Loading...
Agenda 08/12/2008 (In Absentia) THIS AGENDA WAS PRINTED OFF OF THE BOARD OF COUNTY COMMISSIONER'S WEBSITE BCC AGENDA IN ABSENTIA MEETING AUGUST 12, 2008 These Items were formally ratified by the Board of County Commissioner's during the September 9-10, 2008 Meeting as Agenda Item #16 F1 Meeting Details Page 1 of4 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS COMMUNITY REDEVELOPMENT AGENCY BOARD (CRAB) ~. ~ JI ,,\ AGENDA August 12, 2008 9:00 AM Tom Henning, Bee Chairman Commissioner, District 3 Donna Fiala, Bee Vice~ Chairman Commissioner, District 1; CRAB Chairman Jim Coletta, BCC Commissioner, District 5; CRAB Vice-Chairman Frank Halas, BCC Commissioner, District 2 Fred W. Coyle, BCC Commissioner, District 4 NOTICE: All PERSONS WISHING TO SPEAK ON ANY AGENDA ITEM MUST REGISTER PRIOR TO SPEAKING. SPEAKERS MUST REGISTER WITH THE COUNTY MANAGER PRIOR TO THE PRESENTATION OF THE AGEND, ITEM TO BE ADDRESSED. All REGISTERED PUBLIC SPEAKERS Will RECEIVE UP TO THREE (3) MINUTES UNLESS THE TIME IS ADJUSTED BY THE CHAIRMAN. COLLIER COUNTY ORDINANCE NO. 2003-53, AS AMENDED BY ORDINANCE 2004-05 AND 2007-24, REQUIRES All lOBBYISTS SHAll, BEFORE ENGAGING IN ANY lOBBYING ACTIVITIES (INCLUDING, BUT NOT LIMITED ADDRESSING THE BOARD OF COUNTY COMMISSIONERS), REGISTER WITH THE CLERK TO THE BOARD AT BOARD MINUTES AND RECORDS DEPARTMENT. REQUESTS TO ADDRESS THE BOARD ON SUBJECTS WHICH ARE NOT ON THIS AGENDA MUST BE SUBMIll WRITING WITH EXPLANATION TO THE COUNTY MANAGER AT lEAST 13 DAYS PRIOR TO THE DATE OF THE MEETING AND Will BE HEARD UNDER "PUBLIC PETITIONS." ANY PERSON WHO DECIDES TO APPEAL A DECISION OF THIS BOARD Will NEED A RECORD OF THE PROCEEDINGS PERTAINING THERETO, AND THEREFORE MAY NEED TO ENSURE THAT A VERBATIM RECOI THE PROCEEDINGS IS MADE, WHICH RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH TH APPEAL IS TO BE BASED. IF YOU ARE A PERSON WITH A DISABILITY WHO NEEDS ANY ACCOMMODATION IN ORDER TO PARTICIPATI THIS PROCEEDING, YOU ARE ENTITLED, AT NO COST TO YOU, TO THE PROVISION OF CERTAIN ASSISTANC PLEASE CONTACT THE COLLIER COUNTY FACILITIES MANAGEMENT DEPARTMENT lOCATED AT 3301 EAS TAMIAMI TRAil, NAPLES, FLORIDA, 34112, (239) 252-8380; ASSISTED LISTENING DEVICES FOR THE HEARIN IMPAIRED ARE AVAilABLE IN THE COUNTY COMMISSIONERS' OFFICE. lUNCH RECESS SCHEDULED FOR 12:00 NOON TO 1 :00 P.M. 1. INVOCATION AND PLEDGE OF AllEGIANCE 2. AGENDA AND MINUTES 3. SERVICE AWARDS: (EMPLOYEE AND ADVISORY BOARD MEMBERS) A. Advisory Committee Service Awards http://bccagendallntranet/MeetingDetai Is.aspx?meetingid= 119 8/1112008 Meeting Details Page 2 of 4 B. 20 Year Attendees C. 25 Year Attendees D. 30 Year Attendees E. 35 Year Attendees 4. PROCLAMATIONS 5. PRESENTATIONS 6. PUBLIC PETITIONS Item 7 and 8 to be heard no sooner than 1 :00 f).m.. unless othl1[Wise noted. 7. BOARD OF ZONING APPEALS 8. ADVERTISED PUBLIC HEARINGS 9. BOARD OF COUNTY COMMISSIONERS 10. COUNTY MANAGER'S REPORT 11. PUBLIC COMMENTS ON GENERAL TOPICS 12. COUNTY ATTORNEY'S REPORT 13. OTHER CONSTITUTIONAL OFFICERS 14. AIRPORT AUTHORITY ANDIOR COMMUNITY REDEVELOPMENT AGENCY 15. STAFF AND COMMISSION GENERAL COMMUNICATIONS ---------------------------.-.-----------------------------------------------------------------------------------------------------------------------------., 16. CONSENT AGENDA - All matters listed under this item are considered to be routine and action will be take, one motion without separate discussion of each item. If discussion is desired by a member of the Board, th item(s) will be removed from the Consent Agenda and considered separately. -----------------------------------.--._-------------------.-------------------------------.-.----------------.--------------------.------------------------. A. COMMUNITY DEVELOPMENT & ENVIRONMENTAL SERVICES B. TRANSPORTATION SERVICES C. PUBLIC UTILITIES D. PUBLIC SERVICES Request the Board of County Commissioners approve the final payment in the amount of http://bccagendallntranet/MeetingDetai ls.aspx?meetingid= 119 8/1112008 Meeting Details Page 3 of 4 $12,163.75 to Sunshine Pharmacy for prescription medication to medically needy clients in the Social Services Program. G9mm12Dl~ 6tj~_ghD:1ents E. ADMINISTRATIVE SERVICES F. COUNTY MANAGER Recommendation for the Board of County Commissioners of Collier County, Florida, to authori: the Supervisor of Elections to accept federal election activities funds subject to a 15'% matchin! contribution from the County. Comm~ots AMchments Recommendation that the Board of County Commissioners approves, and authorizes the Chairman to sign, an amended funding agreement with the South Florida Water Management District for an additional funding amount of $108,700 providing assistance with construction of Freedom Park (aka Gordon River Water Quality Park). ~CQmments Att~c~hm!'Dts Recommendation that the BCC approve a resolution to establish a "No Parking" zone along the right-of-way on both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard. Comments Att~ghm~nts Approve a budget amendment for $124,000 to increase budgeted revenues and expenses for th sale and purchase of aviation fuel at Immokalee Regional Airport. _CQ!IH:r:L~_nt::; Attachments Report and Ratify Staff-Approved Change Orders and Changes to Work Orders to Board-Appro' Contracts. COmm~tlts Attachments Recommendation to recognize and appropriate $865,121.00 of the Federal Transit Administratic (FTA) FY08 5307 grant funds for preventative maintenance and ADA Paratransit I Planning. Comments AttaJ;hments Recommendation to award Bid No. 08-5105 to Howard Technology Solutions for the installation powered computer mounting systems, including docking stations to provide Mobile Data Termi capability in Emergency Medical Services' ambulances and command vehicles in the amount O' $50,692.00. CQmmej1ts Att_~ghments Recommendation to adopt a resolution approving amendments (appropriating grants, donation contributions or insurance proceeds) to the Fiscal Year 2007-08 Adopted Budget. ComlT1!,nts Attachments Recommendation to recognize fare box revenues collected from April 11 ,2008 through August, 2008 for Collier Area Transit and to approve budget amendments. comments Attachments G. AIRPORT AUTHORITY ANDIOR COMMUNITY REDEVELOPMENT AGENCY H. BOARD OF COUNTY COMMISSIONERS I. MISCELLANEOUS CORRESPONDENCE J. OTHER CONSTITUTIONAL OFFICERS K. COUNTY ATTORNEY http://bccagendallntranet/MeetingDetails.aspx?meetingid= 119 8/11/2008 Meeting Details Page 4 of 4 17. SUMMARY AGENDA - THIS SECTION IS FOR ADVERTISED PUBLIC HEARINGS AND MUST MEET THE FOLLOWING CRITERIA: 1) A RECOMMENDATION FOR APPROVAL FROM STAFF; 2) UNANIMOUS RECOMMENDATION FOR APPROVAL BY THE COLLIER COUNTY PLANNING COMMISSION OR OTHER AUTHORIZING AGENCIES OF ALL MEMBERS PRESENT AND VOTING; 3) NO WRITTEN OR ORAL OBJECTI TO THE ITEM RECEIVED BY STAFF, THE COLLIER COUNTY PLANNING COMMISSION, OTHER AUTHORIZII AGENCIES OR THE BOARD, PRIOR TO THE COMMENCEMENT OF THE BCC MEETING ON WHICH THE ITEI ARE SCHEDULED TO BE HEARD; AND 4) NO INDIVIDUALS ARE REGISTERED TO SPEAK IN OPPOSITION. THE ITEM. FOR THOSE ITEMS, WHICH ARE QUASI-JUDICIAL IN NATURE, ALL PARTICIPANTS MUST BE S' IN. 18. ADJOURN INQUIRIES CONCERNING CHANGES TO THE BOARD'S AGENDA SI:IPULD BE MAQE TO THE CQUNTY MANJl,~ OFFICE AT 252-8383. http://bccagendallntranet/MeetingDetails.aspx?meetingid= 119 8/1112008 2008 Executive Summaries approved in Board's absence August 12, 2008 In Absentia Meeting Page 1 Item 16F1, September 9,2008 Approval of the following documents by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, the document(s) shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. A. Approve a budget amendment for $124,000 to increase budgeted revenues and expenses for the sale and purchase of aviation fuel at Immokalee Regional Airport. B. Request the Board of County Commissioners approve the final payment in the amount of $12,163.75 to Sunshine Pharmacy for prescription medication to medically needy clients in the Social Services Program. C. Recommendation for the Board of County Commissioners of Collier County, Florida, to authorize the Supervisor of Elections to accept federal election activities funds subject to a 15% matching contribution from the County. D. Recommendation to adopt a resolution approving amendments (appropriating grants, donations, contributions or insurance proceeds) to the Fiscal Year 2007-08 Adopted Budget. E. Recommendation that the BCC approve a resolution to establish a "No Parking" zone along the right-of-way on both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard. F. Recommendation to award Bid No. 08-5105 to Howard Technology Solutions for the installation of powered computer mounting systems, including docking stations to provide Mobile Data Terminal capability in Emergency Medical Services' ambulances and command vehicles in the amount of $50,692.00. G. Recommendation to recognize farebox revenues collected from April 11, 2008 through August 4, 2008 for Collier Area Transit and to approve budget amendments. 2008 Executive Summaries approved in Board's absence August 12, 2008 In Absentia Meeting Page 2 Item 16F1, September 9,2008 H. Recommendation that the Board of County Commissioners approves, and authorizes the Chairman to sign, an amended funding agreement with the South Florida Water Management District for an additional funding amount of $108,700 providing assistance with construction of the Freedom Park (aka Gordon River Water Quality Park). I. Recommendation to recognize and appropriate $865,121.00 of the Federal Transit Administration (FTA) FY08 5307 grant funds for preventative maintenance and ADA Paratransit/Planning. J. Report and Ratify Staff-Approved Change Orders and Changes to Work Orders to Board-Approved Contracts. K. Proclamation designating the week of August 25th through August 31st, 2008 as Collier County Firefighter Appreciation Week. To be accepted by Alison Morse of the MDA in BCC Office; presentation by Chairman Henning. EXECUTIVE SUMMARY Approve a budget amendment for $124,000 to increase budgeted revenues and expenses for the sale and purchase of aviation fuel at Immokalee Regional Airport. OBJECTIVE: To approve a budget amendment for $124,000 to increase budgeted revenues and expenses for the sale and purchase of Av Gas and Jet A fuel at Immokalee Regional Airport. CONSIDERATIONS: In preparing the FY08 budget, Av Gas fuel for Immokalee Regional Airport was budgeted at $2.64 per gallon. The current cost is $4.53 per gallon. In preparing the FY08 budget, Jet A fuel for Immokalee Regional Airport was budgeted at $2.43 per gallon. The current cost is $4.73 per gallon. Because of the increased cost of fuel, the budget authorization for fuel purchases at Immokalee Regional Airport is exhausted. In order to purchase additional Av Gas and Jet A fuel a budget amendment is required. An additional 8,000 gallons of Av Gas fuel and 16,000 gallons of Jet A are projected to be needed for the balance of Fiscal year 08, at a cost of $124,000. Approval of this budget amendment by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this budget amendment shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: The fiscal impact of this budget amendment request nets to zero. The budget for Av Gas Fuel Expense will be increased by $56,000, and the revenue budget for Airport Av Gas Fuel will be increased by $56,000. The budget for Jet A Fuel Expense will be increased by $68,000, and the revenue budget for Airport Jet A Fuel will be increased by $68,000. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. RECOMMENDATION: That the Board of County Commissioners approve a budget amendment for $124,000 for the purchase and sale of aviation fuel at Immokalee Regional Airport. Prepared by Debi Mueller, Collier County Airport Authority BUDGET AMENDMENT REQUEST For Budget'Financc Use Only BAil.. .IE#.. BARil.. A_P_H. Date.. 495 Fund Number Collier County Airport Authority Fund Description Date Prepared: 7114/08 Approved by BCC on: Attach Executive Summary Item No.: Fund Center Title: WBS Element Title: Expense Budget Detail lmmokalee Regional Airport Fd Ctr No.: 192330 WBS No.: (Provide the Fund Center or WBS element information~ it is not re tiired to rovide both. Fund WBS Commit Commitmeut Item Increase Current Revised Center Element Item Descrintion (Decrease) Bud!!et Bud!!et 192330 642415 Av Gas Fuel EXilense $56,000.00 $81,600.00 $137,600.00 192330 642416 Jet A Fuel Expense $68,000.00 $214,800.00 $282,800.00 Net Change to Budget $124,000.00 Fund Center Title: WBS Element Title: (Provide the Fund Center or WES element information; it is not required to provide both) Revenue Budget Detail Immokalee Regional Airport Fd CtrNo.: 192330 WBS No.: Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Descrintion (Decrease) Bud!!et Bud!!et 192330 344240 ATrDOrt A vGas Fuel $56,000.00 $99,600.00 $155,600.00 192330 344260 Airport Jet A $68,000.00 $278,100.00 $346,100.00 Net Change to Budget $124,000.00 Revenue Budget Detail Fund Center Title: WBS Element Title: Fd Ctr No.: WBS No.: (Provide the Fund Center or WBS element information~ it is not required to orovidc both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Descrintion IlDecrease) Bud!!et Bud!!et Net Change to Budget Revenue Budget Detail Fund Center Title: WBS Element Title: Fd Ctr No.: WBS No.: (Provide the Fund Center or WBS clement infonnalion; it is not re;:;uired to-;:;Tovidc both Fund WBS Commit Commitment Item In crease Current Revised Center Element Item Descrintion (Decrease) Budeet Budeet Net Change to Budget EXPLANA nON Why are funds needed? No additional funds are needed. The revenues derived from additional sales will offset the cost of additional fuel purchases. Where are funds available? N/A REVIEW PROCESS DATE I Cost Center Director: Division Administrator: Bud!!et Deoartment: Al'encv Manal'er: Finance Deoartment: Clerk of Board Admin.: In out bv: B.A. No.: Page 1 of 1 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F Meeting Date: Approve a budget amendment for $124,000 to increase budgeted revenues and expenses for the sale and purchase of aviation fuel at Immokalee Regional Airport. 8/12/20089:00:00 AM Prepared By Debi Mueller Account Technican Date County Manager's Office Airport Authority 7/24/20083:37:34 PM Approved By Theresa M. Cook Executive Director Date County Manager's Office Airport Authority 7/28/200811 :00 AM Approved By OMS Coordinator OMS Coordinator Date County Manager's Office Office of Management & Budget 7/29/2008 2:06 PM Approved By Randy Greenwald ManagemenUBudget Analyst Date County Manager's Office Office of Management & Budget 7/29/20084:20 PM Approved By James V. Mudd County Manager Date Board of County Commissioners County Manager's Office 7/30/2008 3:26 PM http://bccagenda/lntranet/attachmentviewer.aspx?attachmentid=-I &itemid= 12995 8/8/2008 EXECUTIVE SUMMARY Request that the Board of County Commissioners approves the final payment in the amount of $12,163.75 to Sunshine Pharmacy for prescription medication to medically needy clients in the Social Services Program. OBJECTIVE: To make final payment to Sunshine Pharmacy in the amount of$12,163.75 for prescription services rendered to qualified medically needy clients in the Social Services Program. CONSIDERATIONS: The Housing and Human Services Department's Social Services Program assists citizens of Collier County with the purchase of medically prescribed drugs. Clients must meet stringent eligibility criteria including income, asset limits, legal status, and County residency before assistance is given. Most clients are frail and chronically ill with little or no income. On April 14,2008, the County began a contract with Albertson's LLC for prescription services. This required a transition period from the previous provider, Sunshine Pharmacy. The implementation timeframe was estimated to be 90 days, and during this transition period, the Board approved a waiver of bid process for payment to Sunshine Pharmacy in the amount of $50,000. This was approved April 8, 2008, as item l6E3. The final invoice has been received and has exceeded the previously approved limit by $3,526.89. The overage is due to the fact that nearly 70% of the prescription renewals were filled during the first week of the month and therefore did not go to the new vendor which began April 14. Staff is seeking approval to pay the April 2008 invoice for phannaceutical expenses incurred from Sunshine Pharmacy from April 1,2008 through April 13,2008, in amount of$12,163.75, which includes the $3,526.89 overage referenced above. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. 1 f the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: Funding for pharmaceutical expenditures in the amount of $575,000 was approved in the FY 2008 Department of Housing and Human Services Client Assistance budget 001-155930. LEGAL CONSIDERATION: This matter is legally sufficient for Board action. It should be noted that failure by the County to pay this matter would subject the County to a claim by Sunshine, who provided the prescriptions. -JAK GROWTH MANAGEMENT IMPACT: There is no impact on the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners approves the final payment to Sunshine Pharmacy in the amount of$12, 163.75. PREPARED BY: Terri Daniels, Accounting Supervisor Housing and Human Services Department COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: Page 1 of 1 16F Request the Board of County Commlssione,s app'ove the final payment in the amount of $12,16375 to Sunshine Pharmacy fo' p'escription medication to medically needy clients In the Social Services Program Meeting Date: 8/12/20089:0000 AM Prepared By Terri A. Daniels Grants Coordinator Date Public Services Housing & Human Services 7124/20086:34:57 PM Approved By Terri A. Daniels Grants Coordinator Date Public Services Housing & Human Services 7/24/20086:35 PM Approved By Marcy Krumbine Director Date Public Services Housing & Human Services 7/25/200811:01 AM Approved By Mike Hauer Acquisition Manager Date Administrative Services Purchasing 7/28120088:54 AM Approved By Mike Hauer Acquisition Manager Date Administrative Services Purchasing 7/28/20088:54 AM Approved By Marla Ramsey Public Services Administrator Date Public Services Public Services Admin. 