Loading...
Agenda 05/26/2015 Item #16B3 5/26/2015 16.B.3. EXECUTIVE SUMMARY Recommendation that the Board of County Commissioners (BCC) acting in its capacity as the Collier County Community Redevelopment Agency (CRA) approve the attached change order #1 to grant-funded contract #14-6236 between the CRA and Quality Enterprises, Inc. entitled "Immokalee Stormwater Improvements — Phase II" and approve a budget amendment in the amount of$29,398.45 needed to execute the bid alternate work on North 16th street. OBJECTIVE: To approve the attached change order to contract #14-6236 between the CRA and Quality Enterprises, Inc. entitled "Immokalee Stormwater Improvements — Phase IL" This contract is 100%funded through a Disaster Recovery Enhancement Fund (DREF) grant from the Florida Department of Economic Opportunity. CONSIDERATIONS: On May 22, 2012, Agenda Item 16.D.3, the BCC approved a subrecipient agreement between the BCC and CRA to design and construct Immokalee stormwater improvements(drainage, sidewalks, resurfacing). The subrecipient agreement originally awarded$2,011,955.46 to the CRA for the stormwater improvements. Subsequent to the original award, the BCC approved three modifications to the subrecipient agreement: 1) October 22, 2013, Agenda Item 16.D.8,the BCC approved an extension of the performance period from February 1, 2014 to September 30, 2014; 2) May 27, 2014, Agenda Item 16.D.16, the BCC approved an extension of the performance period from September 30, 2014 to December 2014 and increased the overall grant amount from $2,011,955.46 to $2,645,694.50; and 3) April 28, 2015, Agenda Item I6.D.13, the BCC approved an extension of the performance period from September 30, 2014 to August 31, 2015 and increased the overall grant amount from $2,645,694.50 to $2,675,092.95. On December 9, 2014, Agenda Item #14.B.1, the BCC approved the grant-funded contract #14-6236, Immokalee Stormwater Improvements — Phase II to Quality Enterprises USA, Inc. with a base contract amount of $2,208,149.95 to perform transportation infrastructure improvements (drainage/sidewalks/resurfacing) to Immokalee Drive. The bid sheet also included an ad-alternate for similar improvements to North 16th Street in the amount of $460,547.00 which were excluded from the purchase order due to grant funding and grant deadline limitations. On March 10, 2015, the Immokalee Water and Sewer District (IWSD) approved a contract between the IWSD and Quality Enterprises to perform many of the utility conflict items included in the contract between the BCC and Quality Enterprises which resulted in a deduct from Contract#14-6236 between the BCC and Quality Enterprises in the amount of$194,560.50. The remaining grant funding available and the savings associated with the utility conflict deduct will allow the CRA to add the bid alternate work on North 16th Street to the project. [15-CRA-00333/1179587/1] 15-CRA-00333/1179587/1] Packet Page-626- 5/26/2015 16.B.3. FISCAL IMPACT: A budget amendment is required to recognize additional grant funding within the amount of$29,398.45 within Immokalee CRA grant fund 715, Project 33214.1. Exhibit A attached itemizes the reduced obligation and additional work in the bid alternate. The attached change order #1 for Quality Enterprises contract #14-6236 is valued at $265,986.50 in additional expenditures. However, the attached budget amendment is only valued at $29,398.45 due to: 1) the reduction in project cost due to the low bid, 2) the IWSD contribution of$194,560.50, and 3)other budgetary changes. LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board approval. -JAB GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact resulting from this action. RECOMMENDATION: That the BCC: 1) approve the attached change order to contract #14-6236 between the CRA and Quality Enterprises USA, Inc. entitled "Immokalee Stormwater Improvements—Phase II"and 2)approve a budget amendment. Prepared by:Bradley Muckel,Collier County CRA—Immokalee Attachments: 1)Exhibit A—Calculation Sheet; 2)Exhibit B—Immokalee Water&Sewer Email; 3) Signed CO;and 4)DREF Grant Amendment#3 115-CRA-00333/1179587/1] 15-CRA-00333/1179587/1] • Packet Page-627- 5/26/2015 16.B.3. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.B.16.B.3. Item Summary: Recommendation that the Board of County Commissioners (BCC) acting in its capacity as the Collier County Community Redevelopment Agency (CRA) approve the attached change order#1 to grant-funded contract#14-6236 between the CRA and Quality Enterprises, Inc. entitled "Immokalee Stormwater Improvements—Phase II" and approve a budget amendment in the amount of$29,398.45 needed to execute the bid alternate work on North 16th street. Meeting Date: 5/26/2015 Prepared By Name: MuckelBradley Title: CRA Operations Manager,Immokalee County Redevelopment Agency 5/13/2015 9:11:16 AM Submitted by Title: CRA Operations Manager, Immokalee County Redevelopment Agency Name: MuckelBradley 5/13/2015 9:11:17 AM Approved By Name: BrilhartBrenda Title: Procurement Specialist,Administrative Services Department Date: 5/14/2015 2:12:35 PM Name: MarkiewiczJoanne Title: Division Director-Purchasing&Gen Svc,Administrative Services Department Date: 5/15/2015 7:04:39 AM Name: BelpedioJennifer Title: Assistant County Attorney, CAO General Services Date: 5/15/2015 10:26:50 AM Packet Page-628- 5/26/2015 16.B.3. Name: RobinsonErica Title: Accountant, Senior,Grants Management Office Date: 5/15/2015 12:49:28 PM Name: BelpedioJennifer Title: Assistant County Attorney, CAO General Services Date: 5/15/2015 1:37:06 PM Name: KlatzkowJeff Title: County Attorney, Date: 5/15/2015 2:48:51 PM Name: StanleyTherese Title: Manager-Grants Compliance, Grants Management Office Date: 5/18/2015 10:20:42 AM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 5/18/2015 2:16:18 PM Packet Page -629- 5/26/2015 16.B.3. EXHIBIT A:Calculation DEDUCT:Immokalee Water&Sewer Activities Item Nmbr Description UOM Quantity Unit Price Total 53 6"WATERMAIN C-900 DR-14 LF 1,664 $29.00 $ 48,256.00 54 8"WATERMAIN C-900 DR-14 LF 184 $43.00 $ 7,912.00 55 6"WATERMAIN DEFLECTION EA 2 $3,900.00 $ 7,800.00 56 8"WATERMAIN DEFLECTION EA 2 $4,700.00 $ 9,400.00 57 REMOVE 6"AC WATERMAIN LF 2,340 $14.00 $ 32,760.00 58 REMOVE 8"AC WATERMAIN LF 650 $14.00 $ 9,100.00 59 DISPOSE 6"AC WATERMAIN LF 2,340 $5.50 $ 12,870.00 60 DISPOSE 8"AC WATERMAIN LF 650 $6.25 $ 4,062.50 61 6"X 2"WATERMAIN CONNECTION EA 1 $145.00 $ 145.00 62 6"X 6"WATERMAIN CONNECTION EA 3 $425.00 $ 1,275.00 63 8"X 8"WATERMAIN CONNECTION EA 3 $575.00 $ 1,725.00 64 2"GATE VALVE EA 1 $660.00 $ 660.00 65 6"GATE VALVE EA 6 $1,200.00 $ 