pilot purification system.
3.3.1.3 Prepare and submit a permit application to the FDEP for the
construction of the pilot purification system.
3.3.2 Pilot Purification System Construction and Startup
Procure and install the Pilot Purification System. A pilot scale system will be set
up at the CITY'S Northeast Water Pollution Control Facility (NEWPCF). The pilot
system will simulate all of the treatment processes proposed to be included in the
full' scale system including a membrane filtration system, a reverse osmosis
system, an advanced oxidation system, a dissolved oxygen removal system and
post treatment stabilization chemical feed systems. Arrangements will be made
to lease or purchase all of the pilot scale treatment equipment and have it
delivered to the site. On-site construction will be utilized to install the pilot system
equipment which will include: yard piping to connect the pilot system to the
existing reclaimed water piping and to convey waste streams (concentrate) to the
plant drain system, a concrete slab to set all of the pilot equipment on, a tent or
other cover over the pilot equipment, all interconnecting piping and valves to
connect the pilot treatment and chemical feed systems together, a main electrical
feed, distribution and electrical connections to all of the pilot equipment, and
instrumentation and controls to monitor and control the pilot treatment system.
Startup services will require the on-site presence of the installation contractor, the
CITY'S consultant and representatives from the pilot equipment suppliers, for the
period of time necessary to initially operate the equipment, troubleshoot and
resolve operational issues, adjust chemical feed systems, and train the CITY'S
operators.
3.3.3 Pilot Purification System Operation
The Pilot Purification System will operate for one (1) year (approximately 8,700
hours). A monthly report of the pilot system operation will be generated including
status of the equipment, periods of equipment downtime and the cause, hours of
operation, description of any unusual events, samples collected and analysis
results received, operational modifications, special testing performed (bench,
challenge, mutagenicity, etc.) and visitors to the site. Upon completion of the one
(1) year pilot test, five (5) copies each of a Draft and Final Summary Report that
analyzes the 12 months of data and provides data trending will be provided to the
DISTRICT and FDEP.
3.3.4 Water Quality Sampling
Reclaimed water and groundwater sampling programs were outlined in the CRP
Phase 1 and included in the Groundwater Replenishment Feasibility Study, 2011.
A sampling program for Phase 2 of the program will delineate the source of the
sample, the type of sample to be collected, the number and frequency of samples
to be collected and the parameters to be measured or analyzed for in each
sample. The sampling program for the pilot purification system will be included in
the Pilot Testing Plan and Protocol document. The sampling program to obtain
additional background groundwater quality information in the vicinity of the
recharge area will be provided in a separate memorandum.
Page 5 of 11
33.5 Public Information
At the beginning of this phase oaf f work the CITY, in coordination with its public
relations consultant and the PROJECT Consultants, will develop an overall
strategy for conducting public outreach throughout this phase of the work and
continuing forward. After its development, the strategy will be provided to the
DISTRICT for review and comment. At a minimum the public outreach program
for this, phase will include the following:
3.3.5.1 Identification of the primary stakeholders potentially affected
by the PROJECT and community organizations that could be
used to communicate information about the PROJECT. An
initial communication of the nature and status of the
PROJECT, along with a source to obtain additional
information about the PROJECT would be provided to each.
3.3.5.2 Development of an informational brochure about the
PROJECT.
3.3-5.3 Development of an expanded discussion of the PROJECT on
the CITY'S website, including updates on the status and
findings of the testing program as it progresses.
3.3-5.4 Presentations to community organizations to educate the
public about the need, purpose and objectives of the
PROJECT as well as the activities being conducted under the
testing phase and the information to be gained.
3.3.5.5 Tours of the Pilot Purification System. A schematic of the pilot
system will be prepared and set up at the NEWPCF so that
the public can view the details of the treatment process.
Tours of the pilot system will be conducted during regularly
scheduled visits to the site, as requested and as operational
requirements of the pilot system permit (this task continues
throughout the duration of Phase 2).
3.3.5.6 Upon completion of the above tasks, the CITY will submit a
Public Outreach Summary Report describing all public
information methodologies and outcomes, as well as
recommendations for the next phase of work. The CITY will
also provide any printed materials, handouts or flyers
designed during, these tasks,
3.3,6 Recharge Test Water Treatment System Design and Permitting
A recharge treatment system with a targeted capacity of 300 gallons per minute
(gpm) will treat the source water (expected to be potable water), for the six (6)
month recharge test. The recharge treatment system is expected to consist of a
packaged membrane contactor for dissolved oxygen removal and some
supplemental chemical feed systems for pH adjustment and chlorine removal.
Hydraulic testing of the test/exploratory recharge well will confirm the target
recharge capacity of the well and capacity of the recharge test water treatment
system.
Page 6 of 1 I
Design of the recharge treatment system will include:
3.3.6.1 Development of the Testing Plan and Protocol for the
operation of the recharge treatment system.