7/29/20082:03 PM Approved By OMB Coordinator OMS Coordinator Date County Manager's Office Office of Management & Budget 7/29/2008 2:14 PM Approved By Sherry Pryor Management & Budget Analyst Date County Manager's Office Office of Management & Budget 7/29/20084:54 PM Approved By James V. Mudd County Manager Date Board of County Commissioners County Manager's Office 7/30/2008 3:48 PM http://bccagenda/lntranet/attachmentviewer.aspx?attachmentid=-I &itemid= 12996 8/8/2008 EXECUTIVE SUMMARY Recommendation for tbe Board of County Commissioners of Collier County. Florida to Autborize tbe Supervisor of Elections to accept federal election activities funds subject to a 15% matcbing contribution from the County. OBJECTIVE: To accept federal election activities funds from the Department of State, Division of Elections in support of providing additional federal election activities services beyond the Supervisor of Election's current programs. CONSIDERATIONS: The Division of Elections shall award Collier County Supervisor of Elections a total of $56,346.04, (see Attachment B). The 2008 Legislature appropriated $3,000,000 specifically for federal election activities. These funds will be distributed to the Supervisors of Election pursuant to a formula based on registered voters as of the 2008 Presidential Preference Primary Election, as certified by the Department of State. To receive those funds, the Board of County Commissioners needs to certifY that the county will provide a 15% ($8,451.91) matching fund. The matching funds were included in the Supervisor of Elections 2007/2008 budget. Approval of this document by the County Manager is subject to formal ratification by Ihe Board of County Commissioners. If the decision by the County Manager is not ratified by Ihal Board, this documenl shall be enforceable against Collier County only 10 the exlent aulhorized by law in the absence of such ralification by Ihal Board. FISCAL IMPACT: The Collier County Supervisor of Elections will receive $56,346.04 from the Division of Elections to be appropriated in the Supervisor of Elections budget with definitive project tracking. LEGAL CONSIDERATIONS: This Executive Summary and the attached exhibits, including the Certificate Regarding Matching Funds, have been reviewed and approved by the County Attorney's Office and is legal sufficient for Board action. - SRT. GROWTH MANAGEMENT INPACT: None RECOMMENDATION: That the Collier County Board of County Commissioners authorizes the Chairman to sign the Certificate Regarding Matching Funds. Submitted by: Jennifer J. Edwards. Supervisor of Elections Date: 17 July 2008 .- -. AtllIchment B DEPARTMENT OF STATE DIVISION OF ELECTIONS FEDERAL ELECTION ACTIV1TIES FY 2008.09 2001 PRESIDENT1AL FEDERAL ELECTlOII COUNTY PREFERENCE ACTM11ES MATCHING PRIMARY FUNDING FUNDS COUNTY REGISTERED VOTERS PER COUNTY 15% Al8ch.. 128 559 1$ 3779U4 $ 5889.99 Baker 12997 $ 3821.48 $ 573.22 Bay 99 888 $ 29 383.39 $ 4404.51 - 14928 $ 4389.26 $ 858.39 B_ 317 185 $ 93 255.37 $ 13988.31 B_ 890 838 $ 281 930.87 $ 39289.60 CaIloun 8858 s 2545.11 $ 381.77 Ch8r1ott8 113287 $ 33 303.88 $ 4 995.55 Citnll 97 484 $ 28 883.02 $ 4 299.45 ClaY 114080 $ 33542.71 8031.41 Collier 191835 S 58 348.04 8451.91 CoIumbIlI 35 278 $ 10372.13 1 555.82 DeSoto 15597 $ 4 585.95 887.89 DixIe 10188 S 2.989.ll8 $ 448.45 Duval 558 858 164 261.06 $ 24 839.18 ElClImbla 189418 49 813.83 $ 7472.04 Flealer 54193 15934.28 $ 2,390.14 F,."klin 7348 $ 2 160.52 $ 324.08 a._ . 28 282 $ 8315.70 $ 1 247.35 GIIcIlrIIl 9970 $ 2931.48 $ 439.72 Glad.. 6348 '$ 1 885.90 $ 279.89 Gulf 9010 $ 2649.19 $ 397.38 HIIII1IIton 7087 $ 2083.78 $ 312.57 HlItdee 11255 $ 3 309.28 $ 496.39 Hendrv 15601 $ 4587.13 $ 888.07 Hernando 115713 $ 34 022.85 $ 5 103.43 Hiahllond. 83118 $ 18 558.48 $ 2783.77 HHloborouoh 808 239 $ 178 839.28 $ 26 825.89 Hot..... 10858 S 3191.97 $ 478.80 Indian River 80 873 $ 23 778.92 $ 3 566.84 JaCltlon 25 824 $ 7592.98 $ 1138.95 Joftlnon 9875 1$ 2 903.53 $ 435.53 4 277 $ 1 257.58 $ 188.63 l.IIke 172 240 $ 50643.37 $ 7 596.51 1.00 283 968 $ 77 613.97 $ 11842.10 Loon 150 747 $ 44 323.83 $ 6 848.57 ~ 24 098 $ 7 085.49 $ 1,082.82 Uberty 3952 $ 1182.00 $ 174.30 Mlldlaon 11880 $ 3487.17 $ 523.08 Man_ 194553 $ 57204.02 $ 8 580.60 Marlon 201131 $ 59138.13 $ 8,870.72 FY 2(lO8.{)9 Fodorlll E_ ActMtieo Funds_ B.xl. 1 812012OO8 Atblc_ B DEPARTMENT OF STATE DMSION OF ELECTIONS FEDERAL ELECTION AC11V1TIES FY 20011-09 200s PRESIDENTIAL FEDERAL ELECTION COUNTY PREFERENCE AcnvmEs MATCHlNO PRIIIARY FUNDING FUNDS COUNTY ReOISTERED VOTERS PER COUNTY 11% Martin 94 889 $ 27 1100.02 I S 4188.00 Mlam~D_ 1 085 527 $ 319175.27 47 878.29 MOMI8 49 833 $ 14593.49 2 189.02 Naaaau 42715 $ 12559.40 1883.91 Ok_ 119,180 S 35 038.37 $ 5 255.46 Ok_ 17788 $ 5224.29 $ 783.84 Or8nae 508 185 S 149420.59 S 22 413.09 Ooceola 123 279 ~ 38 247.47 5437.12 Palm Beach 782 746 S 230 149.78 34 522.47 PUCO 288 382 S 78911.81 11 838.77 Plnellaa 604 337 S 1 n lli1.96 $ 26 853.79 Polk 298 049 S 87634.73 S 13145.21 Putnam 43 489 S 12786.98 $ 1918.05 Santa Roaa 98 868 $ 29 067.01 S 4380.05 S..1Ola 241 870 $ 71118.54 $ 10867.46 Seminole . 2281n $ 67 0110.41 S 10 083.58 St. Johns 123 427 S 38 290.99 $ 5 443.65 Sl Lucia 144217 $ 42403.83 S 6 380.57 SUmter 55 093 $ 18198.88 ~ 2429.83 Suw.nnee 23 409 $ 6 882.90 $ 1 032.44 Tavlor 12342 S 3 828.89 ~ 544.33 Union 6703 $ 1 970.87 $ 295.83 Voluala 296 813 $ 87212.51 $ 13081.88 Wakulla 17278 $ 5 080.21 $ 782.03 Watton 33124 ~ 9739.38 $ 1460.91 Waahlnalon 14834 S 4361.81 $ 654.24 roTAL ,112 15 , , 5 , .00 N _ APPROPRIATION - fEDERAL ELECTION ACTMTl9 $3,000,000 zooa P...I_UaI_...... Primary - Total number of 18II....rad _ In the_ 10,203,112 fUNDING LEVEL PER INDIVIDUAL VOTER (Buod on fY 2008-01I.__ lor Fod....l Election ActI_ divided by the total number of ragia_ votarlln the ._ lor the 2008 Preoidentl., Profe"""", Primary.) $0.21140 fY 2008-09 Fod_1 EJoction ~ FUnda A_men! B.. 2 612012008 Certifieate Regarding Matching Funds I, Tom Henning . Chairman of the Board of County Commissioners of Collier County, Florida, do hereby certify that the Board of County Commissioners will provide matching funds for the Federal Election Activities grant in county FY 2008-2009 to the Supervisor of Elections in an amount equal to at least 15% of the amount to be received from the state, which for Collier County is $8,451.91. I understand that if the Board fails to appropriate the required matching funds, all funds received from the state for this grant during the 2008-2009 state fiscal year will be required to be returned to the Department of State. Chainnan, Board of County Commissioners Date Page 1 of 1 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F Recommendation for the Board of County Commissione,s of Collie, County, Flo,ida, to authorize the Supervisor of Elections to accept federal election activities funds subject to a 15% matching contribution from the County Meeting Date: 8/12/2008900:00 AM Approved By Scott R Teach Assistant County Attorney Date County Attorney County Attorney Office 7/31/20087:02 PM Approved By John A. Yonkosky Director of the Office of Management Date County Manager's Office Office of Management & Budget 8/4/200810:20 AM Approved By James V. Mudd County Manager Date Board of County Commissioners County Manager's Office 8/5/2008 2:32 PM http://bccagendalIntranet/attachmentviewer.aspx?attachmentid=-1 &itemid= 12974 8/8/2008 EXECUTIVE SUMMARY Recommendation to adopt a resolution approving amendments (appropriating grants, donations, contributions or insurance proceeds) to the Fiscal Year 2007-08 Adopted Budget OBJECTIVE: That the Board of County Commissioners adopts the attached resolution and the related amcndments that amend the Fiscal Year 2007-08 adopted budget in accordance with Section 129.06, Florida Statutes. CONSIDERATIONS: Section 129.06, Florida Statutes defines how an annual budget, as adopted by the Board, can be amended. Budget amendments recognizing grants, donations, contributions, or insurance proceeds that increase the total appropriations of a fund over the adopted annual budget must be approved by resolution of the Board of County Commissioners. The budget amendments in the attached resolution cover Board approved items for the period of 6/25/08 through 7/22/08. Each of the budget amendments in thc attached Rcsolution has been reviewed and approved by the Board of County Commissioners via separate Executive Summaries. Approval oflhis document by Ihe Counly Manager is subject loformal ratification by the Board ofCounly Commissioners. J.fthe decision by Ihe Counly Manager is not ratified by that Board, Ihis documenl shall be enforceable againsl Collier Counly only 10 Ihe extent aulhorized by law in the absence of such ratificalion by thai Board. FISCAL IMPACT: The amendments and executive summaries, which were previously considered and approved by the Board, contained their respective fiscal impact statements. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: The County Attorney's Office has reviewed and approved the attached resolution for legal sufficiency - JAK. RECOMMENDATION: That the Board adopts the attached resolution amending the Fiscal Year 2007 -08 adopted budget. Prepared by: John A. Y onkosky, Director, Office of Management and Budget RESOLUTION NO. 08- A RESOLUTION PURSUANT TO SECTION 129.06(2), FLORIDA STATUTES, TO AMEND THE BUDGET FOR THE 2007-08 FISCAL YEAR. WHEREAS, Section 129.06(2), Florida Statutes, provides that the Board of County Commissioners (hereinafter also referred to as "Board") at any time within a fiscal year may amend a budget for that year, and provides the procedures therefore; and WHEREAS, the Board of County Commissioners ofCollicr County, Florida, has received copies of budge I amendments which provide for but are not limited to: revenue from grants, donations or contributions, or insurance proceeds for a designated purpose. WHEREAS, the Board has determined that it is appropriate to amend the Budget for Fiscal Year 2007-08 by resolution pursuant to Section 129.06, Florida Statutes. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the budget amendments to the FY 2007-08 Budget described below are approved and hereby adopted and the FY 2007-08 Budget is so amended. BUDGET INCREASE INCREASE r>iCREASE AMENDMENT (DECREASE) (DECREASE) (DECREASE) FlJ\'D NUMBER RECEIPT EXPENDITURE RESERVES 001 08-374(7/22/08-1603) $3,300 $3,300 306 08-401(7 /22/08-16D] 8) $15,122 $15,122 3]3 08-369(7/22/08-lOG) $3,000,000 $3,000,000 313 08-376(7/22/08-]6812) $59,47] $59,471 427 08-380(7 /22/08-16B 16) $61,160 $61,160 427 08-383(7/22/08-]68] 8) $88,067 $88,067 495 08-402(9/9108-16F] ) $124,000 $124,000 EXPLANATION FOR APPROPRIA nON Recognize funds from Pepsi Group for merchandise resale Recognize grant funds for the pet friendly sheller. Recognize contribution for Vanderbilt Dr. improvements. Recognize funds from developer for sidewalks/pathways. Recognize Transportation Disadvantaged grant funds. Recognize Transportation Disadvantaged grant funds. Recognize revenues from fuel sales to purchase fuel. BE IT FURTHER RESOLVED that the Clerk is hereby ordered and directed to spread this Resolution in full among the minutes of this meeting for permanent record in his office. This Resolution adopted this 12th day of August 2008, after motion, second and majority vote. ATTEST: DW]GHT E. BROCK, Clerk BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: D PUTY CLERK By: TOM HENNING, CHAIRMAN Jeffrey . KI . -]- Page 1 of 1 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F Recommendation to adopt a ,esolution approving amendments (app,op,ialing grants. donations, contributions 0' insurance proceeds) to the Fiscal Year 2007-08 Adopted Budget. 8/12/2008 90000 AM Meeting Date: Approved By OMS Coordinator OMS Coordinator Date County Manager's Office Office of Management & Budget 8/1/2008 3:20 PM Approved By Jeff Klatzkow Assistant County Attorney Date County Attorney County Attorney Office 8/5/20088:09 AM Approved By John A. Yonkosky Director of the Office of Management Date County Manager's Office Office of Management & Budget 8/5/20088:22 AM Approved By James V. Mudd County Manager Date Board of County Commissioners County Manager's Office 8/5/20082:1 S PM http://bccagendallntranet/attachmentviewer.aspx?attachmentid=-1 &itemid= 130 19 8/8/2008 EXECUTIVE SUMMARY Recommendation to approve a Resolution establishing a "No Parking" zone along the County Roadway Right-of-Way on both sides of Spauish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard at a cost of $1,200. OBJECTIVE: That the Board of County Commissioners approve a Resolution to establish a "No Parking" zone along the County Right-of-Way on both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard. CONSIDERATIONS: Traffic Operations staff received a request for the No Parking signage from the County Parks and Recreation Department due to safety concerns for pedestrians and bicyclists in the area of a new neighborhood park being constructed on Spanish Oaks Lane. After review of the area where the park is being constructed, the permit plans for the park, traffic patterns within this area, and expected conflicts between traffic and young pedestrianslbicyclists exiting or walking into the road from between parked cars, staff from the Traffic Operations Department supports the request of the Parks and Recreation Department. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this document shall be enforceable by Collier County only to the extent authorized by law in the absence of such ratification by that Board. LEGAL CONSIDERATIONS: The Resolution has been reviewed by the County Attorney's Office for legal sufficiency. There are no outstanding issues, and this item is ready for Board consideration and approval. (MMSS) FISCAL IMPACT: The estimated cost of installing the eight "No Parking" signs required is approximately $1,200. Funds are budgeted in Traffic Operations Fund 10 1. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. RECOMMENDATION: That the Board of County Commissioners approve a resolution to establish a "No Parking" zone on both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard and instruct the County Manager or his designee to have the proper signage installed designating that parking within the area is prohibited. Prepared By: Robert W. Tipton, P.E., Traffic Operations Director Attachments: (1) Resolution; (2) Location Sketch ..s:: (j ... Q) -"< r/J l':: o .- OJ (j o >-l Q) l':: o N OJ) l':: :g o:l p.., , o Z -0 Q) -0 l':: Q) a a o (j Q) ~ RFSOU 1'llON NO. 2008- A RESOl.UTlO]\; OF THE BOARD OF COUNTY COMMISSION FRS OF COLLIER COUNTY, FLORIDA TO ESTABl.ISH A "NO PARKING" ZONE ALONG THE RIGHT- OF-WAY ON BOTH SIDES OF SPANISH OAKS LANE BETWEEN OAKES BOULEVARD AND TARPON BAY BOULEVARD, COLLIER COUNTY. FLORIDA. WHEREAS, on May 20. 1980, the Board of County Commissioners adopted Collier County Ordinance No. 80-47, as amended. (Seelion 130-34 of thc Collier Counly Code of Laws and O,dinances) regulating parking in the unincorporated areas of Collie, County; and WIIEREAS, Subsection 130.34(h) of the Code of Laws and Ordinances authorizes the Board of County Commissioners to adopt resolutions desi!,'11ating certain areas along county ,oads as being areas in which parking, standing or slopping a'e restricted 0' prohibited. and upon adoption of' said resolutions by the Board of Commissioners, such ,oads shall be posted with signs specifying the restrictions or prohihilions of parking, standing, or stopping; and WHEREAS, a request has heen submitted for the establishment of "No Parking" zones WIthin the righl-ot:way on both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard; and WHEREAS, through an investigation of the area by the Collier County Traffic Operalions Department, it has been determined to he in the interest of the County to estabtish "No Parking" zones along both sides of the County road right-of-way on Spanish Oaks l.ane between Oakes Bouleva,d and Tarpon Bay Boulevard. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA that: The road rights-of-way along hoth sides of Spanish Oaks Lane belween Oakes Boulevard and Tarpon Bay Boulevard are hereby designated as "No Parking" lones and said rights-of-way shall be posted as neeessary with signs specifying that parking is prohibited at any time, as follows: Page I 01'2 "NO PARKING" is to be allowcd along either side of Spanish Oaks Lane between Oakcs Boulevard and Tarpon Bay Boulevard. TH IS RESOLUTION ADOPTED aftcr motion. second, and majority vote Llvoring the samc this day of ,2008. AITEST: DWIGHT E. BROCK, Clcrk BOARD OF COUKTY COMMISSIONERS COI.I.IFR COllNTY, FLORIDA BY: BY: . Deputy Clerk TOM HENNING, Chairman Approved as to form and legal sutliciency: Jrl!J{ii ,'Zi.::f'::~ i LU Maljori~. . Student-Stirling AssistanI County Attomey CPOR- TRO-OO ] 42".f{t;SO Page2of2 Page 1 of2 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F Recommendation that the BCC approve a resolution to estabiish a No Pa,klng zone along the right-ot-way on both sides ot Spanish Oaks Lane between Oakes Bouleva,d and Tarpon Bay Boulevard. Meeting Date: 8/12/2008 900:00 AM Prepared By Robert W. Tipton, P.E. Traffic Operations Director Date Transportation Services Traffic Operations 7/25/2008 1 :20:05 PM Approved By Robert W. Tipton, P.E. Traffic Operations Director Date Transportation Services Traffic Operations 7/25/20083:23 PM Approved By Barbara LaPierre ManagementlBudget Analyst Date Transportation Services Traffic Operations 7/29/200812:57 PM Approved By Barry Williams Director Date Public Services Parks and Recreation 7/29/2008 1 :26 PM Approved By Marla Ramsey Public Services Administrator Date Public Services Public Services Admin. 