7,200.00 66 8"GATE VALVE EA 1 $1,700.00 $ 1,700.00 67 FIRE HYDRANT ASSEMBLY EA 3 $4,900.00 $ 14,700.00 68 ADJUST FIRE HYDRANT ASSEMBLY EA 6 $1,200.00 $ 7,200.00 69 REMOVE FIRE HYDRANT ASSEMBLY EA 3 $950.00 $ 2,850.00 70 ADJUST WATERMAIN VALVE TO GRADE EA 26 $130.00 $ 3,380.00 71 REMOVE EXISTING WATERMAIN VALVES EA 15 $110.00 $ 1,650.00 72 CONNECT WATER SERVICE EA 20 $320.00 $ 6,400.00 73 ADJUST WATER SERVICE _ EA 53 $255.00 $ 13,515.00 Total Deduct: $ 194,560.50 ADDITION:North 16th Street Ad Alternate 1 MOBILIZATION L5 1 $16,000.00 $ 16,000.00 2 PROVIDE/MAINTAIN AS-BUILT PLANS L5 1 $9,500.00 $ 9,500.00 3 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $4,500.00 $ 4,500.00 4 PROVIDE/MAINTAIN PROJECT SCHEDULE L5 1 $2,000.00 $ 2,000.00 5 MAINTENANCE OF TRAFFIC LS 1 $22,000.00 $ 22,000.00 6 COMMERCIAL MATERIAL FOR DRIVEWAY MAINTENANCE CY 200 $18.00 $ 3,600.00 7 PRECONSTRUCTION VIDEO OF PROJECT LIMITS LS 1 $930.00 $ 930.00 8 EROSION CONTROL LS 1 $6,600.00 $ 6,600.00 9 CLEARING AND GRUBBING(1.80 AC) LS 1 $8,000.00 $ 8,000.00 10 REMOVAL OF CONCRETE PAVEMENT SY 161 $9.00 $ 1,449.00 11 MAILBOX(FURNISH&INSTALL SINGLE) EA 5 $115.00 $ 575.00 12 OPTIONAL BASE GROUP 4(6"LIMEROCK) SY 146 $8.00 $ 1,168.00 13 OPTIONAL BASE GROUP 6(8"LIMEROCK) SY 229 $12.00 $ 2,748.00 14 SUPERPAVEA.C.(9.5)(TRAFFICC)(1") TN 209.0 $200.00 5 41,800.00 15 SUPERPAVE A.C.(9.5)(TRAFFIC C)(1 1/2") TN 13.2 $200.00 $ 2,640.00 16 SUPERPAVE A.C.(9.5)(TRAFFIC C)(2") TN 27.5 $200.00 $ 5,500.00 17 CLASS I CONCRETE(DRIVEWAYS)(6"THICK) SY 311 $36.50 $ 11,351.50 101A ROADWAY CROSSINGS EA 7 $1,300.00 $ 9,100.00 102 INLETS(DITCH BOTTOM TYPE C)(<10') EA 39 $1,500.00 $ 58,500.00 103 MANHOLES(1-8)(<10') EA 2.00 $2,600.00 $ 5,200.00 104 PIPE CULVERT(CLASS III CONCRETE)(STORM SEWER)(ROU LF 1,067 $42.00 $ 44,814.00 105 PIPE CULVERT(CLASS III CONCRETE)(STORM SEWER)(ROU LF 1,445.00 $49.00 $ 70,805.00 106 PIPE CULVERT(CLASS III CONCRETE)(STORM SEWER)(ROU LF 256 $63.00 $ 16,128.00 107 4'CHAINLINK FENCE LF 663 $22.00 $ 14,586.00 108 CONCRETE SIDEWALK,6"THICK SY 1,200 $36.50 $ 43,800.00 109 PERFORMANCE TURF(BAHIA SOD)(INCLUDES WATER, SY 3,898 $4.00 $ 15592.00 FERTILIZER&MOWING) 110 DETECTABLE WARNING STRIPS(Cast Into Concrete Sidewa EA 14 $460.00 $ 6,440.00 111 SINGLE POST SIGN(F&I)(LESS THAN 12 SF) AS 9 $420.00 $ 3,780.00 112 SINGLE POST SIGN(RELOCATE) EA 1 $200.00 $ 200.00 113 SINGLE POST SIGN(REMOVE) EA 10 $23.00 $ 230.00 114 RETRO REFLECTIVE PAVEMENT MARKER EA 56 $3.50 $ 196.00 115 THERMOPLASTIC(STANDARD)(WHITE)(SOLID)(6") NM 0.59 $4,750.00 $ 2,802.50 116 THERMOPLASTIC(STANDARD)(WHITE)(SOLID)(12") LF 462 $3.00 $ 1,386.00 117 THERMOPLAS TIC(STANDARD)(WHITE)(SOLID)(24") LF 77 $6.00 $ 462.00 118 THERMOPLASTIC(STANDARD)(WHITE)(ARROWS) EA 2 $87.00 $ 174.00 119 THERMOPLASTIC(STANDARD)(YELLOW)(SOLID)(6") NM 0.14 $4,750.00 $ 665.00 120 ROADWAY ALLOWANCE FIXED 1 $7,500.00 $ 7,500.00 121 DRAINAGE ALLOWANCE FIXED 1 $7,500.00 $ 7,500.00 122 ADJUST FIRE HYDRANT ASSEMBLY EA 4 $1,200.00 $ 4,800.00 123 ADJUST WATERMAIN VALVE TO GRADE EA 6 $130.00 $ 780.00 124 ADJUST WATER SERVICE EA 3 $250.00 $ 750.00 125 ADJUST SANITARY SEWER MANHOLE TO GRADE EA 3 $165.00 $ 495.00 �--.., 126 UTILITY ALLOWANCE _ FIXED 1 _ $3,500.00 $ 3500.00 Total Ad: $ 460547.00 Total Deduct: $ 194,560.50 Net Change: $ 265,986.50 Packet Page-630- 5/26/2015 16.B.3. Exhibit