Loading...
96-21911 RESO RESOLUTION NO. 96-21911 A RESOLUTION AUTHORIZING THE EXECUTION OF A FISCAL YEAR 1996 WATER CONSERVATION PARTNERSHIP PROGRAM 50% COOPERATIVE COST -SHARE AGREEMENT WITH SOUTH FLORIDA WATER MANAGEMENT DISTRICT FOR A PILOT STUDY UNDER THE CITY'S STORMWATER MANAGEMENT PROGRAM, USING THE TECHNIQUE OF AQUIFER STORAGE AND RECOVERY (ASR), AT A TOTAL PROJECT COST OF $500,000, TO PROVIDE IRRIGATION QUALITY WATER TO PORTIONS OF THE CITY. WHEREAS, the South Florida Water Management District (District) solicited proposals for cooperative cost-share water conservation projects located within the District's sixteen-county boundary area; and WHEREAS, the City's Public Works Department, with the assistance of Kimley-Horn and Associates, developed a project in keeping with the District's goal that will qualify for the grant, which utilizes the technique of Aquifer Storage and Recovery (ASR) to provide irrigation quality water to portions of the City; and WHEREAS, the City prepared and submitted a proposal to the South Florida Water Management District for an Aquifer Storage and Recovery Study at a fee of $500,000; and WHEREAS, South Florida Water Management District's cost-share contribution is $250,000 for the project; and WHEREAS, on April 19, 1995, the Mayor and City Commission authorized the filing of a Fiscal Year 1996 Water Conservation Partnership Program Cooperative Cost-Share Agreement with South Florida Water Management District and adopted Resolution No. 95-21561, authorizing the appropriation of $250,000 for the City's share of the project, if and when approved; and WHEREAS, the Governing Board of the South Florida Water Management District, at its regular meeting of the Governing Board, unanimously authorized the execution of a Cooperative Agreement with the City of Miami Beach and appropriated $250,000 for the project; and 1 WHEREAS, the South Florida Water Management District has submitted the attached Cooperative Agreement between the South Florida Water management District and the City of Miami Beach for execution by the City. NOW, THEREFORE, BE IT DUL Y RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission authorize the execution of the attached Cost Share Agreement with the South Florida Water Management District. PASSED AND ADOPTED THIS March ,1996. Mayor ATTEST: ~wJ i~ City Clerk c: \rdr\res \sfwmd 95. res fORr\'~ f\PPROVED LEG/\~ DEPT. sA)! 1IiU/~ Date .b..:)..f2- '7L._. 2 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 COMMISSION MEMORANDUM NO. \ ^ ~- Cf fa TO: Mayor Seymour Gelber and Memben of the City Commission DATE: March 6, 1996 FROM: Jose Garcia-Pedrosa City Manager SUBJECT: A RESOLUTION UTHORIZING THE EXECUTION OF A FY 96 WATER CONSERVATION PARTNERSHIP PROGRAM 50% COOPERATIVE COST-SHARE AGREEMENT WITH SOUTH FLORIDA WATER MANAGEMENT DISTRICT FOR A PILOT STUDY UNDER THE CITY'S STORMW ATER MANAGEMENT PROGRAM USING THE TECHNIQUE OF AQUIFER STORAGE AND RECOVERY (ASR) AT A TOTAL PROJECT COST OF $500,000 TO PROVIDE IRRIGATION QUALITY WATER TO PORTIONS OF THE CITY. ADMINISTRA TION RECOMMENDATION That the City Commission authorize the execution of a FY 96 Water Conservation Partnership Program Cooperative Cost-Share Agreement with South Florida Water Management District. BACKGROUND On April 19, 1995, the City Commission authorized the filing of a FY 96 Water Conservation Partnership Program Cooperative Cost-Share Agreement with South Florida Water Management District and adopted Resolution No. 95-21561 authorizing the appropriation of $250,000 for the project, if and when approved. The proposed project, a pilot program, will utilize the technique of Aquifer Storage and Recovery (ASR) to provide irrigation quality water to portions of the City, starting with the Bayshore Golf Course. The South Florida Water Management District solicited proposals for "creative ideas" for water conservation that are in keeping with the District's. Mission which is "to manage water and related resources for the benefit of the public and in keeping with the needs of the region. The key elements of the Mission are: environmental protection and enhancement, water supply, flood protection, and water quality protection." On January 11, 1996, the Governing Board of the South Florida Water Management District unanimously authorized the execution of a cooperative agreement with the City of Miami Beach and appropriated $250,000 for the project. AGENDAITEM~ DATE ~3.