7/29/20082:00 PM Approved By Marjorie M. Student-Stirling Assistant County Attorney Date County Attorney County Attorney Office 7/29/20082:40 PM Approved By Sharon Newman Accounting Supervisor Date Transportation Services Transportation Services Admin 7130/200810:41 AM Approved By Norm E, Feder, AICP Transportation Division Administrator Date Transportation Services Transportation Services Admin, 7/30/200811 :23 AM Approved By Pat Lehnhard Executive Secretary Date Transportation Services Transportation Services Admin 7/30/20083:40 PM Approved By OMB Coordinator OMB Coordinator Date http://bccagendalIntranet/attachmentviewer.aspx?attachmentid=-1 &itemid= 12984 8/8/2008 County Manager's Office Office of Management & Budget 7/31/20084:08 PM Approved By Mark Isackson Budget Analyst Date County Manager's Office Office of Management & Budget 7/31/20084:36 PM Approved By James V. Mudd County Manager Date Board of County Commissioners County Manager's Office 8/5/2008 2:48 PM http://bccagendallntranet! attachmentviewer. aspx ?attachmentid=-\ &itemid= 12984 Page 2 of2 8/8/2008 EXECUTIVE SUMMARY Recommendation to award Bid No. 08-5105 to Howard Technology Solutions for the installation of powered computer mounting systems, including docking stations to provide Mobile Data Terminal capability in Emergency Medical Services' ambulances and command vehicles in the amount of $50,692.00. OBJECTIVE: To provide Mobile Data Terminal capability in Emergency Medical Service (EMS) vehicles which will be funded by an Assistance to Firefighters (AFG) Grant Agreement from the Federal Emergency Management Agency (FEMA) and a County Grant through the State of Florida Department of Health, Bureau of Emergency Medical Services. CONSIDERATIONS: On February 12, 2008, Agenda Item 16FI, the Board approved an Assistance to Firefighters Grant Agreement from FEMA and recognized and appropriated the funds for the installation of powered computer mounting systems, including docking stations to provide Mobile Data Terminal capability in Emergency Medical Services' ambulances and command vehicles. On July I, 2008 bids were solicited by the Purchasing Department. The requests for bid were issued to 4 firms. A total of 3 firms responded by the deadline of July 10, 2008. The low bid was submitted by Howard Technology Solutions of Laurel, Mississippi. Approval ofthis document by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: Funds in the amount $40,553.60 are provided through FEMA under the AFG Grant. Matching funds in the amount of$10,138.40 will come /Tom the Florida Emergency Medical Services County Grant funds within Fund 491 - EMS Trust Fund. LEGAL CONSIDERATION: There are no outstanding legal considerations. This item is legally sufficient for Board Consideration - JAB GROWTH IMPACT: There is no Growth Management Impact resulting /Tom this action. RECOMMENDATION: That the Board of County Commissioners approves the award of Bid 08-5105 to Howard Technology Solutions in the amount of $50,692. PREPARED BY: Artie Bay, Supervisor-Accounting, Emergency Medical Services OO>""~ ~ii~ Jl ~ ~ _~ .~ ~~ ~ :1miDm o ~ ;; 0 ~ z . ~ " . ",UlO ~ g' g ::i:-g" i8-g 0.' iii'g~ . o ;; ~ " .. .0. ~"~ ~-g;:;: :i'1l ~ u.o ... E'1OOi .00 . .. ~.~ ~ "0 .~~~ u.. QI .;:: ~ 0- ~ . E $ ~ E o ." .. , o > ~ o o . < < ~ .2 . ~ ~ , "Eo ~'" o '" ~~ < g .", 2'. . u E .- w~ . > ~(C:i:~:i:~~~g~:;;;:;~ ~ gj~~gj~~gjgj~~g~g .- V ".I......"'"........., "'""'".... ."," "'"'" ~:i~~~~~;;~;;;~;;~ lS ~~~~~~~~~~:;;;:;;;:; ~ gjgjgjgjgjgjgjgj~gjg~~ c "'"_ v, "'"_ "'", "'"_ "'"_ "'"_ "'"_ "'"_ "'", "'". "'"_ "'". :;) v; v; V; v; V; V;;;;;V;;;V;V;;; 0000000000000 0000000000000 "'iij N<J:iaiNaiNNNCo:iNN<D 0: 00000.....00........000 l- ~_"'."'"......."'".<O. 11)0)..........."'. ...."''''".....'''"<0..-..-..-,0)..-....''' Io'tlo'l-Io'tlo'l-Io'tlo'l-Io'l-.......Io'l-...Io't lS ggggggggggggg ~ gjgj~gj~~~gi~gigigigj ..............-..........-...........-............. ~ -. - - .. :;) v; V; V; V; V;V;V;;;;;;;;;;;;;;;; V; ggggggggg~ggg ]g ~~g~gg~~~~~gg ~ V ".I...... "'"........., "'""'".... ."," ","".I ~"","..o....-ll'i<Q....:.....r-:N ...."...:"'" tIl-tIl-tIl-tIl-tIl-tIl-tIl-tIl-tIl-;;;<fl<fltll- lS ggggggggggggg ;:: I(') on" I(').n I(') on" 1(').0.0.0 on" dd a.. NNNNNNNNNNNOO v. 'It.'It_v.'It. 'It. 'It. 'It. 'It. v. 'It. "'". 'It_ " :;) V;;;;;;V;V;;;;V;;;;;;;;;;;;;V;;;; z o " 0- ii' u '" w c "'iij m ~ ~ ell q) (I) ell <;: <:: .2 0 ,g~~~ .g,g ])(- -=:E~~.!:.!: E E'!:'!: ~ww .;::._._._"t:"t: (I) eIl"t:"t: q)""O"U J:~.tJ:tJtJEEtJtJ6~~ ~*g8g8gg8gg8g ~....NNNNNNNNNNN ." => fjfjfjfjfjfjfjjjjjjjjjjjjj m m m m m m m m ~ m m m m ~ < . , o ~"''<l"'"''<l"<o....~ll)Ol''''''''''' . ~ E , z ~N"'Vll)"'''''''oo0)2::N''' ~ ." < o ~ . ~ < o Z ;;:; ;;:; M M ~ ~ 'It. 'It. ;;; v; ;;:; ;;:; M r-i ~ ~ 'It. 'It. v; ;;; o 0 o 0 N N o 0 - ;;; v; o 0 o 0 N N o 0 v; ;; o 0 o 0 ..-; .0 ~ ~ '<I: '<l". ;;; ;;; o 0 o 0 ~ '" ~ ~ 'It. '<l"_ v; ;; < < g ,g i5 '-6 ~ ~ w w ~ ~ ~ ~ 8 0 o 0 N N jj jj . . . . 1. ~ ~ ..; ~ v ;:; ~ ..; ~ v. ;:; o o N o ;:; o o N o ;:; o o '" M v. ;:; o o '" ~ v. ;:; < o " ~ ~ w "E o ~ o o o N jj . . ~ 00 O~ r-:ai M_ ~v N""': "'''' 00 ~~ aiai ;.;. v; V; 00 00 -iN 00 "'!...... N_ "'''' 00 00 NN 00 ;;;v; 00 00 d.o ~~ ~~ N""': "'''' 00 00 .01(') ~~ "'."'. ;;;;;; u u 55 < < . . e e uu 'E"E 00 ~~ v~ 00 00 NN jjjj . . . . N_ ~~ o N ~ '" ~ '" o o N ~ o o' ~ '" o o 0; M M '" o '" " " ~ o ~ . . c o ~ 0; z ~ c o M 0; Z ~ c o M 0; Z ~~ i'ic I~ "- I " E . ~ < . E > . 0- E e 0- o Z o Z o Z ij E .. e 0- il o ~ o Z o Z o Z o z -. . c. ~ . ~ ~ . .. o .> Oi . , ~ < . ~ ~ ~ < o . < ~ " c jj '" < . ~ ~ ~ , ! " ! , ! jj ~ "1 , ! . . o 1J 3 U J ! . ~ , Ji , .I ~ . . . < . E . o (j ~ . < ~ , o U i 'i'j ~ .~ '" ig o~ ~ ~ .. , . .' .0 01 ~~ ': ~~ -!;:g .0 .. . , ] 8 H '" 'I ~3 E.!: ~ ~ ;:0 ~ ;< ~., ~ ~ ~] , 0 !l'E e. ~ . S ;: Item Number: Item Summary: Meeting Date: Page 1 of 1 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 16F Recommendation to award Bid No 08~5105 to Howard Technology Solutions for the Installation of powered computer mounting systems, including docking stations to provide Mobile Data Terminal capability in Emergency Medical Services ambulances and command vehicles in the amount of $50,692.00. 8/12/200890000 AM Prepared By Artie Bay Bureau of Emergency Services Senior Administrative Assistant Date EMS 7/29/20084:32:07 PM Approved By Jeff Page Bureau of Emergency Services EMS Chief Date EMS 7/31/200811:27 AM Approved By Jennifer A. Belpedio County Attorney Assistant County Attorney Date County Attorney Office 7/311200811:48 AM Approved By Scott Johnson Administrative Services Purchasing Agent Date Purchasing 7131/20082:45 PM Approved By Mike Hauer Administrative Services Acquisition Manager Date Purchasing 7131/20082:53 PM Approved By Steve Carnell Administrative Services Purchasing/General Svcs Director Date Purchasing 81112008 1 :27 PM Approved By Dan E. Summers County Manager's Office Bureau of Emergency Services Director Date Bureau of Emergency Services 81112008 1 :43 PM Approved By Sherry Pryor County Manager's Office Management & Budget Analyst Date Office of Management & Budget 8/4120085:03 PM Approved By James V. Mudd Board of County Commissioners County Manager Date County Manager's Office 8/5120082:54 PM http://bccagenda/lntranet/attachmentviewer.aspx?attachmentid=-I &itemid= 13005 8/8/2008 EXECUTIVE SUMMARY Recommendation to recognize farebox revenues collected from April 11, 2008 through August 4, 2008 for Collier Area Transit and to approve budget amendments. OBJECTIVE: To recognize farebox revenues collected from April 11, 2008 through August 4, 2008 for Collier Area Transit (CAT) and to approve budget amendments. CONSIDERA TIONS: Prior to October 1,2007, all farebox revenues had been collected and reported by McDonald Transit each month on their invoices. The total charges invoiced to the County had been credited by the farebox revenue amount. In FY08, a new procedure for farebox collection has been established. All farebox revenues are now collected and deposited into Collier County Fund 426 (for fixed route farebox revenues) and Fund 427 (for paratransit farebox revenues). Consequently, the farebox revenues received needs to be recognized and appropriated within each ofthe Fund budgets. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMP ACT: Approve budget amendments to recognize the farebox revenue and appropriate within the budget for CAT Fund 426 Project 61011 in the amount of $310,851.64 and in Transportation Disadvantaged Fund 427 Project 31427 in the amount of$9,892.93. GROWTH MANAGEMENT IMPACT: Consistent with the Transportation Elements in Objectives 10 and 12 of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners recognizes farebox revenues collected from April 11, 2008 through August 4, 2008 for Collier Area Transit and Paratransit and approve necessary budget amendments. Prepared by: Sue Faulkner, Principal Planner, Alternative Transportation Modes BUDGET AMENDMENT REQUEST rOT BudgctlFinance Use Only BAli,. JE#.. HAR# ^.P_H Date. Fund Number 426 Fund Description CA TT Transit Enhancement Date Prepared: 4/15/08 Approved by BCC on: Attach Executive Summary Item No.: Fund Center Title: WBS Element Tit]e: Expense Budget Detail CA IT Tran Enhanc CAT 426 I'd Ctr No.: 138336 WBS No.: 6]011] (Provide the Fund Center or was element information: it is not reauired to Drovide both.l Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budget Budget 138336 6101] ] 634999 Other Contractual Svs 310,851.64 2,861,515.67 3,172,367.31 Net Change to Budget 310,851.64 Expense Budget Detail Fund Center Title: WBS Element Title: I'd Ctr No.: WBS No.: (Provide the Fund Center or was element infonnation: it is not required to provide both,) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budget Budget Net Change to Budget Expense Budget Detail Fund Center Title: WBS Element Title: I'd Ctr No.: WBS No.: (Provide the Fund Center or WBS clement information: it is not re uired to rovide both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budget Budget Net Change to Budget Fund Center Title: WBS Element Title: Revenue Budget Detail CA TT Tran Enhanc CAT 426 Fd Ctr No.: 138336 WBS No.: 610111 (Provide the Fund Center or WBS element information; it is not renuired to nrovidc both.) Fund WBS Commit Commitment Item Increase Cu rrent Revised Center Element Item Descrintion (Decrease) Budget Budget 138336 610111 344300 Fare Box Revenue 310,851.64 467,608.00 778,459.64 Net Change to Budget 310,851.64 EXPLANA nON Why are funds needed? Funds are needed to appropriate fare box revenues into operating to cover expenses of the transit system. Where are funds available? Funds are available in revenue from fares collected from the transit system. BUDGET AMENDMENT REQUEST For Budget/Finance Use Only BA#. JE#.. BAR#.. A.P,11. Date Fund Number 427 Fund Description Transportation Disadvantaged Date Prepared: 8/4/08 Approved by BCC on: Attach Executive Summary Item No.: Fund Center Title: WBS Element Title: Expense Budget Detail Transportation Disadv Fund 427 Operating Fd Ctr No.: 138337 WBS No.: 314271 (Provide the Fund Center or WBS element information; it is not re;:;uired to rovide both.) Fnnd WBS Commit Commitment Item Increase Current Revised Center Element Item Descriotion (Decrease) Bude:et Bnde:et 138337 314271 634999 Other Contractual Svs 9,892.93 2,080,980.50 2,090,873.43 Net Change to Bndget 9,892.93 Expeose Budget Detail Fund Center Title: WBS Element Title: Fd Ctr No.: WBS No.: (Provide the Fund Center or WBS elemenl infonnation; it is not reouired to nrovide both.) Fnnd WBS Commit Commitment Item Increase Current Revised Center Element Item Descriotion (Dee rease) Bude:et Bud!!et Net Change to Budget Expense Budget Detail Fund Center Title: WBS Element Title: Fd Ctr No.: WBS No.: (Provide the Fund Center or WBS element information; it is nOl re uired to rovide both. Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Descriotion (Decrease) Bude:et Bude:et Net Change to Budget Fund Center Title: WBS Element Title: Revenue Budget Detail Transportation Disadv Fund 427 Operating Fd Clr No.: 138337 WBS No.: 314271 (Provide the Fund Center or WBS element infonnation; it is not rc uircd to rovide both. Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budget Budget 138337 314271 344300 Fare Box Revenue 9,892.93 46,443.80 56,336.73 Net Change to Bndget 9,892.93 EXPLANA nON Why are fnnds needed? Funds are needed to appropriate fare box revennes into operating to cover expenses of the Para-transit system for the Disadvantaged. Where are funds available? Funds are available in revenue from fares collected from the Para-transit system. Item Number: Item Summary: Meeting Date: Page 1 of 1 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 16F Recommendation to ,ecognize fa,ebox revenues collected from April 11 , 2008 through August 4, 2008 for Collier Area Transit and to approve budget amendments. 8/12/2008900:00 AM Prepared By Sue Faulkner Transportation Services Principal Planner Date Alternative Transportation Modes 8/4/20083:09:49 PM Approved By Sharon Newman Transportation Services Accounting Supervisor Date Transportation Services Admin 8/4/20083:26 PM Approved By Pamela J. Lulich Transportation Services Project Manager Date Alternative Transportation Modes 8/4/20085:27 PM Approved By Barbara LaPierre Transportation Services Management/Budget Analyst Date Traffic Operations 8/5/20089:04 AM Approved By Therese Stanley Transportation Grants Coordinator Date Transportation Administration 8/5/20089:18 AM Approved By Norm E. Feder, Ale? Transportation Services Transportation Division Administrator Date Transportation Services Admin. 8/5/2008 11 :28 AM Approved By Mark Isackson County Manager's Office Budget Analyst Date Office of Management & Budget 8/6/2008 9: 21 AM Approved By James V. Mudd Board of County Commissioners County Manager Date County Manager's Office 8/6/20081 :27 PM http://bccagendalIntranetlattachmentviewer.aspx?attachmentid=-1 &itemid= 13024 8/8/2008 EXECUTIVE SUMMARY Recommendation that the Board of County Commissioners approves, and authorizes the Chairman to sign, an amended funding agreement with the South Florida Water Management District for an additional funding amount of $108,700 providing assistance with construction of the Freedom Park (aka Gordon River Water Quality Park). OBJECTIVE: That the Board of County Commissioners approves, and authorizes the Chairman to sign, Amendment #4 to Collier County's Agreement with the South Florida Water Management District Funding Agreement (SFWMD) No. 3600000933-A04 OT050976 for an additional amount of $108,700.00 for a total of$958,700.00 providing funding assistance for the Freedom Park (aka Gordon River Water Quality Park). County Manager approval is authorized by Resolution No. 2000-149 during the Board of County Commissioners' annual break. CONSIDERATIONS: The original agreement, dated December 20, 2005, provided $500,000.00 in funding. Subsequent amendments have provided an additional $250,000.00 in funding. On June 12, 2008, the South Florida Water Management District (SFWMD) approved entering into a fourth amendment with Collier County for $108,700.00 in additional funding Collier County to partially fund construction of the stormwater improvement project Freedom Park (aka Gordon River Water Quality Park) (Project No. 510185). With this fourth amendment, the total amount of funding is $958,700.00. The purpose of the Freedom Park (aka Gordon River Quality Park Project) is to develop a stonnwater management facility that incorporates flood protection, water quality treatment and passive recreation. The project will involve the creation of new functional wetland littoral zones and storm water facilities to provide attenuation and treatment for flows discharging into the Gordon River and Naples Bay. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. 