B: Immokalee Water&Sewer Email Brad, Yes. You can deduct those items from your contract. QE agreed to do the work for IWSD for the not-to-exceed amount of$194,000. Please let me know if I can assist you with anything else. Sincerely, Eva J. Deyo Executive Director Immokalee Water& Sewer District 1020 Sanitation Road Immokalee, FL 34142 (239) 658-3630 (239) 658-3634-Fax email: evadeyo @jw-sd.com website: www.iw-sd.com From: MuckelBradley [mailto:BradleyMuckel(acolliergov.net] Sent: Monday, March 09, 2015 3:58 PM To: Lou Gaudio; 'Eva Deyo' Cc: SainvilusJames; Ferrante, Gary; Ted Tryka Subject: RE: Immokalee Downtown Phase II Eva and Lou, Did either of you ever respond to this? 'Uradlekl Mucl2el Collier County Community Redevelopment Agency(CRA)and Municipal Services Taxing Unit(MSTU)-Immokalee 750 South Fifth Street(Southwest Florida Works Building) Immokalee,FL 34142 (239)867-0027 direct (239)252-6455 fax (239)285-8270 cell BradleyMuckel @colliergov.net www.immokaleetoday.com From: MuckelBradley Sent: Monday, February 23, 2015 11:27 AM To: Lou Gaudio; 'Eva Deyo' Cc: OienLisa; SainvilusJames; Ferrante, Gary; Ted Tryka' Subject: RE: Immokalee Downtown Phase II Packet Page -631- 5/26/2015 16.B.3. Exhibit B: Immokalee Water&Sewer Email Eva and Lou, Please verify that the contract between your two parties includes all of the following items. I need to put together a deduct change order to the Quality contract immediately.Thank you.The total is $194,560.50. 53 6"WATERMAIN C-900 DR-14 LF 1,664 $29.00 $ 48,256.00 54 8"WATERMAIN C-900 DR-14 LF 184 $43.00 $ 7,912.00 55 6"WATERMAIN DEFLECTION EA 2 $3,900.00 $ 7,800.00 56 8"WATERMAIN DEFLECTION EA 2 $4,700.00 $ 9,400.00 57 REMOVE 6" AC WATERMAIN LF 2,340 $14.00 $ 32,760.00 58 REMOVE 8"AC WATERMAIN LF 650 $14.00 $ 9,100.00 59 DISPOSE 6"AC WATERMAIN LF 2,340 $5.50 $ 12,870.00 60 DISPOSE 8"AC WATERMAIN LF 650 $6.25 $ 4,062.50 6"X 2"WATERMAIN $145.00 $ 145.00 61 CONNECTION EA 1 6" X 6"WATERMAIN $425.00 $ 1,275.00 62 CONNECTION EA 3 8" X 8"WATERMAIN $575.00 $ 1,725.00 63 CONNECTION EA 3 64 2" GATE VALVE EA 1 $660.00 $ 660.00 65 6" GATE VALVE EA 6 $1,200.00 $ 7,200.00 66 8" GATE VALVE EA 1 $1,700.00 $ 1,700.00 67 FIRE HYDRANT ASSEMBLY EA 3 $4,900.00 $ 14,700.00 ADJUST FIRE HYDRANT $1,200.00 $ 7,200.00 68 ASSEMBLY EA 6 REMOVE FIRE HYDRANT $950.00 $ 2,850.00 69 ASSEMBLY EA 3 ADJUST WATERMAIN VALVE TO $130.00 $ 3,380.00 70 GRADE EA 26 REMOVE EXISTING $110.00 $ 1,650.00 71 WATERMAIN VALVES EA 15 72 CONNECT WATER SERVICE EA 20 $320.00 $ 6,400.00 73 ADJUST WATER SERVICE EA 53 $255.00 $ 13,515.00 srAdLe MitcAQeL Collier County Community Redevelopment Agency(CRA)and Municipal Services Taxing Unit(MSTU)-Immokalee 750 South Fifth Street(Southwest Florida Works Building) Immokalee,FL 34142 (239)867-0027 direct (239)252-6455 fax (239)285-8270 cell BradleyMuckel@colliergov.net www.immokaleetoday.com Packet Page-632- 5/26/2015 16.B.3. Exhibit B: Immokalee Water&Sewer Email From: Ted Tryka [mailto:trvkaCahabbinc.com] Sent: Monday, February 23, 2015 11:22 AM To: MuckelBradley; Lou Gaudio Cc: OienLisa; Sainvilusiames; Ferrante, Gary Subject: RE: Immokalee Downtown Phase II Brad: Your overall accounting looks good to me. The only number discrepancy that I saw was the IW&S items identified in the bid tab (Items 53-73) totaled $194,560.50. I'm not sure if the IW&S contract with QE was rounded to $194,000 even. Thanks, Ted Packet Page -633- 5/26/2015 16.B.3. .ollier County Procurement Services MminirdiaM Sena cos rte, Change Dreier Form F,aaaeme d Sen ce_s fI Contract Modification 0 Work Order Modification 0 Amendment Contract#:114-6236 Change ft: . 