~-~L COMMISSION MEMORANDUM PAGE 2 MARCH 6, 1996 On January 18, 1996, the Capital Improvements/Finance Committee unanimously endorsed the project and recommended that it be forwarded to the City Commission. The initial phase of this project will consist of a feasibility study to evaluate the fresh water bubble and its usability, followed by a pilot study and report of the conclusions. The area which has been identified for the initial phase of the project is the Bayshore Golf Course. The initial phase has, been estimated to cost approximately $500,000 of which the District would contribute $250,000. The City's share of $250,000 will be funded by the Stormwater Utility. CONCLUSION It is recommended that the City Commission authorize the execution of the attached FY 96 Water Conservation Partnership Program Cooperative Cost-Share Agreement with South Florida Water Management District. JGPNOAIRDR Attachments c:\rdr\cm.sfwmd3.em UHIGINAL c-7819 COOPERATIVE AGREEMENT BETWEEN THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT AND CITY OF MIAMI BEACH This AGREEMENT is entered into on ('f\ A~c\-\ 0\ ~ , 1996, between "the Parties, " the South Florida Water Management District, a public corporation of the State of Florida ("the DISTRICT"), and ~e City of Miami Beach, political subdivision of the State of Florida ("the CITY"). WITNESSETH THAT: WHEREAS, the DISTRICT is a public corporation of the State of Florida, created by the Florida Legislature and given those powers and responsibilities enumerated in Chapter 373, Florida Statutes to include entering into contracts with public agencies, private corporations or other persons; and WHEREAS, the DISTRICT desires to provide funding to assist the CITY with an aquifer storage and recovery project; and WHEREAS, the DISTRICT has funds in its current fiscal year budget (1995-1996), which are available for its funding of this AGREEMENT; and WHEREAS, the CITY warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms and conditions of this AGREEMENT; and WHEREAS, the CITY has submitted a proposal in response to the DISTRICT'S solicitation for such services by Request for Proposals opened on April 12, 1995; and WHEREAS, the Governing Board of the DISTRICT, at its January 11, 1996 meeting, has authorized entering into this AGREEMENT with the CITY; NOW THEREFORE, the DISTRICT and the CITY, in consideration of the mutual benefits flowing from each to the other, do hereby agree as follows: Agreement No. C-7819 - Page I of 8 ARTICLE 1 - STATEMENT OF WORK 1.1 The CITY shall, to the satisfaction of the DISTRICT, fully and timely perform all work items described in the "Statement of Work," attached hereto as Exhibit "A," and made a part of this AGREEMENT. 1.2 As part of the services to be provided by the CITY under this AGREEMENT, the CITY shall substantiate, in whatever forum reasonably requested by the DISTRICT the methodology, scientific theories, data, reference materials, research notes, any work completed by assistants, models, concepts, analytical theories, computer programs and conclusions utilized as the basis for the final work product required by this AGREEMENT. This paragraph shall survive the expiration or termination of this AGREEMENT. ARTICLE 2 - TERM OF THE AGREEMENT 2.1 The period of performance of this AGREEMENT shall commence on the date of execution and continue for a period of sixteen months or on or about May 31, 1997. 2.2 The parties agree that time is of the essence in the performance of each and every obligation under this AGREEMENT. ARTICLE 3 - COMPENSATION/CONSIDERATION 3.1 As consideration for providing the services required by this AGREEMENT, the DISTRICT shall pay the CITY the fixed amount of Two Hundred and Fifty Thousand Dollars and No Cents ($250,000.00), as specified in Exhibit "A." Such amount includes travel and other expenses which the CITY mayor may not incur and therefore no additional consideration shall be authorized. The total amount of consideration for this AGREEMENT shall not exceed Two Hundred and Fifty Thousand Dollars and No Cents ($250,000.00). ARTICLE 4 - INVOICING AND PAYMENT 4.1 The CITY'S invoices shall reference the DISTRICT'S Contract Number C-7819 and shall be sent to the following address: South Florida Water Management District Ann: Division of Procurement and Contract Administration P. O. Box 24680 3301 Gun Club Road West Palm Beach, FL 33416-4680 The CITY should not submit the invoices to any other address at the DISTRICT. Agreement No. C-7819 - Page 2 of 8 4.2 The CITY shall submit the invoices on a completion of deliverable basis, pursuant to the schedule outlined in the Statement of Work, attached as Exhibit "A". 