1 f the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office. It is legally sufficient for Board action. Pursuant to Resolution No. 2000-149, the County Manager may approve this item during the Board's annual break. - CMG FISCAL IMPACT: Matching funds are available in the FY 09 Stormwater Capital Fund 325, Project 510185. A budget amendment will be needed to recognize $108,700.00 and appropriate funds within project 510185 in the FY 09 budget as well. These additional grant funds will free up $108,700 in funding from the storm water improvement fund to be used on other projects. GROWTH MANAGEMENT IMPACT: The Freedom Park (aka Gordon River Water Quality Park) is in accordance with the goals and objectives of the Drainage Sub-element of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners approves, and authorizes its Chairman to sign, the attached South Florida Water Management District Funding Agreement, Amendment No.4, (Agreement 3600000933-A04 OT050976) for an additional funding in the amount of $108,700.00 for partial funding of the construction of the Freedom Park (aka Gordon River Water Quality Park Project) (PIN 51018), and approve the necessary budget amendment. Prepared By: Margaret A. Bishop, Senior Project Manager, Transportation Services Division, Stormwater Management Section Attachments: (1) Contract # 3600000933-A04 OT050976 (8 ~f'\11\r SOUTH FLORIDA WATER MANAGEMENT DISTRICT AMENDMENT OT050976-A04 SAP# 3600000933 AMENDMENT NO.4 TO CONTRACT NO. OT050976 1 SAP 3600000933 BEl WEEN IHE SOUTH FLORIDA WATER MANAGEMENT DISTRICT AND COLLIER COUNTY This AMENDMENT NO" 4, entered into on .to that CONTRACT dated May 31, 2005, between "the PaIties," the South FIOIida Water Management DistIict (DISTRICT), and Collier County (COUNTY) WITNESSETH THAT: WHEREAS, the CONTRACT may be amended with the prior written approval of the parties; and WHEREAS, The Governing Boald of the DISTRICT, at its June 12,2008 meeting approved entering this AMENDMENT l\"0. 4 with the COUNTY; and WHEREAS, the parties wish to amend the CONTRACT in order to revise the Statement OfWOIk, to increase funding and modify the Payment and Deliverable Schedule of I' he CONTRACT; NOW THEREFORE, the DISTRICT and the COUNTY, in consideration of the mutual benefits flowing from each to the other, do hereby agree as follows: I. The monetary consideration for the CONTRACT is hereby increased by an amount not- to-exceed One Hundred and Eight 'lhousand Seven Hundred Dollars ($108,700 00), for a total revised CONTRACT amount not-to-exceed Nine Hundred Fifty Eight Thousand Seven Hundred DollaIS (958,70000) 2 The Statement of Work is also hereby revised in accordance with Exhibit "el" attached hereto and made part of AMENDMENT NO.4. Amendment No 4 to Contract No OT050976 SAP 3600000933 - l'"age 1 of 2 (9 SOUTH FLORIDA WATER MANAGEMENT DISTRICT AMENDMENT 3. The Payment and Deliverable Sehedule is also hereby revised in accordance with Exhibit "D4", attached hereto and made a part of this AMENDMENT NO.4 4 This AMENDMENT NO.4 shall be at no additional cost to the DISTRICT 5 All other terms and conditions of the CONTRACT, as amended, remain unchanged IN WITNESS WHEREOF, the prnties or their duly authorized representatives hereby execute this AMENDMENT NO.4 on the date first written above SOUTH FLORIDA WATER MANAGEMENT DISTRICT BY ITS GOVERNING BOARD By: Frank Hayden, Procurement Dit'eetor SFWMD PR#MFNI A~ _ By: ~ ~J Date: 7 - q- d-f}Dj .e.-. lin'u-....... COLLIER COUNTY. By: Title: Approved as to form & legal sufficlency ~~_1-d-3-08 Coll....nGrsene, Assistant County Attomey Amendment No 4 to Contract No OT050976 SAP 36UOOOlE]) -- ['age 2 on EXHffiIT "Cl" STATEMENT OF WORK GORDON RIVER WATER QUALITY PARK 1. INTRODUCTION Naples Bay, located on the southwest coast of Florida in Collier County, is a relatively nanow and shallow body of water ranging in width from 75 to 1500 feet and depth of I to 23 feet Salt water enters the Bay fiam the south through Gordon Pa~s and mixes with freshwater entering the nmth cnd from thc Golden Gate Canal, Rock Creek, Haldeman Creek, and the Gordon River While the Bay once drained about 20 square miles, it is now the receiving body flOm approximately 120 square miles due to the construction of the Golden Gate Canal system and its linkagc to thc Bay The Bay's histOlical watershed was comprised of swamps, marshes and sloughs that replenished aquifers, suppOlted plant and animal life, and supplied water for a relatively low human population in the region However, beginning in the mid-twentieth centwy, the watershed's landscape began to change from this natural setting to agriculture in the east, and, particularly in the western portion of the watershed, to highly urbanized land uses. The development ofurban infiastructure in the for m of roads, utili tics, canals, and recreational facilities has resulted in the loss of many historic flowways to the Bay Increases in impervious surfaces have also incrcascd both the quantity of water running of! the land and the amount of pollutants bcing can ied with that water into the Bay The seagrasses, mangroves, and oyster 'eefs of Naples Bay have been affected by excess fresh water, polluted runoff, and development, and long been recognized as needing restoration Problems were identified when the Florida Legislature created the Big Cypress Basin in 1976. During the last three decades, the Big Cypress Basin Board has undertaken aggressive efforts to reduce the freshwater inflow to the Bay by constructing numerous water management facilities and efficiently operating and maintaining a netwOlk of canals, water control structures, and pump stations The Conservancy of Southwest Florida completed a comprehensive scientific study of the Bay in 1979 that included recommendations for restoring its ecological health In 2003, the Goveming Board of the South FlOlida Water Managemcnt District (District) authorized the initiation of a Surface Water Improvcment and Management Plan for the Bay. In 2004, the Distlict received funding from the Florida State Legislature for a series of watershed restOlation projects in Southwest Florida that stretch from Charlotte Har bor in the north to Naplcs Bay and the Ten Thousand Islands in the south. These projects were grouped into five Watershed Initiatives Within the Naples Bay Watershcd Initiative are several projects addressing impOltant water restoration and management issues in Collier County The goals of the Initiative are to: . Constmct storm water treatment structures/facilities that improve polluted runoff, Reduce the amount of freshwater entering the Bay and, ultimately, Restore sea grasses, oyster reefs, and mangroves in the Bay. Agreement No Ol050976/3600000933/A04 Page I 01'4 Onc of the locations within the Naples Bay wateIshed that would greatly bencfit from improved stoImwater management is the Gordon RiveI Basin. T he heavily Ul bani zed GOIdon RiveI Basin includes the eastem section of the City of Naples and paIts of unincOlporated areas of westem Collier County Cluonic flooding problems along the Goodlette-Frank Road cOIIidOI me a result of a lack of adequate stormwater management facilities Stormwater runoff from the basin continues to cmry pollutants into Naplcs Bay I his agreement provides funding to CollieI County to design, peImit and construct a stOImwater treatment facility to provide flood relief; sUlfilce water quality lTeatment and recreational opportunities via a plOjcct callcd thc Gotdon RiveI Water Quality Pmk The plOject is approximatcly 50 aCICS in size and is ]ocaleu east of Goodlette-Frank Road and North of Golden Gate Pmkway within the City of Naples 2. OBJECTIVES Ihe pmpose of the GOIdon RiveI Water Quality Park is to attenuate flooding by reducing flows and durations ofwateI events in the Gordon RiveI Basin while implOving water quality, wetland habitat, mId groundwater rechmge. The projecl also ",ill proviue an area for passive recreation and natUlal reSOUlee appreciation The Park design is intended to address both existing and projected storm water conditions The Pmk design shall be consistent with the GOIdon River Extension Basin Study Phase IV '] he project shall maximize the public's pmticipation in all phases of the project process and the pIOject shall develop a system which promotes environmental protection and provides recreational oppOltunities The project shall not adversely impact jUlisdictional wetlands 3. SCOPE OF WORK The scope of work for this cooperative agreement is to design, permit and constmct the Gordon River Water Quality Park This includes data collection, alternative analysis, hydrologic modeling and analysis as needed, p,eliminary and final design plans and specifications, constmction bidding and award, construction and project managcment Additionally, public outreach will be perfOlmed as an integral pmt of the project development and implementation. The Pmk is envisioned to entail a potential pump station andlO! ImgeI culvert delivering water from the Goodlette Frank Road, a series on interconnected, cascading ponds making up thc treatment train to include liUoral shelves, landscape planting, and a means of mixing action to accelerate the nOlmal biological and chemical water quality improvement processes, a bypass structure, and a dischmge StruCtlUC. Also, recreational atllibutes such as a pervious parking arca, recreational trails, benches, lighting, trash receptacles, are anticipated 4. WORK BREAKDOWN STRUCTURE The County shall be responsible for the satisfilctOlY completion ofthesc projects and may ,etain a consultant to provide the professional services needed to complete the design, plans, specifications and permits, and to assist the County during construction Agreement No. OT050976/3600000933/A04 Page 2 of 4 The County shall bc rcsponsible for project management, budgct management and quality conlIQI and public outreach The County shall be responsible for reviewing and approving delivembles from the consultant to ensUlc that thc project objectives are met. 4.1 Task 1: DesigniPermitting Task 1. The COlillty shall be responsible for completion of the design and permitting processes for this Project. In accordance with State and County regulations the County may acquire thc services of a consultant to perfOllli the activities necessary to design and permit the Project however, the County shall be responsible fbr the complete Projcct including the work of a consultant In addition any public outreach shall be the responsibility or the County Task 1 Deliver'ables: One copy of the Notice to PlOceed with dcsign, one copy of the 60% and one copy of the 100% Design Plans and a copy of all ncccssary Permits The County shall submit an invoice flOm Collier County with an invoice number indicated on it with the amount due. Along with the Collier invoice the county shall submit copics ofthc contractor's approved pay requests and invoices along with an invoice 4,,1 Task 2: Project Pre-Construction Task 2: In accordance with State and County regulations the County shall provide for the selection ofa competent firm to construct the PlOject 'The County shall be responsible fbr the plOcesses of acquisition including, but not limited to, specification development, bid documcnts, technical review and contractor selection Task 2 Deliverable: Copy of the County Commissioners approval of a ConstlUction Contractor. 'The County's cost match will be met under the pre-constlUction phase 4.3 Task 3: Construction Task 3: The County shall be responsible fbr thc construction of the PlOject which shall include, but not be limited to, project management and engineering oversight, of all constmction Task ,3a Deliverables: (1) Copy o!the 25% Completion Certification; Application and Certificate for Payment. (Shows the status of the contract sum to date, including the total dollar amount o!the work completed and stored to datc, the amount of retainage (if any), the total of previous payments, a summary of change orders and the amount of currcnt payment requested) Along with the Application and Ccrtificate for Payment there should be documentation providing breaking the contract sum into pOltions of the work in accordance with a schedule of values ,equired by the general conditions The County shall submit an invoice liom Collier County with an invoice number indicated on it with the amount due Task 3b Deliverables: Copy of the 50% Completion Certification and the Construction Substantial Completion Certification; Application and Ccrtificate for Payment. (Shows the status of the contract sum to date, including the total dollar amount of the WOlk completcd and Agreement No OT050976/3600000933/A04 Page 3 of4 stored to datc, the amount ofretainage (if any), the total of previous payments, a summmy of changc orders and the amount of CUllent payment requested.) Along with the Application and Certificate fot Payment there should be documentation providing breaking the contract sum into pottions ofthe work in accordance with a schedule of values required by thc general conditions The County shall submit an invoice flOm Collier County with an invoice number indicated on it with the amount due 4.4 Task 4: Final Letter Report Task 4: On completion of the project, the County shall prepare a final letter report to Lhe District that summmizes the wotk, accomplishments, and improvements to the walersheds Task 4 Deliverable: Final letter repOlt including Engineer's Certificate of Construction Completion Agreement No OJ'050976/3600000933/A04 Page 4 of 4 EXHIBIT "D4" PAYMENT AND DELlVERABLES SCHEDULE . A summary deliverable and payment schedule associated with this project is set forth below Specific deliventbles associated with each task are in the summary table below. Due dates for all deliverables are set forth below All deliverables submitted hereunder arc subject to review and acceptance by the District. Acceptability orall work will be based on the judgment of the District that the work is technically complete and accurate . Payment shall be made following receipt and acceptance by the District of project invoices in accordance with the schedule set forth below All invoices shall be accompanied by adequate documentation to demonstrate completion of each task in accordance with Exhibit"C I" Statement of Work requirements . I otal payment by the District for all activities hereunder shall not exceed the amount of $958,70000 The DistJict's cost share amount shall not exceed 50% of the total project cost . If rhe total consideration fOI this AGREEMENT is subject to multi-year funding allocations, funding tcn each applicable fiscal year of this AGREEMENT will be subject to Governing BD1ud budgetary appropflation In the event the [)IS I RlCI docs not approve funding for any subsequent fiscal yeal, this AGREEMENT shall terminate upon expenditure of the current funding, notwithstanding olhel provisions in this AGREEMENT to the contrary ~ Task Deliverables Due Date District Not.to- Collier County Cost Excee~}~!:i~ent" Match Task I: Notice-to-Proceed Complete $50,000 DesignlPelmitting with Design ~- 60% Design Plans _Completc_ _ $100,000 100% Design Plans Complete $150,000 and Permits Task 2: Construction Notice-to~Proceed Complete $50,000 Bidding with Construction Task 3. 25% Completion August 2008 $508,700 Construction (note Certification !) m__.__.. $850,000 Task 3b 50% Completion December 2008 $100,000 $108,700 Construction (note. L Certification Final Letter Report June 10,2009 nla ..-.-- nI. Task 4: Final Letter Report with Certificate of Completion I I NOT-TO-EXCEEI> PROJECT TOTAL I $958,700 I $958,700 . ..._.1 "'The District shall only be obligated to pay for documented actual expenditures within the not-to-exceed amounts specified in the contract language. In the event actual expenditures by Collier County are less than the not-to-exceed for a particular task, Collier Countyl shall have the right to apply the uncxpended balance towards a subsequent task Collier County shall provide written notice of its decision to exercise this right. In no event shall the Distlict's total obligation exceed $958,700 as specified above The county is responsibie for any additional funds either through local revenues, grantlO, other appropTiations, and/or other funding sources Collier County shall provide evidence its minimum 50% cost share has been met for each task as listed above. The subject cost share documentations will be included with each invoice and will be sent to the appropriate District Project Manager Once approved by the District Project Manager the invoice and documentation will be forwarded to the South Florida Water Management District's Accounts Payable Without the 50% cost match documentation the invoice will not be paid Note 1; Pay requests for construction may be submitted quarterly Page I of ]. Exhibit "04", Agreement No 0 ro50976/3600000933/A04 Page I of2 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F Recommendation that the Board of County Commissioners approves, and authorizes the Chairman to sign, an amended funding agreement with the South Florida Water Management District fa, an additional funding amount of $108.700 p,oviding assistance with construction of the Freedom Park (aka Gordon River Water Quality Park) Meeting Date: 8/12/20089:00:00 AM Approved By Colleen Greene Assistant County Attorner Date County Attorney County Attorney Office 71251200810:34 AM Approved By Margaret A. Bishop Project Manager Date Transportation Services Stormwater Management 71251200810:42 AM Approved By Caroline Soto Administrative Assistant Date Transportation Services Transportation Engineering and Construction 7/25120084:19 PM Approved By Gerald Kurtz Senior Engineer Date Transportation Services Stormwater Management 7129/2008 11 :45 AM Approved By Therese Stanley Grants Coordinator Date Transportation Transportation Administration 712912008 1 :24 PM Approved By John Vliet Roads Maintenance Superintendant Date Transportation Services Road Maintenance 7/30/20086:58 AM Approved By Norm E. Feder, Alep Transportation Division Administrator Date Transportation Services Transportation Services Admin. 