3.3.6.2 Preparation and submittal of a permit application to the FDEP
for the construction of the recharge test treatment plant. The
scope of services includes the preparation of an engineering
report to accompany the permit application.
3.3.7 Recharge Test Water Treatment System Procurement Installation and
Startup
Piping to convey the water for the recharge test from the source to the treatment
system, the water treatment system and a pump and piping to convey the treated
water to the recharge well will be required to perform the recharge test. The
design, procurement, delivery, installation and startup of the piping, recharge
treatment system, recharge pump and associated structural, electrical,
instrumentation and controls work will be performed to provide a complete and
operable system ready for conducting the 6 month recharge test. Services of a
qualified engineer will be provided to assist the equipment supplier and installer,
to observe the installation of the piping and equipment, to assist with startup and
to train the CITY staff on the operation of the system.
3.3.8 Conduct Six Month Recharge Test
The test recharge well constructed under task 3.2.3 and the recharge water
treatment system constructed under task 3,37 will be used to conduct a 6 month
recharge test. The system will be operated in accordance with the testing plan,
protocol and FDEP permit. Water purchased or produced for the recharge test
will be treated by the recharge test water treatment system at the rate of
approximately 300 gpm and then pumped into the test recharge well continuously
over a period of 6 months. A qualified engineer will be on-site for the first five
days of operation and weekly thereafter to check system operation and record
instrument readings to ensure proper operation of the treatment system. The
water quality and monitoring wells will be sampled and levels recorded as
described under task 3.3.4.
3.3.9 Pilot Treatment Technical Report
This task includes preparation of the Pilot Treatment Technical Report that will
describe the treatment processes of the pilot treatment system, including the
treated water stabilization processes, recharge testing and the water quality
monitoring and sampling program. The Pilot Treatment Technical Report will
include all data, figures, tables, maps, drawings, plans, and any other
attachments necessary to make the report complete. The Report will be provided
to the FDEP and the DISTRICT for review and comment, prior to finalization of
the Report.
3.3.10 Special Testing of Post Treatment Processes
The City will design and perform testing of modifications to the operation of the
membrane contactors to include the use of carbon dioxide as a feed gas to
supplement or replace nitrogen gas to determine the effect upon pH and DIC
Page 7 of 11
(dissolved inorganic carbon) of the deoxygenated water. The City will design and
perform testing of various chemical feed systems including calcium hydroxide,
sodium hydroxide, sodium bisulfate, ferrous sulfate and sodium hydrogen sulfide
to determine their effect upon the recharge water quality in terms of pH, LSI'
turbidity, DIC, ORP, DO and conductivity. And, the CITY will design and perform
comparative testing of the metals mobilization potential of the most favorable
combination of post treatment processes, based upon the foregoing testing, using
geologic samples obtained from the rock cores.
3.3.11 Meetings and Status Reports.
In coordination with task 3.3.8 a qualified engineer will assist the CITY with
providing regular written communications of the status of the PROJECT to the
DISTRICT and attend bimonthly update meetings and quarterly status meetings
with the DISTRICT and CITY staff.
3.3.12 Pilot Testing Report
Prepare a final report for the testing phase which summarizes all of the field,
laboratory, and pilot data collected during the testing phase. The report will
document the removal efficiency of the purification system and expected quality
of the recharge water. The report will discuss the impact of the findings in the
field testing phase upon the preliminary design and revise the preliminary design
criteria as appropriate. The report will summarize the findings, conclusions and
recommendations for the design of the post treatment processes to optimize the
treatment for prevention of metals mobilization. The report will provide any
findings, conclusions and recommendations relative to the feasibility of the
PROJECT and proceeding forward with implementation of the full scale system
based upon the information obtained during the field testing program. A draft
report will be submitted to the District for review and comment prior to the final
submittal.
3.4 The project is anticipated to provide the data necessary to determine the viability
of a future full scale recharge project phase,
4. MEASURABLE BENEFITS:
This PROJECT will provide the data necessary to ultimately design and construct a full
scale 3 rngd recharge project to optimize water management in the CITY by increasing
recharge, increasing water withdrawn from local well fields, reducing water withdrawn from
regional well fields, and reducing the disposal of wastewater effluent to Tampa Bay.
5. DELIVERABLE&
5.1 Bi-Monthly Status Reports
5.2 UIC Well Construction Application and Permit
5.3 Pilot Purification System Application and Permit
5.4 Hydrologic and Pilot Treatment Technical Report with groundwater modeling files
Page 8 of 11
5.5 Pilot Testing Report
5.6 Public Outreach Summary Report
6. PROJECT BUDGET:
The total eligible cost of this PROJECT is $3,072,500, of which the DISTRICT'S share is
expected to be 50 percent, or $1,536,250. The DISTRICT has funded $768,125 in
FY201 1, and the remaining $768,125 will be requested in future fiscal years. There is
no cost benefit calculated for this PROJECT as the benefits will be associated with the
future full scale project (should it ultimately be built). Additional future costs for Phase III
— Construction Services are expected to be $25,507,500 for full construction of the
water purification facility, additional wells and infrastructure, and public outreach
activities.