4.3 The DISTRICT shall pay the full amount of each invoice within thirty (30) days of receipt and acceptance, provided the CITY has performed the work according to the terms and conditions of this AGREEMENT. However, failure by the CITY to follow the foregoing instructions shall result in an unavoidable delay of payment by the DISTRICT. ARTICLE 5 - PROJECT MANAGEMENTINOTIcE 5.1 The Project Manager for the DISTRICT is Tom Singleton, at 1550 Madruga Avenue, Suite 412, Coral Gables, FL 33146, telephone (305) 669-6944. The Project Manager for the CITY is Ruth Rahmani, P.E., at 1700 Convention Center Drive, Miami Beach, FL 33139, telephone (305) 673-7000 ext. 6117. The parties shall direct all matters aris'ing in connection with the performance of this AGREEMENT, other than invoices and notices, to the attention of the Project Managers for attempted resolution or action. The Project Managers shall be responsible for overall coordination and oversight relating to the performance of this AGREEMENT. 5.2 All notices, demands, or other communications to the CITY under this AGREEMENT shall be in writing and shall be deemed received if sent by certified mail, return receipt requested, to: City of Miami Beach 1700 Convention Center Drive Miami Beach, Fl 33139 All notices to the DISTRICT under this AGREEMENT shall be in writing and sent by certified mail, return receipt requested, to: South Florida Water Management District Attn: Division of Procurement and Contract Administration 3301 Gun Club Road P. O. Box 24680 West Palm Beach, FL 33416-4680 The CITY shall also provide a copy of all notices to the DISTRICT'S Project Manager. All notices required by this AGREEMENT shall be considered delivered upon receipt. Should either party change its address, written notice of such new address shall promptly be sent to the other party. All correspondence to the DISTRICT under this AGREEMENT shall reference the DISTRICT'S Agreement Number C-7819. Agreement No. C-7819 - Page 3 of 8 ARTICLE 6 - INDEMNIFICATION 6.1 For value received, which is hereby acknowledged, the CITY shall defend, indemnify, save, and hold the DISTRICT, its agents, assigns, and employees, harmless from any and all claims or causes of action, including without limitation, all damages, losses, liabilities, expenses, costs, and attorney's fees related to such claims, resulting from any negligent or intentional act. or omission, or the violation of any federal, state, or local law or regulation, by the CITY, its subcontractors, agents, assigns, invitees, or employees in connection with this AGREEMENT. The CITY further acknowledges that it is solely responsible for ensuring its compliance and the compliance of its subcontractors, agents, assigns, invitees and employees with the terms of this AGREEMENT. ARTICLE 7 - TERMINATION/REMEDIES 7.1 If either party fails to fulfill its obligations under this AGREEMENT in a timely and proper manner, the other party shall have the right to terminate this AGREEMENT by giving written notice of any deficiency. The party in default shall then have ten (10) calendar days from receipt of notice to correct the deficiency. If the defaulting party fails to correct the deficiency within this time, this AGREEMENT shall terminate at the expiration of the ten (10) day time period. 7.2 Either party may terminate this CONTRACT at any time for convenience upon thirty (30) calendar days prior written notice to the other party. In the event of termination, the DISTRICT shall compensate the CITY for all authorized and accepted work performed through the termination date. The DISTRICT may withhold all payments to the CITY for such work until such time as the DISTRICT determines the exact amount due to the CITY. The DISTRICT may withhold all payments to the CITY for such work until such time as the DISTRICT determines the exact amount due to the CITY. 7.3 If either party initiates legal action, including appeals, to enforce this AGREEMENT, the prevailing party shall be entitled to recover a reasonable attorney's fee, based upon the fair market value of the services provided. 