71301200811 :18 AM Approved By Sharon Newman Ac~ounting Supervisor Date Transportation Services Transportation Services Admin 7/311200812:55 PM Approved By Pat Lehnhard Executive Secretary Date Transportation Services Transportation Services Admin 7131120083:29 PM http://bccagendalIntranetlattachmentviewer.aspx?attachmentid=-1 &itemid= 12959 8/8/2008 Page 2 of2 Approved By OMS Coordinator OMS Coordinator Date County Manager's Office Office of Management & Budget 7/31/20084:06 PM Approved By Susan Usher Senior Management/Budget Analyst Date County Manager's Office Office of Management & Budget 8/612008 4:27 PM Approved By James V, Mudd County Manager Date Board of County Commissioners County Manager's Office 817/20089:48 AM http://bccagendalIntranetlattachmentviewer.aspx?attachmentid=-I &itemid= 12959 8/8/2008 EXECUTIVE SUMMARY Recommendation to recognize and appropriate $865,121.00 of the Federal Transit Administration (FT A) FY08 5307 grant funds for preventative maintenance and ADA Paratransit I Planning. OBJECTIVE: To recognize and appropriate $865,121.00 of the Federal Transit Administration (FT A) FY08 5307 grant funds for preventative maintenance and ADA Paratransit I Planning. CONSlDERA TIONS: The Federal Transit Administration (FT A) announced appropriations for Section 5307 grant funds for FY07/08 in the spring of 2008. Based upon the announced appropriations, on April 22, 2008 the Collier County Board of County Commissioners (BCe) approved Item 10C for the acceptance of the FT A FY08 5307 grant moneys in the total amount of $1,978,706.00. A proposed budget for this grant was included in Item JOC on April 22, 2008 for the purchase of four (4) buses, the purchase of a support vehicle, the accompanying purchases of transit enhancements, security equipment and rehablrebuild trolley kits for the buses, preventative maintenance, ADA Paratransit, and Planning expenses. In this approved BCC item, staff was asked to bring back to the BCC all requests to recognize and appropriate funds from this grant. Since the BCC approval, staff has further developed the application for the FT A 5307 grant and revised the budget. This was done due to price increases for the purchase of the buses. The new budget calls for the purchase of three (3) buses instead of four (4). Due to the difference in the proposed purchase cost of the buses, other items were adjusted to fully utilize the funding awarded. At this time, staff is recommending the BCC recognize and appropriate the FTA FY07/08 5307 grant funds in the amount of $865,121.00 for utilization of the portions budgeted for preventative maintenance ($636,716.00) and ADA Paratransit ($197,870.00) and planning ($30,535.00). A subsequent Executive Summary will be brought to the Board for approval before any purchasing of vehicles is executed. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: Collier County has received a FT A FY07/08 5307grant award in the amount of $1,978,706.00. At this time we need to recognize and appropriate $865,121.00 in Fund 426 Project 35026. GROWTH MANAGEMENT IMPACT: Consistent with Objective JO and 12 of the Transportation Element ofthe Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners recognize and appropriate $865,121.00 Prepared by: Sue Faulkner, Principal Planner, Department of Alternative Transportation Modes Agenda Item NO.1 OC Ap,;i 22, 2008 Page 1 of 3 EXECUTIVE SUMMARY Recommendation to accept the Federal Transit Administration (FTA) FY08 5307 grant in the amount of $1,978,706.00. OBJECTIVE: To acquire approval to accept the FTA FY08 5307 grant in the amount of $1,978,706.00. CONSIDERATION: The grant funds will be budgeted as follows: FTA Bud et $1,343,530.00 $31,863.50 reventatlve Maint DA Piifl~!tIJtg otal FY08 5307 $289,333.16 _lIa!~ $1,978,706.00 289,333.16 ;i^i:~ 0.00 1,978,706.00 FISCAL IMPACT: Collier County has received a 5307grant award of $1,978,706.00; the balance of 269,824 has been allocated to LeeTran for services in Bonita Springs. A budget amendment is necessary to recognize and appropriate these funds. A subsequent Executive Summary(s) will be brought to the Board for approval before any of these funds are encumbered or spent for these or other reimbursable transit expenditures. GROWTH MANAGEMENT IMPACT: Consistent with Objective 10 and 12 of the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners approve necessary budget amendments to accept these grant dollars including those incremental grant dollars received above or below the target grant award. Prepared by: Sue Faulkner, Principal Planner, Department of Alternative Transportation Modes Page 1 of 2 Agenda Item NO.1 OC Ap,il 22, 2008 Page 2 of 3 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: 10C Item Summary: Recommendation to accept the Federal Transit Administration (FTA) FY08 5307 want in the drnount of $1 ,D78J06J10. (Diane Flag\), Director, Alternate Transportation f,iJodes) Meeting Date: 4i22i2008 90()OO AM Prepared By Sue Faulkner Principal Planner Date Transportation Services Alternative Transportation Modes 3/24/200812;14002 PM Approved By Diane B. Flagg Director ATM Director Date Transportation Services Alternative Transportation Modes 4/7/2008 5:57 PM Approved By Barbara LaPierre Management/Budget Analyst Date Transportation Services Traffic Operations 4/9/200812;54 PM Approved By Sharon Newman Accounting Supervisor Date Transportation Services Transportation Services Admin 4/10/20085;52 PM Approved By Therese Stanley Grants Coordinator Date Transportation Transportation Administration 4/11/20087;40 AM Approved By Norm E, Feder. Alep Transportation Division Administrator Date Transportation Services Transportation Services Admin. 4/11120088;32 AM Approved By Pat Lehnhard Executive Secretary Date Transportation Services Transportation Services Admin 4/11/20088;32 AM Approved By OMB Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 4/11/200810;16AM Approved By Susan Usher Senior Management/Budget Analyst Date County Manager's Office Office of Management & Budget 4/11/200812:37 PM Approved By file:/ /C:\AgendaT est\Export\ 1 05-April%2022,%202008\ 1 O. %20COUNTY%20MANAGER... 4/16/2008 Page 2 of 2 Agenda Item No.1 OC April 22, 2008 Page 3 of 3 Leo E. Ochs, Jr. Board of County Commissioners Deputy County Manager Date County Manager's Office 4/11/20081 :29 PM file:IIC :\AgendaTest\Export\ I 05-April%2022, %202008\ 10. %20COUNTY%20MANAGER... 4/16/2008 BUDGET AMENDMENT REQUEST For Budget/Finance Use Only BA# JEH BARil A.P_II Dale Fund Number 426 Fund Description Transit Enhancements Date Prepared: 7/23/08 Approved by BCC on: 4/22/08 Attach Executive Summary Item No.: Fund Center Title: WBS Element Title: Expense Budget Detail CA TT Transit Enhancement FTA 5307 FY 07/08 Fd Ctr No.: 138336 WBS No.: 350261 (Provide the Fund Center or WBS element information; it is not reQuired to provide both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Descriotion (Decrease) Bud!!et Budl!et 138336 350261 634830 ADA Para.Transit 197,870 0 197,870 138336 350261 634999 Other Contractual S vs 30,535 0 30,535 138336 350261 646430 Fleet Maint Labor 250,000 0 250,000 138336 350261 646440 Fleet Main! Parts 250,000 0 250,000 138336 350261 646445 Fleet Non-Maint Parts 136,716 0 136,716 Net Change to Budget Fund Center Title: WBS Element Title: Expense Budget Detail CA IT Transit Enhancement FTA 5307 FY 07/08 Fd Ctr No.: 138336 WBS No.: 350261 (Provide the Fund Center or WBS element infonnation; it is not required to provide both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Descriotion (Decrease) Budl!et Budl!et 138336 350261 764110 Autos and Trucks 1,079,085 0 1,079,085 138336 350261 764120 Auto Improvements 34,500 0 34,500 Net Change to Budget 1,978,706.00 Expense Budget Detail Fund Center Title: WBS Element Title: Fd Ctr No.: WBS No.: (Provide the Fund Center or WBS element infonnation; it is not required 10 provide both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Descriotion (Decrease) Budl!et Budl!et Net Change to Budget Fund Center Title: WBS Element Title: Revenue Budget Detail Public Transportation FTA 5307 FY 07/08 Fd Ctr No.: 138336 WBS No.: 35026] (Provide the Fund Center or WBS element information: it is not reouired to orovide both.) Fuud WBS Commit Commitment Item Iucrease Current Revised Ceuter Element Item Description (Decrease) Budf.:et Budf.:et ]38336 35025] 331473 Federal Transit Admin ] ,978,706. 0 ],978,706 Net Change to Budget ],978,706 EXPLANA nON Why are funds ueeded? Funds are needed for FT A Section 5307 Graut to support the Public Transportation System in Collier County. Where are funds available? This is a 100% reimbursable grant through the Federal Transit Administration. REVIEW PROCESS DATE I Cost Center Director: Division Administrator: Budget Department: Al!encv Maual!er: Finance Department: Clerk of Board Admin.: Inpnt by: B.A. No.: Page I of I COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F Meeting Date: Recommendation to recognize and appropriate $865,121.00 of the Federal Transit Administration (FTA) FY08 5307 grant funds for preventative maintenance and ADA Paratransit I Planning 8/12/20089.0000 AM Prepared By Sue Faulkner Principal Planner Date Transportation Services Alternative Transportation Modes 7/29/20084:32:31 PM Approved By Michelle Edwards Arnold Alternative Transportation Modes Director Date Transportation Services Alternative Transportation Modes 7129120085:24 PM Approved By Sharon Newman Accounting Supervisor Date Transportation Services Transportation Services Admin 7/30/200810:20 AM Approved By Therese Stanley Grants Coordinator Date Transportation Transportation Administration 7/30/2008 11 :01 AM Approved By Norm E. Feder, AICP Transportation Division Administrator Date Transportation Services Transportation Services Admin. 7/30/200811:25AM Approved By Barbara LaPierre ManagementJBudget Analyst Date Transportation Services Traffic Operations 7/30/20084:23 PM Approved By Pat Lehnhard Executive Secretary Date Transportation Services Transportation Services Admin 7/31/200810:19 AM Approved By OMB Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 7/31/2008 4,09 PM Approved By Mark Isackson Budget Analyst Date County Manager's Office Office of Management & Budget 8/6/20083:21 PM Approved By James V. Mudd County Manager Date Board of County Commissioners County Manager's Office 8/7/20089:58 AM http://bccagenda/lntranetlattachmentviewer.aspx?attachmentid=-I &itemid= 13004 8/8/2008 EXECUTIVE SUMMARY Report and Ratify Staff-Approved Change Orders and Changes to Work Orders to Board- Approved Contracts. OBJECTIVE: To enable the Board to oversee the execution of administrative change orders and changes to work orders, and promote accountability in the use of staff authority. CONSIDERATIONS: On April 22, 2003, the Board approved a recommendation to implement a plan to enable changes to BCC-approved contracts (Section XIV. C, Collier County Purchasing Policy) of not greater than 10 percent of the current Board approved amount or $10,000 (whichever is greater) to be authorized by staff Also included in the report are changes to Work Orders. These include work orders issued under CCNA Contracts, which are less than or equal to $200,000 (Section VII.C, Collier County Purchasing Policy), and changes to work orde,s for all other contracts (Section XIV. G, Collie, County Purchasing Policy) which are not greater than 10 percent of the current Board Approved amount or $100,000 whichever is greater. The Administrative report identifies the percentage changes, to contracts or work orders, that have occurred since the prior BCC approved amount, which are below the threshold limits as referenced above. The plan calls for staff to submit a monthly report listing these change orders from the previous reporting period. Enclosed is the monthly report of the Administrative Change Order and Administrative Changes to Work Order Reports. These reports cover period July 1, 2008 through July 21,2008. FISCAL IMPACT: The total change to contracts is $156.495.93. The total change to work o,de,s is $1.540.00. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners accepts the enclosed Administrative Change Orders and Administrative Changes to Work Orders Reports and ratifies the listed change orders and changes to work orders IN ABSENTIA: Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. PREPARED BY: Diana De Leon, Contract Technician, Purchasing Department . ~ > ~ lD'E~... ~ ~ 2 5 <lI :::I Q. 0 .c (,) Q. E U E III < ;ft.e8.... ~CD . ~ ~ :; t .~1! G~o ~ .- 5 1: ti ~ .~ ~ ~ . 0" ~u~ ~ ~ g :; 1! E ~O" u ~ " " o o w " " w o " o w o z < r U w > " < " " ~ z " o < ~ . 1: 2 ~ . 00 . 0 E , . " 08_ CD ~ ~ ~ ~g~ uu~ ~ ~~ '0,8 e: 0 .;: al a. E o ~: ~ ~~ ",.!! 00 . . 00 '" ~ 0 _ Z 41 C a; <II ~ 0 ~ 'E !i zz;:.Oz l) ti i! ~u 'tI <>> ... C <II i '[ :5 ~ e >c...uua.. . . o E 0 ~z ~ o ~ '" ~ ~ d N '" ~ ~ '" o o '" ~ ~ o o d ~ . " ;I; o o d o o M ~ M .; ~ ~ N '" o m '" ~ m en ~ ~ 8 d 8 ::: M .; :l o wo =>0 o . .~ is ~ ~ . ~ o &0 c ~~ ~ 13;;::5 ~ ~ ~~.~ 0: <:( M <II 0:: jl" 0-..6..<::0 CLZOU(f) . e m !! o g-,g:g , - " -0::1 o. W ~ ~ ti! ~ 16 E:6~ 1P~ ffi ~ 8 ~ B g E'~ ~ . - . ~~] c 2...2 ~ ~ ~ . - " -e~i ~lij~ .~ 5l ~ ..c t:: ~ g> ~ .... m _ ~ ~ 8 2.. .~ ~ ~ .: c.-<:: ~1!!~ e: ViQ:; Vi g-~ ~ a~ '" n-j! , E 0 Ol iil ,s ~ .~;, .E E.~ . ~ 9- ~ ~ llI::!::;<lI= 5, * o,-g :v -g ~ ~ E]-oc 8 o>.!l,g - (:>...!!l.t * ~ e: E ~~-g8 "iV_lO_ t"! ~..!!! :g =,!!2:LI= 0<11 c"C ~ E,8 16 ~~~~ ...,.g ,.<11 16.!! ~ ~ '" _S O-:J <ii - E III i~~.9 E 8 ~ ~ gg~u g s '" ~ I.C c.Q C ~ ~ ~ 8 ~E:ii:g ~~~~ E 1.'l 16 <lI ,: :e :ii" t .E <l> N ii ~:%j e:.2:iii (II ~ ~ :a,~ ] e '" 'til e~t2.. "'-"iii<ll<l> o to .... ~ I- c.9 <ll ':-. <II :>- ~ .~tl ~ ~",-<lI'" ; 'a~ ~ '5 *,~ '0 ~ ~.~ ~ g E ~ .~ 8 ~ ~ ~-g~-g o <liS e ~ ~ .; ~ . o. M m " :;: :f, ~- ;:; o o " o ~ en ;:; 8. ~ . ~- ;;; M ;:; M m d ;;; '" M ~. ;:; 8. o ~ . <> m ~ ~ -- . :>u ~~ " o ~ . " ;: ~ Q' - o E o !< ~ -f:~ ~~ I ..,C;;:ell.. ::!:oo[:: <;JJ.g_~ ~~:b~~~ U'l"loUu.O . e ~ o ~ .. - g ~ ~ " 2 ~ - o o . . c ~ " , ~ . - o ~ 0. o . ~ ~ M ~ i8 ~ ~- ;; o en ~ ~ . o o o N M ~ en ~ ~ ~ , ~ ~ . E - e s - . 0> :> ;: ~ '!' t3 ~ 6 " . E . m " - " :> J; " ;: " ~ c o rr ~ 3 o '" . E . ~ iJ < .9 <Ii . ~ ~ .~ ~ ~ 5\5, m -u;- - . O~ :;:;", ~& ~~ ~ ~ 00 o B >-~ - .. . ~.!i c . . . ~ , o :0 '0 ~ ~ ~ I E ~~ o o. 8 o <> ~ 00 ;I; 00 . N o '" ~ m. ;I; 8 o ~ m ~ 00. ;I; . . @~ U~ " ~ - o _ ti 0 ~ ~ 6 ~ u w ~ ~ - " o ~ ~ :J ~ ~ Ql N~~ ~~ ~ ~~ ~;:n:;6(D 00 e ~ ~ o M o .C ~ oE- " ~ ~ ~~ " ~ 25 0: '~ o € ~ a ~ ~ 1i;ii 00 . " " ~ -go ~~ , - TI 0 .I;; U ~ 2 ~~ ~ 8 o . * ..... . . ~.@ . . ~~ ~ 8 ~~ <>~ ~ E . .: ~ ~ o , -= 0 ii:C -g~ . . ~ . .~ ~ 0.2 ~ 8 ffi Ci m. - - :2 ~ EJi . - 5~ 11 B "~ ~-g o <Ii . :t~'iij Q ..2 -a . o. {l a .~ .EiB~ is '" ~ Qj~"'C ~ 0 _ ~ ~ :. .,s ttI.'lij .~ 0:';:; 'Z.g~ 1ii'al-.;> 'u ,c 1:1 0..0 <<I l:l ~"g . . " [l!';;jx. lll.!: ~ ~.ffi~ ~ E ~ u g g' ~ . i1i .~ ti ~~~ "5.!i~ '0:";;;: 'tii ~ ~ * "E ~:5 ~ 1; 0 o 8 8 * ~ ~ '" ~ ~ ~ v .; 00 o M M M N ~ o o d o o :e ~ o ~ " m ~ r;; N ~ ~ ~ .; m o ,c o M N ~ o o g o <> ~ 00_ ;:; . . PCll u:J " ~ ~ 2 o c o . >- U ~ ~ a ~ <> '" ~ ;: g "'0 tJOOVQl ~:E ~ ~ ~ Ol N ~..<: E I",oUW . e ~ o ~ 2 ~ " d ~ in . " € " 00 " " " '" E ~ N ~ ~ v M .; M m " M ~ . . . 5 M m d 00 ~ '" ~ < . m - " ~ . 5 E ~ ]I ~ . ;': ~ ;;; ~ <> M ~ jj j m ~ " 00 o ~ m ,c M ~ . . ~ ~ - w .. , " 2 in ~ - " ~ 2 " ~ - " . - .. c ~ " . ~ ~ - 8 ~ , . ~ ~ ~ ~ o o d o 00 ,,; ~. o ~ ~ . . ~~ " ~ g~ "'~ ~ * - . ' o '" 0 'tl ..c: 5 ~~ :g ;:;:;58 o <D <I> U C ;;~:;:; g'!i!:@ Ill'" '1 <1l="O ~:?J;'SB8~ l' ~2 "'C'o;; 1J~ " . O~ ;c ~ . .~ ~ o o . >-5 . m c . ~ o o . . .~ . > o 00 :'! ::! o ~ c o jj ~ . ~ 2 ~ - . .. o " " o ~ <; ~ m . ~ . 5 ~ ;;; 2 ~ .. ~ . 5 2 . m - " jj ~ ~ .. ~ ~ 2 ~ " . . 5 " . . " ~ , _ 0 . E ~ " ~ . ~ ~ . . ~~ 1'[" - " B~ . 8 o. ~ ~ H . - ~~ ~~ .0 5:> .0 ~i . " ~"Q , o ~~ c . ~~ og ~ .~ .0 "E .9 ~ ~ o~ . ~ > ~ ale] g' ~ e ~ 01 ::I Q, 0 B ~ li.1 "$2~"" ~m . ~ o c . c . . .~<! B~o " ,- " a:t:g .~ ~ ~ tl. 0 c[ u~ ~liil i'E E ~o~ u ~ c " o " w " " w o " o w o z < I U W > C < " c m Z , o < ~ . c e g . ~ 0 . ~ E , . ~ 08.... m cuE '" l! g ~~.i uu~ ii ]c .~8 e g 'C;: CD l). E o .i: E ~] ... .! ~v . . " ~ '" o ' ::~ <II ;:P II> ~ <:5 Ci '2 E zz~o;i ... 0 <II .... .g ~ jg g' ~ r;; 'e 5 ~ "2 :;:o..UUD.. . . " E 0 ~z " ~ " N ~ N ~ N N m .0 ~ o o ,,; ;; m ~ o o '" ~ m ~ Iii N ~ ,,; ~ . N 0; .0 ~ o o '" ~ m ~ ,,; ~ . . ;;:>1II '0:) . " c o 13 ~ c 8 " ~ . c ~ o :.::; ~ <ii 6 5 '" co ~ <I) toaoa:: Cl(").....<;lI ;eg~~:g CIl oQ- r-..c 0 O\t)OU(f.l ~ ~ o ~ E . I , .. c o :~ . '* ~ E ~ ~ .. ~ >< o ~ 5 o ~ ~ c E ~ ~ " ~ ~ ~ , o v E o e ai ,," . . ;"iJ o . i5 g ~ 'f: -g IS III e ~i . ~ 5 ~ . c E . . . ~~ ~ iJ . . ~ Xl ~~ :S~ ,,- .~ ~ ~u 1l ;;; . m '0 C o . . . . 0 . b . . . c . . . - m, c ~ . , ~ . u~ c .. . ~iJ c c . 0 .:;::: V . ~U o S .~ ~ ~ g- o ~ m ~. .~ " 'c , " o v ". -'~ u ~ TO: The Poole and Kent Company 3853 City Gate Boulevard Naples, Florida, 34117 CHANGE ORDER FROM: Collier County Government 330lTamiami Trail East, Bldg. D Naples, Florida 34112 Project Name: South County Regional Water Treatment Plant 12-MGD Reverse Osmosis Expansion Construction Agreement Dated: 10/1112005 Bid No.: 05-3879 Change Order No.: 6 Date: Juoe 16,2008 Change Order Description: The BoanI of County Commissioners awarded Bid No. 05-3879, for $23,373,000.00 with The Poole and Kent Company on October 11, 2005. The following documentation is attached to this Change Order: (I) Written sunnnary (description, reasOn and justification) for each item; (2) Table of cost/eredit amounts: Original agreement amount ...................................................................................$ Sum of previous change orders amount .................................................................$ This Chonge Order Amount [d.dllct].....................................................................$ Revi3ed Agreement Amount..............._. .........,...".................."