PROJECT BUDGET
TASK ACTIVITY TOTAL CITY SHARE DISTRICT
PROJECT SHARE
3.2.1 UIC Well Construction and Pilot Purification $80,000 $40,000 $40,,000
3.31 System Applications and Permits
3210 Hydrologic Technical Report and Pilot $2,071,000 $1,035,500 $1,035,500
3.M Treatment r. Repo
3.3,5 Public Outreach Report(Draft & Final) $350,000 $175,000 $175,000
3.3.12 Pilot Testing Report(Draft& Final) $571,500 $285,750 $285,750
Totals $3,072,500 $1,536,250 $1,536,250
----------------------
The CITY will fund its share of PROJECT costs from the Water and Sewer Enterprise
funds including revenues from the sale of reclaimed water. The funds for the PROJECT
are included in the adopted Capital Improvement Plan.
7. PROJECT SCHEDULE:
TASK COMMENCE COMPLETE
UIC Well Construction Application & Permit October 31, 2011 May 31, 2012
Pilot Purification System Application & Permit October 31, 2011 May 31, 2012
Well Construction June 1, 2012 September 30, 2012
Pilot Purification System Construction June 1, 2012 September 30, 2012
Hydrologic Testing October 31, 2012 April 30, 2013
Pilot Testing October 31, 2012 October 31, 2013
Draft Hydrologic & Pilot Treatment Technical Reports June 30, 2013
Hydrologic & Pilot Treatment Technical Reports August 31, 2013
Draft Public Outreach, Report December 31, 2013
Final Public Outreach Report February 28, 2014
Draft Pilot Testing Report December 31, 2013
Final Pilot Testing Report February 28, 2014
Status Reports will be submitted bi-monthly from the DISTRICT'S Notice to Proceed until
acceptance of the Final Pilot Testing Report.
Page 5 of 11
& IMPLEMENTATION:
The CITY'S Public Utilities staff will be responsible for implementing this PROJECT. The
CITY will utilize an engineering consultant to design the systems and will construct the pilot
purification system using approved general contractors through normal public bid
procurement.
9. KEY PERSONNEL:
The CITY'S contact with DISTRICT'S Project Manager and staff will be:
Primary Contact.
Robert S. Fahey,
Utilities Engineering Manager
City of Clearwater
P.O. Box 4748
Clearwater, FL 34618-4748
(727) 562-4960
SecondaU Contact
Tracy Mercer
Public Utilities Director
City of Clearwater
P.O. Box 4748
Clearwater, FL 34618-4748
(727) 562-4960
Page 10 of 11
FIGURE 1
PROJECT LOCATION MAP
WE
�, rd
m
� Y
mYe
m
r 1
W
a
N w
w
r ..a,
i
P
City of Clearwater
GrounJwater Replenishment Project
�•Ckwrmm�
t* + w �rrr zm.ra-a Map k.-2y 13F 1 14...!Nib !:... 1Z 1:1.1,91 MUL' L-7.11 96ILL71
Bags 11 of 11
C a) a3
C) L) z
0 0 0
> z
D �e
Ld z
Cr
z AMERICAN WOMAN
z C"J F- uj
co m
I,- :R NATIVE AMERICAN
z Z
Lli (D< uj
_�_;
r •3:
Q> x X ASIANIHAWAIIAN
-0 0) 0 AMERICAN
E 3: fr
Li
L) 0
ry <
0 M N Lu HISPANIC AMERICAN
r cn
M Lu Z
m
0') r-y AFRICAN AMERICAN
z
0 UJ
AMERICAN WOMAN
ui
<
N
U' NATIVE AMERICAN
0) 0 X 2 (D
C ' ASIAN/HAWAI IAN E
U) LLJ
AMERICAN m
r_ 0 F_ AMERICAN
0 0 Clf
4—
z ui Lu
w U HISPANIC AMERICAN
L_ <
4- 0
Ln UJ
C: z
0 0 - o AFRICAN AMERICAN
CO E E Li
z
_j Lu o SMALL BUSINESS
CCl (n E Section 288.703(l)F.S. 0
E
M u U Lu
U) 0 Z U- . .......................-
T_ C
X n m D
9) m
Z)Q) CL
w z 0 c NON-MINORITY
0 1�
< `Es 15
0 Le)
4—
z
(D
> a)
0 % 4—
71 m
2 or) :6 r)
z 0
w 0- (D ZE
2E 0
0 <
0 0 0
C 0
0
E
E t
E a)
0 0 E
142
0 U)
4_1
z
ui CC
0 N
0
0 0
C
0
0
o L) cu
> w LL IN
C I-
0 00
V) 0 M
0 c z Ld co
C) (f) 0 n 2 Z)
z z 0 < 0
T 0 z
2 0 a_ C14
C) uj uj _j
E (n
0 w n < 0
0
2 r) 0
< (0