7.4 In the event a dispute arises which the project managers cannot resolve between themselves, the parties shall have the option to submit to non-binding mediation. The mediator or mediators shall be impartial, shall be selected by the parties, and the cost of the mediation shall be borne equally by the parties. The mediation process shall be confidential to the extent permitted by law. Agreement No. C-7819 - Page 4 of 8 ARTICLE 8 - RECORDS RETENTION/OWNERSHIP 8.1 The CITY shall maintain records and the DISTRICT shall have inspection and audit rights as follows: A. Maintenance of Records: The CITY shall maintain all financial and non-financial records and reports directly or indirectly related to the negctiation or performance of this AGREEMENT including supporting documentation for any service rates, expenses, research or reports. Such records shall be maintained and made available for inspection . for a period of five years from completing performance and receiving final payment under this AGREEMENT. B. Examination of Records: The DISTRICT or its designated agent shall have the right to examine in accordance with generally accepted governmental auditing standards all records directly or indirectly related to this AGREEMENT. Such examination may be made only within five years from the date of final payment under this AGREEMENT and upon reasonable notice, time and place. C. Extended Availability of Records for Legal Disputes: In the event that the DISTRICT should become involved in a legal dispute with a third party arising from performance under this AGREEMENT, the CITY shall extend the period of maintenance for all records relating to the AGREEMENT until the final disposition of the legal dispute, and all such records shall be made readily available to the DISTRICT. ARTICLE 9 - STANDARDS OF COMPLIANCE 9.1 The CITY, its employees, subcontractors or assigns, shall comply with all applicable federal, state, and local laws and regulations relating to the performance of this AGREEMENT. The DISTRICT undertakes no duty to ensure such compliance, but will attempt to advise the CITY, upon request, as to any such laws of which it has present knowledge. 9.2 The laws of the State of Florida shall govern all aspects of this AGREEMENT. In the event it is necessary for either party to initiate legal action regarding this AGREEMENT, venue shall be in the Fifteenth Judicial Circuit for claims under state law and in the Southern District of Florida for any claims which are justiciable in federal court. 9.3 The CITY shall allow public access to all project documents and materials in accordance with the provisions of Chapter 119, Florida Statutes. Should the CITY assert any exemptions to the requirements of Chapter 119 and related Statutes, the burden of establishing such exemption, by way of injunctive or other relief as provided by law, shall be upon the CITY. Agreement No. C-7819 - Page 5 of 8 9.4 Pursuant to Section 216.347, F.S., the CITY is prohibited from the expenditure of any funds under this AGREEMENT to lobby the Legislature, the judicial branch, or another state agency. 9.5 The CITY shall obtain, at its sole expense, all necessary licenses, authorizations and permits from the appropriate private party or federal, state, municipal or local agency, and other governmental approvals, prior to commencing performance of this AGREEMENT. 9.6 The CITY hereby assures that no person shall be excluded on the grounds of race, color, creed, national origin, handicap, age, or sex, from participation in, denied the benefits of, or be otherwise subjected to discrimination in any activity under this AGREEMENT. The CITY shall take all measures necessary to effectuate these assurances. ARTICLE 10 - RELATIONSHIP BETWEEN THE PARTIES 10.1 The CITY is an independent contractor and is not an employee or agent of the DISTRICT. Nothing in this AGREEMENT shall be interpreted to establish any relationship other than that of an independent contractor, between the DISTRICT and the CITY, its employees, agents, subcontractors, or assigns, during or after the performance of this AGREEMENT. The CITY is free to provide similar services for others. 