............................... $ 24,373,000.00 2,036,133.21 1-) 402.367.00 26,006,766.21 Refer to Attachment A fOT current contract times for subsbmtial and final completion. Your acceptance of this change order shell constitute a modification to our Agreement and will be performed subject to all the same tenns and conditioos as contained in our Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, if any, to this Agreement shell constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: 1~ +::>~------ --i(.;rt A. Pfeffer, P.E., Project Manager Ha'r/f ndCwye(~cl, /1 I J Reviewed by: IT f" ) 1tJ L/L- rr--- H.'Peier Schelt, PMP, Scni Project Manager Col . Ii Engineering Department Date: l!:> . I S - 0 8 Date: 7/7/07 \ , Reviewed b Date: 7/7kX ctor _ INII.:"'"t'4m , . tties Engineering Department Reviewed by: Dale: Dianna Perr Co Colliet County Purchesing Datc:~? Date: "1/r /0 f Accepted by: Reviewed by:. (For Use by Owoer: Fund: 411 Cost Center: 2735'11 Object Code: 763100 Project No.: 7tJC97) G:\Forms\Cbange as r.doc Rev~03/98 ~>Vi_6~: ~ ~"€: ~f!.t?!~~~., 1\\1'- A-Tf1\":J"tl-l, DIr'tc-"""'tfc.jL. "~~'."<>I( hoiT i"~.:;' ~. n ,"f\-\\.-')'LO~~{-lV'l.:NT tL'f,>. t<-4-tt....,....~~L.t. (.-0' CONTRACTiWORK ORDER MODIFICATION 10. CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Schan. PMP BIOIRFP #: 05-3879 MOD #: Q!i:Q1 PO#: 4500054770 WORK ORDER #: NIA DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kant ComDanv Original Contract Amount: $ 24373.000.00 . (Starting Point) Current BCC Approved Amount: $ OR ''''''17 1'f-;;{ '-I,?:> 73,000 JJ (Last Total Amount Approved by the BCC) Current Contract Amount: $ 26.409.133.21 (Including All Changes Pnor To This Modification) Change Amount: $ -420.410.00~ Revised Contract/Work Order Amount $ 25 988 723.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractlWork Order: $ 1.615.723.21 Date of Last BCC Approval 10/11 /2005 Agenda Item # 100 Percentage of the change over/under current contract amount~ % Formula: (Revised Amount / Last BCC app,oved amount)-1 CURRENT COMPLETION DATE (5): S\J9STNITI~lCm'PLE+lQ~J ~IO.1: ORICIN,^l' 91124I:WIJ7 CURRIiiNT' 01124I:WW SUBSTANTiAL COMPLETION NO. lA: ORIGINAL: 01/24/2007 CURRENT: 01/31/2007 SUBSTANTIAL COMPLETION NO. lB: ORIGINAL: 01/2412007 CURRENT: 02/2312007 SUBSTANTIAL COMPLETION NO. lC: ORIGINAL: 01/2412007 CURRENT: 05102J2007 SUBSTANTIAL COMPLETION NO.2: ORIGINAL: 07113/2007 CURRENT: 0211212008 FINAL COMPLETION: ORIGINAL: 08112/2007 CURRENT: 03/13/2008 Describe the change{s): Credn for unused portion of Contract Allowance from Bid Itam NO.2 for "Furnishing and Installing Membrane Elements". The Allowance amount was $1,500,000.00. The amount spent on elements and service ccnnectlons under this "em was $1 ,079,590.00, leaving an unused amount of $420.410.00. Specify the reasons for the change{s) n 1. Planned or Elective C 2. Unforeseen Conditions II: 3. Quantity Adjustments C 4. Correction of Errors (Plans, Specifications or Scope of Work) C 5. Value Added C 6_ Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project If this change order were not processed: If this changa order were not processed. the County would not realiza the credn for the unused portion ot tha allowance amount. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR fl!I Value Added/Unavoidable r::J Val..... Added/Avoldable r:lNo Value AddediiTnavoldable r:'l No Value Added/Avoldable This change was requested by: ['J Contractor/Consultant if, Owner C Using Department C COES C Design Professional r:J Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r- Yes Ii: . No This fonm is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ASSOCIATED WITH THIS CHANGE ORDER. CONTRACT/WORK ORDER MODIFICATION Ib CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis EXDanslon PROJECT #: 05-3879 PROJECT MANAGER: H. Peler Schall. PMP BIDIRFP #: 05-3879 MOD #: 06-02 PO#: 4500054770 WORK ORDER #: NIA DEPARTMENT: Public utilities CONTRACTOR/FIRM NAME: The Poole and Kent ComDanv Original Contract Amount: $ 24.373 000.00 (Starting Point) Current BCC Approved Amount: $ .~\i,iQ9.185:!T ,:l..4, 37'3,OOO~ (Last Total Amount Approved by the BCC) Current Contract Anlounl: $ 25.988.732.21 (Including All Changes Prior To This Modification) Change Amount: $ -8404.00 Revised Contract/Work OIder Amount: $ 25 980 319.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractIWork Order: $ 1.607.319.21 Date of Last BCC Approval 1 0/11/2005 Agenda Item # 10G Percentage of the change over/under current contract amount~ % Formula: (Revised Amount/ Last BCC approved amount)-1 CURRENT COMPlETION DATE (S): S' '8S1:"I+I'\1. C9MPLiITIO~1 NO. 1: ORIGIN/It.: 91/3i~9G7 CIJRRE~ IT: 91121J:l997 SUBSTANTIAL COMPLETION NO. 1A: ORIGINAL: 01/2412007 CURRENT: 01/3112007 SUBSTANTIAL COMPLETION NO. lB; ORIGINAL: 01/2412007 CURRENT: 0212312007 SUBSTANTIAL COMPLETION NO. lC: ORIGINAL: 01/24/2007 CURRENT: 0510212007 SUBSTANTIAL COMPLETION NO.2: ORIGINAL: 07/13/2007 CURRENT: 0211212008 FINAL COMPLETION: ORIGINAL: 0611212007 CURRENT: 03/1312008 Descrlbe the change{s): Credit for unused portion of Contract Allowance from Bid Item No. 4 lor "landscape, Irrigation and Sitework requl'ed 10, SITe Development Plan". The Allowance amount was $175,000.00. The amount spent on elements and service connections under this item was $166,596.00, leaving an unused amount of $8,404.00. Specify the reasons for the change{s) f] 1. Planned or Elective r.: 2. Unforeseen Conditions rlS 3. Quantity AdJusbnents r::: 4. Correction of Errors (Plans, Specifications or Scope of Work) 0 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative Impacts to the project if this change order were not processed: If this change orde, were not processed, the County would not realize the credIT for the unused portion of the allowance amounl. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR M) Value Added/Unavoldable n Value Added/Avoidable nNo Value ~avoldable n No Value Added/Avoidable This change was requested by: n Contractor/Consultant III Owner c: Using Department C CDES C Design Professional n Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Ves llIIN . 0 This fonm is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ASSOCIA TED WITH THIS CHANGE ORDER. . CONTRACTiWORK ORDER MODIFICATION (e CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Schall. PMP BIDlRFP #: 05-3879 MOD #: 06-1)3 P()f:4500054770 WORK ORDER #: N/A DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ 24.373.000.00 (Starting Point) Cummt BCC Approved Amount: $ .....S.lB~.133.11 ,11,31'8.000 i'lL (Last Total Amount Approved by the BCC) Current Contract Amount: $ 25.980.319.21 (Including All Changes Prior To This Modlflcation) Change Amount: $ -50.000.00 Revised ContractlWork Onter Amount: $ 25,930.319.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractlWork Order: $ 1.557.319.21 I Date of Last BCC Approval 1011112005 Agenda Item # 100 Percentage of the change over/under current contract amount 6.39 % Fonnula: (Revised Amount I Last BCC approved amount)-1 CURRENT COMPLETION DATE (8): SblillIT'~r.n^l COMPlETIml NO.1: QJ;{IQI~I.^l: Q11..24QOQ7 ClIRRlitJT: 91 ~1Qoo:7 SUBSTANTIAL COMPLETION NO. 1A: ORIGINAL: 01/24/2007 CURRENT: 01/3112007 SUBSTANTIAL COMPLETION NO. 1B: ORIGINAL: 01/2412007 CURRENT: 0212312007 SUBSTANTIAL COMPLETION NO. lC: ORIGINAL: 01/2412007 CURRENT: 05/0212007 SUBSTANTIAL COMPLETION NO.2: ORIGINAL: 07/13/2007 CURRENT: 02/12/2008 FINAl COMPLETION: ORIGINAL: 08/12/2007 CURRENT: 03/1312008 Describe the change(s): Cred~ for unused portion of Contract Allowance from Bid Item No.5 for .Upgrades to Membrane Cleaning System-. The Allowance amount was $50.000.00. The amount spent on elements and service connections under this item was $0.00, leaving an unused amount of $50,000.00. Specify the reasons for the change(s) [1 1. Planned or Elective C 2, Unforeseen Conditions ~ 3. Quantity Adjustments C 4, Correction of Errors (Plans, Specifications or Scope of Work)!!!l> 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the changers). Identify all negative impacts to the project if this chenge order were not processed: If th<s change order we'e nol processed, the County would not realize the credit for the unused portion of the allowance amount OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR IJit] Value Added/Unavoldable [1 Value Added/Avoidable r:lNo Value AddedlUnavoldable [1 No Value Added/AvoIdable This change was requested by: n Contractor/Consultant l!!l Owner C Using Department l: CDES C Design Professional r.l Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: rYes iIli . No This form is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ASSOCIA TED WITH THIS CHANGE ORDER. CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM Ie{ PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT#: 05-3879 PROJECT MAtlAGER: H. Pete, Scha~ PMP BIDIRFP #: 05-3879 MOD .: 06-04 PO#: 4500054770 WORK ORDER #: N1A DEPARTMEtlT: Public Utilities CONTRACTORIFIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ 24 373.000.00 (Starting Point) $ 2fHOg133n ~/'O1'9 .oof) DI' (Last Total Amount Approved by the BCC) $ 25.930.319.21 (Including All Changes Prior To This Modification) Current BCC Approved Amount: Current Contract Amount: Change Amount: $ 722.00 Revised ContractlWorl< Order Amount: $ 25.931.041.21 (Including This Change Order) Cumulative Dollar Value of Changes to I this ContractlWork Order: $ 1.558.041.2t Date of Last BCC Approval 10/1112005 Agenda Item # 10G Percentage of the change over/under current contract amount 6.39 % FOJmula: (Revised Amount I Last BCC approved amount)-1 CURRENT COMPLETION DATE IS): SIJBSTANTIAl. COMPblITlON NO. 1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORICINAL: Q1J2112007 ORIGINAL: 01/2412007 ORIGINAL: 01124/2007 ORIGINAL: 01/2412007 ORIGINAL: 0711312007 ORiGINAL: 06112/2007 CURIUiNT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 91'21';m(}7 01/31/2007 02123/2007 0510212007 0211212008 0311312008 Describe the change(s): Materlais and labor to Install steel corner guards at the High Service Pump Station No.2 ,ool-mounted exhaust fans. Specify the reasons for the change(s) n 1. Planned or Elective C 2. Unforeseen Conditions C 3. Quantity Adjustments ~ 4. Correction of Enrors (Plans, Specifications or Scope of Work) r:: 5. Value Added C 6. Schedule Adjustments Note: One or more may be cheeked, depending on the nature of the change(s). Identify all negative impacts to the project If this change order were not processed: The steel comer guards were requi,ed to protect the fan housings from damage caused by the hurricane cable straps. The guards were not called for by the contract specifications or details. This Item resulled In no re-wor1<. If this change order were not processed, the fan housings would be denied by the tension 01 the hurricane cable straps. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR r Value Added/Unavoidable II] Value Added/Avoidable DNo Value Addeiiiihiavoidable n No Value Added/Avoidable This change was requested by: Ii!] Contractor/Consultant C Owner C Using Department C CDES II Design Professional r:l Regulatory Agency (Specify) C other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r' Yes IiIi No This fonn is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ...",..............-_.... ..~._. -~..- --~... ...-- ----- CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM I~ PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Expansion PROJECT #: 05-3879 PROJECT MANAGER: H. Patar Schell. PMP BID/RFP #: 05-3879 MOD #: 06-05 Pot: 4500054770 WORK ORDER #: N/A DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poola and Kent Companv Original Contract Amount: $ 24.373.000.00 (starting Point) Current BCC Approved Amount: $ 21i 100 133.21 ;.4,Y15, 00011. (Last Total Amount Approved by the BCC) Current Contract Amount: $ 25931041.21 (Including All Changes Prior To This Modification) Change Amount: $ 4.667.00 Revised ContractlWork Order Amount: $ 25 935 708.21 (Including 1l1is Change Order) Cumulative Dollar Value of Changes to this ContractlWorl< Order: $ 1.562.70821 Dete of Last BCC Approval 1 0/1112005 Agenda Item # 1Q!e Percentage of the change over/under current contract amount 6.41 % Formula: (Revised Amount 1 Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): l>U8l>T^~1T1/Il COMPLETION NO. 1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAl COMPLETION: ORIGIN!IL: 91 '2112007 ORIGINAL: 01124/2007 ORIGINAL: 0112412007 ORIGINAL: 0112412007 ORIGINAL: 07/1312007 ORIGINAL: 0811212007 CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 91/2~f,lOO7 0113112007 0212312007 05/0212007 0211212008 0311312008 Describe the change(s): Materials and labor to 'epelr the p'e-existing lightning protection system naa, the existing Lime Softening Plant Degasifiers. Specify the reasons for the change(s) [1 1. Planned or Elective ril> 2. Unforeseen Conditions C 3. Quantity Adjustments c: 4. Correction of Errors (Plans. Specifications or Scope of Work) mi:l 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change{s). Identify all negative impacts to the project if this change order were not processed: This contract Includes replacement of the LSP degasmers and extension of the existing lightning protection system to serve the replacement degaslflers. 1l1e existing lightning protection system was discovered to be damaged by unknown causes/events. 1l1e existing system had to be repaired in order for the extended system to function property. It was recommended that the specialty lightning protection subcontractor for contract work perfonn the repai,s to ensure complete system responsibility by one subcontracto,. Had these repairs not been made, the LSP Degaslfie, area would not have functioning lightning protection end ns eleclrlcal and Instrumentation components would be subject to damage from lightning. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR r~ Value Added/Unavoidable !if] Value Added/Avoidable r.:lNo Value Added/Unovoldable n No Value Added/Avoidable This change was requested by: n Contractor/Consultant C Owner :!!E Using Department CeDeS C Design Professional r.:l Regulatory Agency (Specify) C other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: j- Yes !i No This fonm Is to be sloned and dated. SEE SIGNATURE PAGE AT THE END OF AU. CHECKLIST F()RM.<;' CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM If PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05-3879 PROJECT MANAGER: H. Pete, SchaU. PMP BIDIRFP #: 05-3879 MOD #: 06-06 POll': 4500054770 WORK ORDER #: N/A CONTRACTORIFIRM NAME: The Poole and Kent Companv DEPARTMENT: Public UlllitieS Original Contract Amount: $ 24.373.000.00 (Slarting Point) $ ~9.1BS IJ~.Z1 :21-1,.373..000 If- (Last T alai Amount Approved by the BCC) Current BCC Approved Amount: Current Contract Amount: $ 25.935.708.21 (Including All Changes PriorTo This Modification) Change Amount: $ 16.545.00 Revised ContractlWork Order Amount: $ 25.952253.21 (Including This Change Orde,) Cumulative Dollar Value of Changes to this ContractlWork Order: $ 1.579.253.21 Dale of Last BCC Approval 10/11/2005 Agenda Item # 10G Percentage of the change overlunder current contract amount 6.48 % Formula: (Revised Amount 1 Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): S' '8lIT~tlTl,ll.l CmtPLlOTlON tl0. 1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORIGIN.^.l: 01121 '2007 ORIGINAL: 0112412007 ORIGINAL: 0112412007 ORIGINAL: .0112412007 ORIGINAL: 0711312007 ORIGI NAL: 0811212007 ClJRRetIT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 01.Q1r.l007 0113112007 02123/2007 0510212007 0211212008 03113/2008 Describe the change(s): Materiais and labor to compiete an emergency repair to permeate dump and concentrate piping associated with the reverse osmosis treatment units. Specify the reasons for the change{$) n 1. Planned or Elective ~ 2. Unforeseen Conditions r:: 3. Quantity Adjusbnents C 4. Correction of Errors (Plans, Specifications or Scope of WOrk)!liZ 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change($). Identify all negative impacts to the project if this change order were not processed: The RO permeate dump and concentrate piping wes apparently damaged by a surge In operating pressure in the common RO concentrate disposal pipeline to the deep injection wells. The high pressure condition wes apparently caused by a malfunction In pre- existing control Interlocks between the concentrate disposal well valves and the RO treatment unit feed pumps. Both concentrate disposal valves were closed while RO skid feed pumps continued to operate. The Increasing pressure apparently caused a fallura In Ihe permeate dump and concentrate piping near RO treatment unli no. 10. The damaged piping is common to concentrate disposal from all 1 0 reverse osmosis treatment unlls. Had the piping not been repaired through an emergency change order, the entire reverse osmosis treatment process would have remained out of operation: and 1he ,esulting outaga would have reduced plant production and ability to supply adequate volume and pressure to drinking wale' customers. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR . Value Added/Unavoidable r:l Value Added/Avoidable r:INo Value AdciediUnavoldable r:l No Value Added/Avoidable Thi$ change was <<>quested by: r:I Contractor/Consultant T.. OWner l!!. UsIng Department [; CDES [: Design Professional n Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: 1- Yes · No This fonn is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS CONTRACT/WORK ORDER MODIFICATION (9 CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Expansion PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Schall. PMP BIDIRFP #: 05-3879 MOD #: ~ PO#: 4500054770 WORK ORDER #: N/A DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv Original Conlract Amount: $ 24.373.000.00 (Starting PoInt) Current BCC Approved Amount: $ ,2€.16S 133.21- :24. /!