01 Purchase Order td: 4500156701 Project#: 146236 Contractor/Firm Name: Quality Enterprises Project Name: Immokalee Stomrwater Improvements—Phase 11 Project Manager Name: Bradley Muckel Department: Immokalee CRA Original Contract/Work Order Amount $ 2,208,149.95 12/9/14;14.B.1 Original BCC Approval Date;Agenda item ft Current BCC Approved Amount $ 2,208,149.85 12/9/14; 14.B.1 Last BCC Approval Date;Agenda item# Current Contract/Work Order Amount $ 21208,149.95 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 265,986.50 12.05% Total Change from Original Amount Revised Contract/Work Order Total I $ 2,474,136.45 12.05% Change from Current BCC Approved Amount ,Cumulative Changes $ 265,986.50_ 12.05% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 1131/15 Original 6/30/15 Last Approved 6/30/15 Revised Date 8/31/15 Date Completion Date Date (Includes this change) #of Days Added 62 Select Tasks ®Add new task(s) ❑Delete task(s) 0 Change task(s) 0 Other(see below) Provide a response to the following:1.)detailed and specific explanation/rationale of the requested change(s)to the tack(s)and/or the additional days added(if requested);2.)why this change was not included in the original contract;and,3.) describe the Impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Fiscal C tome Reduction:The Immokalee Water&Sewer District has agreed to assume financial responsibility for the majority of the utility conflicts that were in our original bid tabulation with Quality Enterprises.As a result,line Item numbers 63-73 from the original bid tabulation(see Exhibit A),valued at$194,560.50,are being removed from our contract with Quality Enterprises. Addition:We will be utilizing these savings to cover the cost of proceeding with the ad alternate work identified in the original bid tabulation(North 16th Street improvements)(see Exhibit A).The bid price of the ad alternate proposed by Quality Enterprises at the time of bid was $460,547.00.Therefore,the total net Increase to the Quality Enterprises contract is$265,986.50. Time Extension Due to an unforeseen utility conflict with an immokalee Water&Sewer District water main,the contractor will require a 62 day time extension in order to complete the base bid scope of work along Immokalee Drive.The time extension will also allow the vendor to complete the ad-alternate work along North 16"'Street. Impact if this change is not processed Fiscal:The ad alternator work would not be completed. Time:The contractor would not be able to complete the base scope of work, i•-)"4 ci l!': 14«'(Li C°ti:t,. — "" k4.1, cei {S Prepared by: f Date: (Project Mariager Name and Department) 6- / Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained In the contract/work order indicated above,as fully as If the same were stated In this acceptance. The adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for Impact and delay costs. ,i.rS . /li zn� EA rti rZ Lu1, '- Date: -S Accepted by: (Contractor/Vendor/Consultant/Design Professional and Name of Firm,If project applicable) Approved by: I. Trl-ykr?