10.2 The CITY shall not assign, delegate, or otherwise transfer its rights and obligations as set forth in this AGREEMENT without the prior written consent of the DISTRICT. Any attempted assignment in violation of this provision shall be void. ARTICLE 11 - GENERAL PROVISIONS 11.1 Notwithstanding any provisions of this AGREEMENT to the contrary, the parties shall not be held liable for any failure or delay in the performance of this AGREEMENT that arises from fires, floods, strikes, embargoes, acts of the public enemy, unusually severe weather, outbreak of war, restraint of Government, riots, civil commotion, force majeure, act of God, or for any other cause of the same character which is unavoidable through the exercise of due care and beyond the control of the parties. Failure to perform shall be excused during the continuance of such circumstances, but this AGREEMENT shall otherwise remain in effect. This provision shall not apply if the "Statement of Work" of this AGREEMENT specifies that performance by CITY is specifically required during the occurrence of any of the events herein mentioned. 11.2 The documents listed below, by this reference, shall become a part of this AGREEMENT as though physically attached: Agreement No. C-7819 - Page 6 of 8 DISTRICT'S Request for Proposals No. C-7102 CITY'S Proposal dated April 11, 1995. 11.3 In the event any provisions of this AGREEl\1ENT shall conflict, or appear to conflict, the AGREEMENT, including all exhibits, attachments and all documents specifically incorporated by reference, shall be interpreted as a whole to resolve any inconsistency. 11.4 Failures or waivers to insist on strict performance of any covenant, condition, or provision of this AG REEl\1ENT by the parties, their successors and assigns, shall not be deemed a waiver of any of its rights or remedies, nor shall it relieve the other party from performing any subsequent obligations strictly in accordance with the terms of this AGREEl\1ENT. No waiver shall be effective unless in writing and signed by the party against whom enforcement is sought. Such waiver shall be limited to provisions of this AGREEl\1ENT specifically referred to therein and shall not be deemed a waiver of any other provision. No waiver shall constitute a continuing waiver unless the writing states otherwise. 11.5 Should any term or provision of this AGREEl\1ENT be held, to any extent, invalid or unenforceable, as against any person, entity or circumstance during the term hereof, by force of any statute, law, or ruling of any forum of competent jurisdiction, such invalidity shall not affect any other term or provision of this AGREEl\1ENT, to the extent that the AGREEl\1ENT shall remain operable, enforceable and in full force and effect to the extent permitted by law. 11.6 This AGREEl\1ENT may be amended only with the written approval of the parties hereto. 11.7 Prior to engaging in any discussions with the news media pertammg to this AGREEl\1ENT, the CITY shall notify the DISTRICT'S Office of Government and Public Affairs. This includes news releases, media requests for interviews, feature articles, fact sheets, or promotional materials. 11.8 A key element of the DISTRICT'S mission is environmental protection and enhancement. In furtherance of this mission: A. The DISTRICT encourages the CITY to use recycled paper for all reports, notices and correspondence, which are prepared as part of this AGREEMENT. All reports generated in connection with this AGREEl\1ENT shall be printed on both sides of the paper on which it is prepared. The DISTRICT further encourages the CITY to purchase recycled paper for use in its operations if recycled paper is reasonably cost competitive with virgin paper. "Reasonably cost competitive" means that recycled paper is no more than 10% more expensive than the alternative. Agreement No. C-7819 - Page 7 of 8 B. The DISTRICT encourages the CITY to preserve and protect the environment and to conserve natural resources by promoting energy, water, and refuse conservation programs. 11.9 The DISTRICT actively encourages the participation of Minority-owned and Woman-owned Business Enterprises in the DISTRICT'S procurement and contracting activity. The CITY shall take all necessary and reasonable steps to ensure that Minority-owned and Woman-owned Enterprises have the maximum opportunity to compete for and perform on work related to this AGREEMENT. At any time during the term of this AGREEMENT, the DISTRICT may request information on the minority participation of this AGREEMENT and may request the CITY to increase its efforts and volume of awards to certified minority firms relative to the agreed upon commitment. 11.10 This AGREEMENT states the entire understanding and agreement between the parties and supersedes any and all written or oral representations, statements, negotiations, or agreements previously existing between the parties with respect to the subject matter of this AGREEMENT. The CITY recognizes that any representations, statements or negotiations made by DISTRICT staff do not suffice to legally bind the DISTRICT in a contractual relationship unless they have been reduced to writing and signed by an authorized DISTRICT representative. This AGREEMENT shall inure to the benefit of and shall be binding upon the parties, their respective assigns, and successors in interest. IN WITNESS WHEREOF, the parties or their duly authorized representatives hereby execute this AGREEMENT on the date first written above. LEGAL FORM APPROVED SFWMD OFFICE OF COUNSEL SOUTH FWRIDA WATER MANAGEMENT DISTRICT, BY ITS GOVERNING BOARD By: In ~lJ ~:t:-:' Deputy Exe~irector ATTEST: 'Ro~ f4~ Robert Parcher, City Clerk THE CITY OF MIAMI BEACH FORM APPROVED LEG DEPT. By: Title: By Date ur Gelber, Mayor Agreement No. C-7819 - Page 8 of 8 c-7819 Exhibit "A" Statement of Work City Of Miami Beach Aquifer Storage and Recovery (ASR)' Project INTRODUCTION The City of Miami Beach proposes to evaluate the feasibility of capturing, treating, storing, recovering, and re-using stormwater to supplement local irrigation needs. This project seeks to conserve potable water by using the untapped storm water resource for irrigation. Currently, potable water is used to irrigate golf courses and other major landscape areas in the City; and stormwater is effectively "lost" to the surrounding bay and ocean. There are two distinct layers of groundwater in the aquifer beneath Miami Beach: a deep brackish layer overlaid by a shallow freshwater "bubble" or lens. These waters are separated due to their differences in density-the lighter freshwater, replenished by rainfall, floats above the denser brackish water, which is influenced by the surrounding saltwater of Biscayne Bay and the Atlantic Ocean. This project proposes to recharge the shallow freshwater lens with treated stormwater and recover this resource as an irrigation supply. This is a unique application of Aquifer Storage and Recovery (ASR) technology. OBJECTIVE The objective of this project is to conserve potable water by re-using storm water as a source for irrigation. SCOPE OF WORK This project will evaluate the upper surficial layer of the aquifer lying under the City of Miami Beach for the storage and recovery of stormwater for local irrigation. The project involves two phases: the first phase, consisting of engineering and hydrogeologic feasibility studies, will determine if ASR is viable for Miami Beach; in the second phase, this information will be used to design and construct a pilot testing program that will evaluate the capture, treatment, storage, recovery, and re-use of stormwater for irrigation. STUDY AREA City of Miami Beach WORK BREAKDOWN STRUCTURE Task 1. 0 Engineering Feasibility Study Evaluate Equipment Reauirements To establish the equipment needs for the pilot study, an evaluation of the existing facilities must be performed. This evaluation will include the existing storm water collection system and the irrigation system at the Bayshore golf course. Page 1 of 5. Exhibit . A. - Agreement No. C-7819 It is unclear whether potable water or storm water will be used for recharge during the feasibility and pilot testing portions of the study. This decision will be a function of cost and timing, i.e., the cost of capturing, treating and re-routing stormwater for the tests, and the timing of suitable rainfall events. Pumping Systems Pumping will be required to some extent. For example, pumping may be needed to transport water from the stormwater system to the recharge area, to discharge storm water to the aquifer using shallow or horizontal wells, and/or to move water from the aquifer and lake storage areas to the irrigation system. Currently, the lakes at the golf course are brackish and are connected to the bay and/or ocean via canals and culverts. If the lakes are to be used for storage, they will need to be isolated from the surrounding saltwater ,influence. Distribution