/It -A&� ske gx.uaDnGL,i,ae.., 02. p_4.1a31._ Date: ✓-t3->. (Design Pjofessionai and Name of Firm,if project applicable) / / - t � Approved by: !f `"- Date: -{ (Procurement Professional T. p. €t: it.-C'tx- -1 (Divisions who may require additional signatures may include on separate sheet.) Revised:10/28/2014 Packet Page -634- 5/26/2015 16.B.3. Grant# 1.2DB-P5-09-21-01-K39 CFDA/CSFA# - 14.228, Subrecipient — Immokalee Area Community Redevelopment Agency (CRA) DUNS #-076997790 F4 FEIN#- 59-6000558 Fiscal Year End: 9/30 Monitor End: 11/O142020 THIRD AMENDMENT TO AGREEMENT BETWEEN COLLIER COUNTY AND COLLIER COUNTY COMMUNITY REDEVELOPMENT AGENCY—IMMOKALEE AREA COMMUNITY REDEVELOPMENT AGENCY IMMOKALEE STORMWATER IMPROVEMENTS This Amendment is entered into this 28th day of April, 2015, by and between the "Immokalee Area Community Redevelopment Agency (CRA)." A Community Redevelopment Agency approved by the Board of Collier County Commissioners hereinafter referred to as SUBRECIPIENT and Collier County, Florida, hereinafter to be referred to as "COUNTY," collectively stated as the"Parties." WHEREAS, on January 24, 2012, item 16D2, the Board of County Commissioners approved Disaster Recovery Enhancement Funds grant. agreement #12DB-P5-09-21-01-K39 between Collier County and the Florida Department of Economic Opportunity(DEO) WHEREAS, on May 22, 2012 item 16D3, the Board of County Commissioners approved the subrecipient agreement between the Immokalee Area Community Redevelopment Agency and County to engineer and construct Immokalee Stormwater Improvements funded by Disaster Recovery Enhancement agreement #12DB-P5-09-21-01-K39 between Collier County and the Florida Department of Economic Opportunity (DEO) WHEREAS, October 22, 2013 item 16D8, the Board of County Commissioners approved the incorporation of additional grant language and end date guidance WHEREAS, on May 27, 2014 item 16D16, the Board of County Commissioners approved and to increase the amount of funds and certain clarifications to the scope and time of performance Page 1 of 6 Immokalee CRA 2008 DREF 08-01 Stormwater Improvements Contract Amendment#3 Packet Page -635- 5/26/2015 16.B.3. WHEREAS, the Parties desire to amend the Agreement to increase the amount of funds NOW, THEREFORE, in consideration of the mutual benefits contained herein, it is agreed by the Parties as follows: Words Stpue-k--Through are deleted; Words Underlined are added All references contained throughout the agreement to Housing, Human and Veteran Services (HHVS1 hereinafter shall read Community and Human Services (CHS). THE SUBRECIPIENT AGREES TO IV. CONSIDERATION AND LIMITATION OF COSTS The SUBRECIPIENT shall be reimbursed by the COUNTY using HUD/DREF funding for allowable costs, determined by COUNTY, in an amount not to exceed n: • . - .' - • . . - ! . I H , Two Million Six Hundred Seventy Five Thousand Ninety Two Dollars and 95/100 ($2,675,092.95) in U.S. Dollars for the services described in Exhibit "A." * EXHIBIT "A" SCOPE OF SERVICES B. BUDGET: Collier County - -_, - : • - - - - -- •- Community and Human Services•is providing • : - - . -• - - - -• -- •-d Six Hundred Ninety Four .: : ! et, :A ,:•4. ! Two Million Six Hundred Seventy Five Thousand Ninety Two Dollars and 