System The distribution system would consist of one or more locations where stormwater will be retrieved and one or more locations where water will be recharged. In addition, some level of distribution piping will be needed to get the recovered water to the irrigation system. Water Treatment Before stormwater is discharged to the shallow aquifer, some level of treatment may be needed, including suspended and settleable solids removal and disinfection. The level of treatment is a function of the type of recharge system-minimal treatment for lake storage and percolation to maximum treatment for shallow injection well. The groundwater classification and current uses will also affect the treatment level needed. Task 2.0 Hydrogeologic Feasibility Study Backl!round Data Research Review of available hydrogeologic data is warranted to minimize duplication of effort and to locate areas where additional field information may be needed. Information that will be essential to the project includes: hydrogeologic details, aquifer hydraulic characteristics (for related aquifers), surface water quality, groundwater quality, water elevations and water movement, water use or other withdrawals, locations of area wells, and contamination sources. Geolol!ic Data Collection Site-specific geologic data needed for the feasibility study, and not available through research, will be collected during the drilling program. The drilling scope of work will include test borings and observation well construction in key areas of the proposed pilot test site. The objective is to determine geologic formation types, lithology, thickness, aerial extent of the potential ASR interval(s), and continuity. Page 2 of 5, Exhibit "A" - Agreement No. C-7819 Water Quality Assessment Observation wells that are constructed during the test drilling program will be used for water quality sampling. The water quality assessment will provide a basis for the ASR pilot test and ASR wellfield development. The basic goal of the assessment is to develop an understanding of the existing, if any, fresh water; its thickness, continuity, and degree of stratification; the influence of tidal effects and regional groundwater flow; the interac;:tion and degree of connection between the groundwater and fresh or saline surface water systems; and location of existing or potential sources of contamination. Additionally, the chemical composition of the native water will be assessed to evaluate its compatibility with the recharge water and potential ASR well fouling effects. To evaluate the recharge water quality, water samples will be collected from anticipated catchment areas for analysis. Additionally, area land use will be investigated to locate areas with existing and proposed land usage that will be compatible with consistently high quality stormwater. . Aquifer Hvdraulic Testing Hydraulic testing will be conducted to evaluate aquifer transmissivity, hydraulic conductivity, storativity, specific yield, leakance and vertical permeability characteristics of the potential ASR zone(s). This task is performed to develop an understanding of groundwater movement through, into, and out of the potential ASR zone(s) during recharge, withdrawal, and nonpumping conditions. Additionally, these parameters will be used to evaluate the interaction of fresh and saline water in the potential ASR zone(s); the movement of the fresh water/saline water interface in response to ASR operations; and in predictive hydraulic modeling. Task 3. 0 Field Data Evaluation and Interim Report Results of the field testing program will be incorporated in a report summarizing field data, testing results, and preliminary conclusions. The report will provide recommendations for implementation of a pilot ASR test program, if feasible, with preliminary design recommendations for the pilot test aquifer zone(s) and facilities. In addition based on the water quality issues, anticipated permitting requirements and limitations will be discussed. Task 4.0 Pilot Facilities Design and Construction After feasibility study review and approval by the implementing agencies, phase two of the project will be initiated and technical specifications for the ASR pilot test facilities will be prepared. Also at this time, applications for permits required for phase two of the project will be completed and submitted. Based on the aquifer testing