95/100 ($2,675,092.95) in CDBG/DREF funding for the project scope described above. Line Item Description CDBG/DREF Funds Engineering and CEI services $186,454.00$165,396.00 Sidewalks $4-8-57-5-3-5,00$193,896.60 Page 2 of 6 Immokaiee CRA 2008 DREF 08-01 Stormwater Improvements Contract Amendment#3 Packet Page -636- 5/26/2015 16.B.3. Flood and drainage $2,223,705.50$2,003,850.60 Project Management $25,000.00 Resurfacing $25,000.00$276,949.75 Subtotal $2,665,092.95 Contingency $10,000.00 TOTAL $2,615,694.50$2,675,092.95 * * * C. PROJECT WORK PLAN: The following Project Work Plan is in effect for program monitoring requirements only and as such, is not intended to be used as a payment schedule. Date Start Date End Work Plan 9/2013 11/2013 Prepare project plans and specifications 5/2014 6/201111/2014 Procure eligible Contractor(s) 6/201-42/2015 7/20113/2015 Begin Construction 8./-204-45/2015 9/20116/2015 Construction 50%complete 9/201/7/2015 121)011-8/2015 Construction 100% complete and project close out * * * Schedule "D-1" is hereby deleted and replaced as attached SCHEDULE "D-1" Page 3 of 6 Immokalee CRA 2008 DREF 08-01 Stormwater Improvements Contract Amendment#3 l Packet Page -637- 5/26/2015 16.B.3. Community and Human Services REQUEST FOR PAYMENT SECTION I: REQUEST FOR PAYMENT Subrecipient Name: Immokalee Area Community Redevelopment Agency Subrecipient Address: 1320 N. 15th St. Immokalee, Fl. 34142 Project Name: Immokalee Stormwater Improvements Project No: Payment Request# Total Payment: Period of Availability: 5/22/2012 through 8/31/2015 or as modified by grant# 12DB-P5-09- 21-01-1(39 The Agency has incurred the indebtedness listed below between and SECTION II.: STATUS OF FUNDS 1. Grant Amount Awarded $ $2,675,092.95 2. Sum of Past Claims Paid on this Account 3. Total Grant Amount Awarded Less Sum Of Past Claims Paid on this Account $ 4. Amount of Previous Unpaid Requests $ 5. Amount of Today's Request 6. Current Grant Balance(Initial Grant Amount Awarded Less Sum of all requests) $ Page 4 of 6 Immokalee CRA 2008 DREF 08-01 Stormwater Improvements Contract Amendment#3 I^i f J Packet Page -638- 5/26/2015 16.B.3. .-1 I certify that this request for payment has been made in accordance with the terms and conditions of the Agreement between the COUNTY and us as the SUBRECIPIENT. To the best of my knowledge and belief, all grant requirements have been followed. Signature Date Title Authorizing Grant Authorizing Grant Coordinator Accountant Supervisor Department Director (approval required $15,000 and above) (approval required$15,000 and above) SIGNATURE PAGE TO FOLLOW Page 5of6 Immokalee CRA 2008 DREF 08-0I Stormwater Improvements Contract Amendment#3 Packet Page -639- 5/26/2015 16.B.3. IN WITNESS WHEREOF, the parties have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS OF DWIGHT E. BROCK, CLERK COLLIER COUNTY, FLORIDA By: ,Deputy Clerk. Tim Nance, Chairman Dated: (SEAL) ATTEST: COLLIER COUNTY COMMUNITY DWIGHT E. BROCK, CLERK REDEVELOPMENT AGENCY (CRA) IMMOKALEE AREA tTh , Deputy Clerk By: Donna Fiala, Chairman Dated: Collier County Community (SEAL) Redevelopment Agency Approved as to form and legality: Jennifer A. Belpedio Assistant County Attorney \\\47 Page 6 of 6 Immokalee CRA 2008 DREF 08-01 Stormwater Improvements Contract Amendment 113 Packet Page -640-