results in the feasibility study a test ASR well will be designed and constructed. Factors that influence the well design include, vertical and horizontal permeability; thickness of the ASR zone; anticipated specific capacity of the well and flow rates; and anticipated fouling problems and well re-development requirements. The ASR test well will be pumped to determine potential flow rates and well capacity for injection and withdrawal. Additional wells may be installed as needed for the pilot test, and the ASR facility design will Page 3 of 5, Exhibit .. A" - Agreemem No. C-7819 continue with completion of the well(s). Based on the well data, the remaining engineering specifications will include pumping, distribution, treatment, and well head facilities. As with the well design, the equipment specified will be based primarily on the feasibility study. Water treatment equipment will provide the level of treatment required to minimize fouling of the well bore during injection of the stormwater. Task 5. 0 ASR Pilot Testing The pilot test will be conducted by injecting freshwater into the ASR test well over a predetermined period of time and then subsequently withdrawing the water from the well. The injection and recovery of the storage water will be done in cycles, with some cycles, including a storage period (no pumping), prior to recovery. Subsequent cycles will gradually increase in pumping duration as will the amount of injected and recovered water. Pumping during each period is continuous and numerous parameters will be monitored during this stage to measure progress. Before, during, and after the cycles, water quality samples will be collected from the ASR and observation wells to monitor water quality changes. The data collected will be used to evaluate the percentage of water recovered and/or lost. Storage times may vary greatly to measure the aquifer's ability to store the water without significant change in stored water quality. If beneficial, the pilot testing may continue beyond the initial pilot program to monitor longer term results. Testing at this point should be less intensive, however, treatment system operation and maintenance will continue to ensure water treatment standards are consistently met. Task 6.0 Final Report Data Evaluation After completion of phase two, ASR pilot testing, the data collected will be evaluated. Water quality and water level data will be used to determine the potential areas and hydrogeologic zone(s) that may be developed for ASR. The pilot water treatment system and well design will be evaluated for effectiveness, problem areas, and future design changes. Modeling Data from the pilot test and the feasibility study will be used to develop a groundwater flow model simulating test conditions. Once calibrated, the model will be used to evaluate a full-scale ASR program and allow various pumping scenarios to be considered. Reoort Preoaration and Presentation Results of the ASR pilot test program will be incorporated in a report summarizing all field data, testing results. and conclusions. The report will provide recommendations for possible expansion of the ASR program on Miami Beach and construction of permanent ASR facilities. In addition. the results of the pilot test will be prepared in presentation format for community educational purposes. The community education would begin with the people immediately around the golf course. By educating these people, everyone who played golf in Miami Beach Page 4 of 5, Exhibit "A" - Agreement No. C-7819 could become more aware of the importance of water conservation. Brochures will be developed and distributed that explain the ASR process. PAYMENT AND DELIVERABLE SCHEDULE .. .. .. . .....Task ............. ..... . ... . . ... . . . . ....... .. .. .... .. . -..- :.::: :::. .,....-.. -:-.' ":-:-::':-:,".':-:-.".'::"::':-:-:-:-:-::'>>>:-.:-:'::-:-," .. - ... .. .... .. ... ... Payment"'. . 1 Engineering Feasibility Study 4 months $35,000 2 Hydrogeologic Feasibility Study 4 months $63,000 3 Data Evaluation and Interim Report 4 months $5,000 4 Pilot Facilities Design and Construction 9 months $16,000 5 Pilot Testing 12 months $100,000 6 Final Report 16 months $31,000 TOTAL $250,000 * From date of execution of contract **Payment is subject to the District's review and approval of all deliverables Page 5 of 5, Exhibit . A' - Agreement No. C-7819