/1"3; OM If (last Total Amount Approved by the BCC) Current Contract Amount: $ 25.952.253.21 (Including All Changes P,ior To This Modification) Change Amount: $ 12.560.00 Revised ContractlWork Order Amount: $ 25.964813.21 (Including This Change Orde,) CumulatIve DoUar Value of ChangQl'3 to this ConlractlWork Order: $ 1 591.813.21 Date of Last BCC Approval 1 0111/2005 Agenda ttem # 10G Percentage of lhe change over/under current contract amount 6.53 % Formula: (Revised Amount I Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): SUBllTP,NTI^l COM",lISfION NO. 1: ORIQI~IH: 01121120W CURREtIT: 011211200:7 SUBSTANTIAL COMPLETION NO. 1A: ORIGINAL: 01/24/2007 CURRENT: 01/3112007 SUBSTANTIAL COMPLETION NO.1 s: ORIGINAL: 01/24/2007 CURRENT: 0212312007 SUBSTANTIAL COMPLETION NO.1 C: ORIGINAL: 01124/2007 CURRENT: 05/0212007 SUBSTANTIAL COMPLETION NO.2: ORIGINAL: 07/1312007 CURRENT: 0211212008 FINAL COMPLETION: ORIGINAL: 08/1212007 CURRENT: 03/13/2008 Describe the change(s): Matenals and labor to Install protective electricalflnstrumentation control interlocks between (a) the RO treatment units and the two pre-existing concentrate disposal well discharge valves; and (b) between the RO treatment unlls and the influent degasifier permeate Isolation valves. Inte,locks in "a' consist of modifications to motorized valve operator configuration, a new concentrate heade, pressure switch, and interlock programming at PlC-1. Interlocks in "b" r6Quired programming from existing permeate pressure transmitter PIT -400 and interlock programming at PlC-l. Detailed scope is included In Work Diractlve No. 52. Specify the reasons for the change(s) n 1. Planned or Elective C 2. Unforeseen Conditions .~ .... 3. Quantity Adjustments G 4. Correction of Errors (Plans, Specifications or Scope of Work) ~ 5. Value Added C 6. Schedule AdJU$tments Note: One or more may be checked, depending on the nature of the change{s). Identify all negative impacts to the project If this change order were not processed: The proposed work will provide interlocks between discherge isolation valves on permeate and concentrate diScharge headers from the R.O. Skids 1 through 10. These Interlocks will prevent over-pressure condition in bOth piping headers and prevent inadvertent damage to piping and skid components caused by those potential high pressure conditions. As such, this item is e value-added betterment to a pre-exlsting condition for the sustainabUity of the sldds/piping. If the change order were not processad, there would bea n.k of over- pressure in either pipeline that could result in damege to piping and/or equipment that could require the RO treatment process to be out of ooeration. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR D Value Added/Unavoidable ill Value Added/Avoidable nNo Value Added/Unavoidable n No Value Added/Avoidable This change was requested by: U ContractXlr/Consultent C Owner II!. Using Deparbnent [; CDES C Design Professional n Regulatory Agency (Specify) ~ Other (Specify) ... .. No CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: l Yes This form Is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ~ - - ~ -. - --- "- ---- - -- -- ~ - - - - . - ~ - - ~ - -- - CONTRACTiWORK ORDER MODIFICATION CHECKLIST FORM I h PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05-367~ PROJECT MANAGER: H. Peter Schall. PMP MOD #: 06-08 PQ#, 4500054770 WORK ORDER #: NIA BID/RFP #: 05-3879 DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ 24.373.000.00 (starting Point) $ .:;lll.189.16a.21 t2..q,"b7 '3, oO() ljI' (Last Total Amount Approved by the BCC) $ 25 964 813.21 (Including All Changes Prior To This Modification) Current BCC Approved Amount: Current Contract Amount: Change Amount: $ 21.781.00 Revised ContracllWOft< Order Amount: $ 25 988594.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContracllWork Order: $ 1,613.594.21 Date of Last acc Approval 10/11/2005 Agenda Item # 10G Percentage of the change over/under current contract amount~ % Formula: (Revised Amount / last BCC approved amount)-1 CURRENT COMPLETION DATE (S): SUIlSTJlNTlPl COMPU.TION NO.1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO.1B: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORICiN.^.b: Q11:11 Q4)Q1 ORIGINAL: 01/2412007 ORIGINAL: 01/24/2007 ORIGINAL: 01124/2007 ORIGINAL: 0711312007 ORIGINAL: 0811212007 ClJvH~I!~IT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: Q1,1211:10Q7 01131/2007 02123/2007 0510212007 0211212008 03/1312008 Describe the change(s): Materials for upgraded self-priming sump pumps in the RO process building drainage trench. Specify the reasons for the change(s) r:J 1, Planned or Elective C 2. Unfore~n Conditions C 3. Quantity Adjustments C 4. Correction of Errors (Plans, Specifications or Scope of Worit) IElf 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative Impacts to the project if this change order were not processed: County plant staff determined that the sump pumps initially installed In the RO building drainage trench were not robust enough for the application. Therefore, heavy duty Industrial sump pumps were selected. This change orde, lIem compensates the Contractor for the cost of the upgraded pumps. If this change order were not processed, plant staff concluded that they would be required to perform frequent maintenance on the previous sump pumps. As such, this ~em Is a value-added improvement to increase ,eliability and reduce equipment down-time for maintenance. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR r] Value Added/Unavoidable III Value Added/Avoidable nNo Value Added/Uoavoldable n No Value Added/Avoidable This change was requested by: n Contractor/Consultant C Owner III Using Department r: CDES r: Design Professional n Regulalory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Ves .. No This form is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ^<::~r"Jr''''T,:::n IIVITI-J "'LSI~ I"'U^""~J: nDnll:'D I i. CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWT? 12-MGD Reverse Osmosis Exoanslon PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Schall. PMP BID/RFP #: 05-3879 MOD II: 06-09 POI: 4500054770 WORK ORDER II: NIA DEPARTMENT: Public utilities CONTRACTORIFIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ 24.373.000.00 (starting Point) ?A.nn <OJ ~1- .a.</,'!J13 .Opt> ~ (Last Total Amount Approved by the aCC) Current BeC Approved Amount: $ Current Contract Amount: $ 25.986.594.21 (Including All Changes Plio, To This MoMicatior) 3.372.00 Change Amount: $ Revised ContractlWork Order Amount: $ 25989966.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractIWork order: $ 1.616.966.21 Date of Last BCC Approvol1 0/11/2005 Agenda Item # 10G Percentage of tha change over/under current contract omount~% Formula: (Revised Amount I Last BCC approved amount).1 CURRENT COMPLEllON DATE (S): SUBST^~ITI'" C0I1PlETlmJ NO.1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETION NO.1 C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORIl~INAL: 91/211;1007 ORIGINAL: 01/24/2007 ORIGINAL: 01/24/2007 ORIGINAL: 01/24/2007 ORIGINAL: 07/13/2007 ORIGINAL: 0811212007 CURRriNT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 91121 QOO7 0113112007 0212312007 0510212007 0211212006 03113/2006 Describe the change{s): Materlals and labor to replace I to P converters for Lime SOftening Plant rute, valve controls with new units. This ttam was partially compensated unde, a contract allowance account for electro-mechanical upgrades required to Implement SCADA control integration for existing lime soflening plant facilities. Howeve" the allowance account of $50,000.00 was partially exceeded by this item. Of the tolal cost for this lIem of $12,741.00, $9,36Q.OO will be compensated through the contract allowance and the remaining $3.372.00 will be compensated by this change order. Specify the reasons for the change(s) lil 1. Planned or Elective :::: 2. Unforeseen Conditions r:: 3. Quantity Adjustments ~ 4. Correction of Errors (Plans, SpecIfications or Scope of Work) lli 5. Value Added r::; 6. Schedule Adjustments Note: One or more may be checked, dependIng on the nature of the change{s). Identify all negative impacts to the project If this change order were not processed: The I to P converters are 20+ years old and have reached the end of thei, useful service life. This was recognized durlng design and accounted for In the development of the $50,000 SCADA allowance account referenced above. The cost of other items compensated by the allowance account (position switChes and solenoid valves associated with the LSP filter controls upgrede) was hi9her than projected and caused that acoount to be exceeded by this item. If this change order were not prooessed, I to P converters would continue to degrade and the LSP fitter becl<wash controls would not function property. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR [] Value Added/Unavoidable Ii!) Value Added/Avoidable nNo Val... Add;diUr.avoldable n No Val ue AddedJAvoldable This change was requested by: Contractor/Consultant Using Department COES I:: Design Professional r.J Regulatory Agency (Specify) G Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Yes r No ThIs form is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS M____.~___ __..___ ___._ _.._".__ _____ CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05-3879 PROJECT MANAGER: H. Peter SchalL PMP B1DIRFP II: 05-3879 MOD II: 08-10 PQ#: 4500054770 WORK ORDER II: NIA DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The poole and Kent Comoanv Original Contract Amount: $ 24.373.000.00 (Starting Point) $ ?RAng.133.21 t;J...f,373,DDOV' (Last Total Amount Approved by the BCG) $ 25.989.966.21 (Including NI Changes Prior To This Modification) Current BCC Approved Amount: Current Contract Amount: Change Amount: $ 0.00 Revised ContractlWork Order Amount: $ 25989.966.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractJWork Order: $ 1.616.966.21 Dale of Last BCC Approval 10/11/2005 Agenda Item # 1Ql;! Percentage of the change over/under current contract amount 6.63 % Fonnula: (Revised Amount I Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): SU91l-T^NTI.^L CO/1PLETION liD. 1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO.1B: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORIGINAL: 01(,14.'2007 ORIGINAL: 011.2412007 ORIGINAL: 011.2412007 ORIGINAL: 01/2412007 ORIGINAL: 07/13/2007 ORIGINAL: 0811212007 CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 01~1t;1007 01/31/2007 0212312007 0510212007 02112/2008 03/1312008 Describe the change(s): Materials and labor to replace valve position switches for Lime Softening Plant litter valve controls with new units. This item was compensated under a contract allowance account for electro-mechanical upgrades required to implement SCADA control integration for exlsting lime softening plent facilities. Therefore, the total cost for this item of $40,631.00 will be compensated through the contract aUowance and thIs will be a "zero~co5t" change order item. Specify the reasons for the change(s) ~ 1. Planned or Elective C 2. Unforeseen Conditions r::: 3_ Quantity Adjustments C 4. Correctlon of Errors (Plans, Specifications or Scope of Work) ~ 5. Value Added r:: 6, Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Idenlify all negative Impacts to the project If this change order were not processed: The valve position switches and solenoid valves am 20+ years old and have reached the end of their useful service life. This was recognized during design end accounted for In the development of the $50,000 SCADA allowance account mferenced above. If this "'zero-<:ost" change order were not processed, the poor condition of the existing switches and solenoid valves would not allow the LSP tiller backwash controls to function at all. lOPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR l!li] Value Addad/Avoldable nNo Value AdifeiiiUiiavoldable t] Value AddedlUnsvoldsble r:l No Value Added/Avoldable This change was requested by: n Contractor/Consultanl c: Owner !Iii Using Department C CDES I:::: Design Professional n Regulatory Agency (Specify) r::: Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Yes ~ No This form is to be aloned and datA<!. SEE SIGNATURE PAGE AT THE END OF All. CHFCKII!';T 1=ORM.<: I k CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05-3879 PROJECT MANAGER: H. Pete, SchaK. PMP BID/RFP': 05-3879 MOD II: 06-11 POll: 4500054770 WORK ORDER II: N1A DEPARTMENT: Public utilities CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ 24373000.00 (Starting Point) $ .,~ 100 13a.2r.:Lt.f, ?/13, OOOIlP (Last Totel Amount Approved by the BCC) Current BCC Approved Amount: Current Contract Amount: $ 25.969.966.21 (Including All Changes Prior To This Modification) Change Amount: $ 13.236.00 Revised ContractlWork Order Amount: $ 26003202.21 (Including This Change Order) CumuiaUve Dollar Value 01 Changes to this ContracltWork Order: $ 1.630.202.21 Date of Last BCC Approval 1 0/1112005 Agenda Item # 10G Percentage of the change over/under current contract amount~% Formula: (Revised Amount / Last BCC approved amount)-1 CURRENT COMPLETION DATE (5): SUIlSTANTIAl. COMPLEl'ION ~jO. 1: SUBSTANTIAL COMPLETION NO. lA: SUBSTANTIAL COMPLETION NO.1 B: SUBSTANTIAL COMPLETION NO.1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORIGINIIL: 91124/2007 ORIGINAL: 01124/2007 ORIGINAL: 0112412007 ORIGINAL: 01124/2007 ORIGINAL: 07/1312007 ORIGINAL: 0811212007 CYRRiNT CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: Q1t1:1WJlJ7- 01/31/2007 0212312007 0510212007 0211212008 0311312008 Describe the change(s): Materials and labor to instaB a new motorized actuator set for an existing C02 feed system valve so that It can be automatically cont,olled from the plant's SCADA system. Specify the reasons for the change(s) rn:J 1. Planned or Elective C 2. Unforeseen Conditions c: 3. Quantity Adjustments c: 4_ Correction of Errors (Plans, Specifications or Scope 01 Work) ~ 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on ths nature of the change(s). IdentIfy all negative impacts to the project if this change order were not processed: The motorized valve actuator allows automatic feed of CO2 to the LSP ,eca,bonation basin. Automation of this feed system is designed to match feed rate to demand more efficiently and reduce C02 consumption. Originally this ltem was to be compensated through a contract allowance account for electro-mechanical Items essociated with Lime Softening Plant SCADA upgrades. However, that account was expended by replacement of valve position switches and I to P signal converters required fo, automation of 1I1e LSP flKer backwash controls. As a resu~ compensation fo, this Item is included in this change orde,. If this chenge order were not processed, there would be no automatic controls for feeding C02 to the recart>onation basins. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR Value Added/Unavoidable ~ Value Added/Avoldeble r'.lNo Value Addediiiiiavoldable n No Value Added/Avoldable This change was requested by: n Contractor/Consultant r; Owner S Using Department C CDES C Design Professional n Regulatory Agency {Specify) r; Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r.' Yes !\IJ No This form Is to bA ~IDned And dAt..d. SEE' SIGNATURE PAGE AT THE END OF All CUFCKIJ.<:T t=ORM.<: CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM II. PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT It. 05-3879 PROJECT MANAGER: H. Peter Schan. PMP BID/RFP #: 05-3879 MOD #: (J6..12 PO#: 4500054770 WORK ORDER #: N/A DEPARTMENT: Public UffUtles CONTRACTORIFIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ 24.373.000.00 (Starting Point) $ .2Il 16S. ,,,,,.2'f" ,,2...,ft 813 J)CJD II (Last Total Amount Approved by the acc) $ 26 003 202.21 (Including All Changes Prio, To This Modlflcaffon) $ 17055.00 Current BCC Appro".d Amount: Current Contr8cl Amount: Change Amount: Revised ConlracllWork Order Amount: $ 26.020.257.21 (Including This Change Order) I Cumulative Doltar Value of Changes 10 this ContracllWor1< Order: $ I 1 647.25721 Date of Lll$t BCC Approval 10/11/2005 Agenda Item # 10G Percentage of the change o".r/under current contract amount 6.76 % Fonnula: (Revised Amounll Lasl BCC approved amount)-1 CURRENT COMPLETION DATE (5): SLJ~ST^~ITI'L COMPLETION ~IO l' SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. lB: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORIGI~J\b: 91,(/10097 ORIGtNAL: 01/24/2007 ORIGINAL: 01/24/2007 ORIGINAL: 01/2412007 ORIGINAL: 07/13/2007 ORIGINAL: 0811212007 C' 'RRENT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 91/21!2097 01/31/2007 02/23/2007 0510212007 02112/2008 03/13/2008 Describe the change(s): Materials and labor to instaU a new pH analyzer for Ume Reactor No.1. Specify the reasons for the change(s)!'!!l 1. Planned or Elective r:: 2. Unforeseen Conditions r:: 3. Quantity Adjustments r:: 4. Correction of Errors (Plans, Specifications or Scope of Work) r5 5. Value Added r:: 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change{s). Identify all negative impacts to the project if this change order were not processed: PH analyzers are being Installed at each of the County's three lime reactors so that monitoring of ph and control of line dosage to maintain the desired ph can be controlled through the plant SCADA system. Analyzers for Lime Reactors Nos. 2 and 3 were included In this base contract The analyzer for Lime Reactor NO.1 was included in a separate contra.ct that was scheduled lor Year 2009 that would demolish and repiace Lime Reactor No. 1. That project has now been delerred lor at least 8-10 years due to revenue constraints. Since Lime Reactor No.1 will remain lor atleest 8-10 years, the analyzer will be installed now for automated control benefitS described above. If this change order were not processed, plant staff would not be able to automaffcally control ph and lime dosing for Lime Reactor No.1 through the SCADA system. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR n Val.... AddedlUnevoldable ~ Value Added/Avoldable nNo Value ~avoldable n No Value Added/Avoidable This change was requested by: n Contractor/Consultant C Owner ~ Using Department r: CDeS C Design Professional n Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: ryes /fP No This fonn is to be slaned and dated. SEE SIGNATURE PAGE AT THE END OF ALL CH1=CKII.<:r FOt>M!>. GONTRAGTIWORK ORDER MODIFICATION CHECKLIST FORM I IV) PROJECT NAME: SCRWTP 12-MGO Reverse Osmosis Exilansion PROJECT It 05-3879 PROJECT MANAGER: H. Peter Scha~ PMP BIDJRFP N: 05-3879 MOD #: 06-13 POll: 4500054770 WORK ORDER II: N/A DEPARTMENT: Public Utilmes CONTRACTORJFIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ Current BCC Approved Amount: $ 24.373.000.00 (Starting Point) 28 186.133:"21 .f2,.<<lb'1'3,()t)b~ (Last Total Amount Approved by the BCC) 2il 020 257.21 (Including All Changes Prior To This Modification) 2.443.00 Current Contract Amount: $ Change Amount: $ Revised ContractJWorl< Order Amount: $ 26.022.700.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractJWorl< Order: $ 1.649.700.21 Date of Laat BCC Approval 10/11/2005 Agenda Item # .1QQ Percentage of the change over/under current contract amount 6.77 % Formula: (Revised Amount /Las! BCe approved amount)-1 CURRENT COMPLEnON DATE (5): SY88TA'm^b. CmlPLETION NO.1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETlON NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETlON: QRICltJ ,,: 01.'2112007 ORIGINAL: 01124/2007 ORIGINAl: 01/24/2007 ORIGINAL: 01/2412007 ORIGINAL: 07/131'2007 ORIGINAL: 0811212007 CIJRRENT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: Q11;l1tolOO7 01/3112007 02/2312007 0510212007 02/1212008 03/131'2008 Describe the change(s): Materials and labor to install new manual backdraft dampers for the RO Building Switchgear Room HVAC system. Specify the reasons for the change(s) n 1. Planned or Elective C 2. Unforeseen Conditions C 3. Quantity Adjustments r.: 4. Correction of Errors (Plans, Specifications or Scope of Wol1k) ID 5. Value Added r: 6. Schlldule Adjustments Note: One or more may be checked. depending on the nature of the change(s). Identify all negative Impacts to the project If this change order were not processlld: Back-dratt dampers are required to allow the air handling portion of the new HVAC system to function without reverse air flow. The back-draft dampers were InadvertenUy omitted from the original HVAC system drawings. No re-work Is required for this item. If.this change order were not processed, the HVAC system Yf'Ould not function property due to the potential for reverse airflow. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR rJ Value Added/Unavoldable Iiiil Value Added/Avoidable nNo Value AddedlUnavoldable n No Vaiue Added/Avoidable This change was requested by: Ii] Contractor/Consultant C Owner C Using Department [: CDES 1'it00slgn Professional r::I Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATlgN IN NEGOTIATIONS: f- Yes ilfIl No This fonm Is to be signed and dated. SEE S/GrIATURE PAGE AT THE END OF ALL CHECKLIST FORMS Il.c'<""""""'.__," ..s,...... .......... ,.,....._.- ..........."........ CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM Ih. PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT#: 05-3879 PROJECT MANAGER: H. Peter Schall. PMP BIDIRFP #: 05.3879 MOD #: 06-14 PQ#: 4500054770 WORK ORDER #: NIA DEPARTMENT: Public UtilWes CONTRACTOR/FIRM NAME: The Poole ana Kent Comoanv Orlginal Contract Amount: $ 24.373.000.00 (Starting Point) - /IV -"1,1'1. OOop/.- $ .-2i:4v1:1.1;i;J.21 OC,I,V"J, (LastTotal Amount Approved by tile BCC) $ 26.022.700.21 (Including All Changes Prio, To this Modification) Current BeC Approved Amount: Current Contract Amount: Change Amount: $ 5.097.00 Revised ContractlWort< Order Amount: $ 26.027.797.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractlWork Order: $ 1 654 797.21 Date of Last BeC Approval tO/1112005 Agenda Item # lOG Percentage of the change over/under current contract amount 6.79 % Formula: (Revised Amount I Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): S' 'BST^NTI^l COP~PlHION ~IO. l' SUBSTANTIAL COMPLETION NO. 1A' SUBSTANTIAL COMPLETION NO.1 B: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: O~IGI~I"l: 91121'~ ORIGINAL: 01/24/2007 ORIGI NAL: 01/2412007 ORIGINAL: 01/24/2007 ORIGINAL: 07/13/2007 ORIGINAL: 0811212007 CL'I'1Re:~IT' CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: Q1 !;21~QQ7 01/3112007 02123/2007 05/0212007 0211212008 03/13/2008 Describe the change{s): Materiais and labor to add controls and related PlC programming to Implement Florida Power and Light Load Management Control for the SCRWTP Reverse Osmosis electrical power service In accordance with the following revised contract drawings and specifications [attached): . New and revised Control Strategies and 1/0 signals shown on Specification Pages 17920-16, 17920-<37 and 17940-49, all marked "CONSTRUCTION REVISION 09..Q5..Q6". . All additions and changes marked "Revision 3" dated 8.31-06 on attached Contract Drawing 216. Specify the reasons for the change{s) n 1. Planned or ElectiV'e c: 2. Unforeseen Conditions C 3. Quantity Adjustments C 4. Correction of Errors (Plans, Specifications or Scope of Work) fill 5. Value Added r:: 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change{s). Identify all negative impacts to the project if this change order were not processed: The County has negotiated wlth FPL to switch their most cost.effective electrical power rate, known as "CILC', from the Lime Softening Plant elech1cal service to the Reverse Osmosis electrical sel"ViCe. Since the Reverse Osmosis service Is projected to consume slgnifrcanUy more powe' than the LSP service, tha lower CllC rate wi" save the County approxlmatoty $10,000 per month In energy costs based on currant consumption. Therefore, this chenge results in 8 large annual cost savings over the life of the facilities and is a value added lIem. II this cha e were not the Coo would not realize tilese monthl ena cost savl s. OP5 TRACK CATEGORlE5: MUST PICK ONLY ONE OF FOUR ['] Value Added/Unavoidable III Value Added/Avoidable [1No Value AddiidlUiiavoldable [1 No Val.... Added/Avoidable This change was requested by: Contractor/Consultant Using Department CDES C Design Professional [1 Regulatory Agency (5peclfy) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: .. Yes r No This form Is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS I o. CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Expansion PROJECT #: 05-3679 PROJECT MANAGER: H. Peter Schall. PMP BIDlRFP #: 05-3879 MOD #: 06-15 PO#: 4500054770 WORK ORDER #: N/A DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole end Kent Company Original Contract Amount: $ 24373 000.00 (Starting Point) $ ?R 'G9.13~.2r j..<{,31'? dDi!fj> (Last Tolal Amount Approved by the BCC) $ 26.027.797.21 (Including All Changes PnorTo This Modification) $ -ll5.447.oo Current BCC Approved Amount: CUlT8nt Contract Amount: Change Amount: Revised ContractlWorl< Onter Amount: $ 25.942 350.21 (Including this Change Order) Cumulati". Dollar Value of Changes to this ConlractlWork Order: $ 1.569.350.21 Date of Last BCC Approval 10/11/2005 Agenda Item # 1QQ Percentage of the change over/under current contract amount 6.44 % Formula: (Revised Amount I Last BCC approved amount)-1 CURRENT COMPLETION DATE (8): SUBST~.NTI.'L COMPLETIO~J ~IO. t: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETION NO.1 C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORIOIN~.L: Q1!:1112G07 ORIGINAL: 01/24/2007 ORIGINAL: 01/24/2007 ORIGINAL' 01/2412007 ORIGINAL, 07/1312007 ORIGINAL: 0811212007 CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: Q1121/2007 01/3112007 02/2312007 0510212007 0211212008 03/1312008 Describe the change(s): This item is for a credit to the contract 10' the unused portion of the not-to-exceed amount from Change Orde, Item No. 3-02 10' "Extension of 36" Finished Water Force Main". The not-to-exceed amount was $814,420.00. The amount actually spent on this work was $728,973.00, leaving an unused amount of $85,447.00. The 36~nch finished water main conveys treated water f,om High Service Pump Station No.2 to the wate' dis1rlbutlon system. During projact bidding, the County was negotiating easements through the CityGate PUD fo, the finished water piping from the SCRWTP boundary to the point-<Jf-connection near County Road 951. Specify the reasons for the change(s) r1 1. Planned or Elective C 2. Unforeseen Conditions [iil 3. Quantity Adjustments D 4. Correction of Errors (Plans, Specifications or Scope of Work) C 5. Value Added ! . 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: This item reconciles Ihe final amount paid to the vaiue of actual work perfonned. If the credit were not taken to balance the allowance account, the County wculd be paying $85.447.00 of additional costs without receiving any corresponding value. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR n Value AddedlUnsvoidable li} Value Added/Avoidable r:lNo Value AddiKiiilnavoldable r:l No Value Added/Avoidable I This change was requested by: Ili!l Contraetor/Consultant C Owner C Using Department C CDES IE Design Professional n Regulatory Agency (Specify) C other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: ryes .. No Thlc fftl"n\ III fn hD .Inn.... sanli rf"".rl ~;:1= _<:'J~M..1TIJI?1= pllr:;,::- liT -ru~ J=ltJn /')1= .0.11 ~UF=r.KJ f_f:T t:n~M.~ CONTRACTIWORK ORDER MODIFICATION If CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis EXDanslon PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Schall. PMP BID/RFP N: 05-3879 MOD#: 06-16 POI: 4500054770 WORK ORDER #: N/A DEPARTMENT: Public Utilities CONTRACTORIFIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ 24.373.000.00 (Starting Point) Current BCC Approved Amount: $ 2R Ann .133.2'1 oV{,313 ,0 t)1> 'tf- "\Last Total Amount Approved by the BCC) Current Contract Amount: $ 25942 350.21 (Including All Changes Prior To This Modification) Change Amount: $ 0.00 Revised ContractlWork Order Amount: $ 25.942350.21 (Including This Change Order) Cumulative Dollar Value of Changes to this COntractlWork Order: $ 1.569.350.21 Date of Last BCC Approval 1011112005 Agenda 118m # .1Q2. Percentage of the change over/under current contract amount~% Formula: (Revised Amount / Last BCC approved amount).' CURRENT COMPleTION DATE (5): SU8ST!>'NTIAb COMPUITlml ~IO. 1: ORIGINJ"b: Q1/24/2OO7 CURRIi~IT: Q1/24!2001' SUBSTANTIAL COMPLETION NO. 1A; ORIGINAL: 01/24/2007 CURRENT: 01/31/2007 SUBSTANTIAL COMPLETION NO. 18: ORIGINAL: 01/24/2007 CURRENT: 0212312007 SUBSTANTIAL COMPLETION NO. 1C: ORIGINAL: 0112412007 CURRENT: 05/0212007 SUBSTANTIAL COMPLETION NO.2: ORIGINAL: 07113/2007 CURRENT: Q2f12l2ll98 3/27/2008 FINAL COMPLETION: ORIGINAL: 08/12/2007 CURRENT: 93'13'20006/30/2008 Describe the change{s): Additional contract time for Substantial Completion and NO.2 and Final Completion deadlines per the ,evised dates shown above In .Current Completion Oate{s):". Specify the reasons for the change(s) [l 1. Planned or Elective r: 2. Unforeseen Conditions r: 3. Quantity Adjustments C 4. Correction of ErTOrs (Plans, Specifications or Scope of Work) c: 5. Value Added ~ 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative Impacts to the project ifthls change order were not processed: T~e additional time was requested by the Contractor In ordar to complete the following additional work lIems requested by the County: . HVAC Upgrades to the RO Building Elactrical Switchgear Room . Protective Inlarkx:ks between the RO Feed Pumps, concentrate disposal valves end degasifier inlet (permeate) valves . Addition of pH analyzer at Lime Reector NO.1 The EnQlneer has reviewed the Contractor's change order impact schedule that reflects these IIams and agreas that the requested tima extensions are due to impacts to the schedule's criticai path for raasons beyond the Contractor's control (extra work), and that the requested time Is felr and reasonable. ff this change order ware not processed, the Contractor would not be fairly compensated for additional time required to complete County;equasted addlUonal work. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR n Value AddedlUnavoidable n Value Addad/Avoldable r:lNo Value AddadJUnavoldable I!l!l No Value Added/Avoidable This change was requeeted by: I!il Contractor/Consultant C OWner ~ Using Department (:;; CDES r: Design Professional r'l Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: ryes " No This form is 10 be slaned and daled. SEE SIGNA TURE PAGE A T THE END OF ALL CHECKL/ST FORMS CONTRACTIWORK ORDER MODIFICATION Iq CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Expansion PROJECT It. 05-3879 PROJECT MANAGER: H_ Peter SohalL PMP BID/RFP II: 05-3879 MOD#: 06-17 PO#: 4500054770 WORK ORDER II: NIA DEPARTMENT: Public Utilities CONTRACTORIFIRM NAME: The Poole and Kant Comoanv Or1glnal Contract Amount: $ 24.373.000.00 (Starting Point) ~/87g,l>/)O~ Current BCC Approved Amount: $ ~li 199.13~.21 (Last Total Amount Approved by the BCG) Current Contrect Amount: $ 25942.350.21 (Including All Changes Prior To This Modification) Change Amount: $ 5.235.00 Revised ContractJWork Order Amount: $ 25.947.58S_21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContrectlWork Order: $ 1.574.58S.21 Date of Last BCC Approva110111/200S Agenda Item # 10G Percentage of the change over/under current contrect amount 6.46 % Formula: (Revised Amount I last BCC approved amount)-1 CURRENT COMPLETION DATE (S): SlJQST"~ITI'.l COMPLiiTlml NO. 1: ORICINAL' Q11:14!2oo7 CURR,"~IT: 91/21,';2007 SUBSTANTIAL COMPLETION NO. 1A: ORIGINAL: 01/24/2007 CURRENT: 01/31/2007 SUBSTANTIAL COMPLETION NO.1 B: ORIGINAL: 01/24/2007 CURRENT: 0212312007 SUBSTANTIAL COMPLETION NO. 1C: ORIGINAL: 01/24/2007 CUR~ENT: 0510212007 SUBSTANTIAL COMPLEllON NO.2: ORIGINAL: 07/1312007 CURRENT: ll2I1212OO8312712G08 FINAL COMPLETION: ORIGINAL: 08112/2007 CURRENT: 03 '13r,wQ8 6130/2008 Describe the change(s): Replacement 01 local "Panel View" human-rnachlne-Interface touch screen control panel 10' Reverse Osmosis T,eatment Skid No. 10. Specify the reasons for the change(s) n 1. Planned or Ele<:tive ~ 2. Unforeseen Conditions C 3. Quantity Adjustments C 4. Correction of Errors (Plans, Specifications or Scope of Work) C 5. Value Added C 6. SChedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project If this change order were not processed: The local touch screen panel installed under the original contract was exposed to water due to a failure of the common revel'Se osmosis concentrate pipeline installed on a previous contract The pipeline failure was due to events not related to the Contractors' wor1<. Had the aocass doo, to the local panel boon completely closed and latched, it Is likely that the touch screen would not have been exposed to water from the pipeline lallura. It is uncleer whether the local control panel door was left unlatched by Contracto, 0' County personnel. The County and Contractor have agreed to split the total Panel View replacement cost 01 $10,470.00. As a ,asult, the Contracto' will ,epiace the touch screen and the County will reimburse the Contractor for the County's share by processing this change ortle' lor $5.235.00. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR rJ Value Added/Unavoidable lIl!l Value Added/Avoidable nNo Value AdiiiiiiiiJnavoldable r:J No Value Added/Avoidable This change was requested by: iiIil Contractor/Consultant l,; Owner l!!!I Using Department [; COES II'il Design Professional n Regulatory Agency (Specify) C Other (SpeCify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: rYes ~ - . No T~I_ "-_ ;_ ._ ...... ...1_......... .......... ...~... ccr:: CI~AJ""'IlP':::: PAnt:: J\"T" rut:: 1=Aln ru::: AI' r>-u;:=roSt', ,<:-r J:"nDJ'I.I~ fr. CONTRACTiWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Soh.lt PMP BIDIRFP #: ~ MOD #: 06-18 POll: 4500054770 WORK ORDER #: NIA DEPARTMENT: Public Utilities CONTRACTORIFIRM NAME: The Poole and Kent Comoanv -c- Original Cont....ct Amount: $ Current BCC Approved Amount: $ 24.373.000.00 (Starting Point) .:lll. 18B. l:l:l.:il .2-'-I,31'3,6Dt)vP- (Last Total Amount Approved by the BCC) 25 947 585.21 (Including All Changes Prior ToThis Modification) 11321.00 Current Conlract Amount: $ Change Amount: $ Revised ConlractlWDfl< Order Amount: $ 25.958.906.21 (Including This Change Orde,) Cumulative Dollar Value of Changes to this ContractlWork Order: $ 1 585 906.21 Date of Last BCC Approval 10/1112005 Agenda Item # 10G Percentage of the change over/under current contract amount 6.51 '10 Fonnula: (Revised Amount 1 Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): SIJ8ilTA'ITI^I.COMPbHIQN NO.1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO.1B: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORICI~lJll: lW.21!:lOQ7 ORIGINAL: 01/2412007 ORIGINAL: 01/2412007 ORIGINAL: 01/24/2007 ORIGINAL: 0711312007 ORIGINAL: 0811212007 CIJRRE~IT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 91!21/,2007 01/31/2007 0212312007 05102/2007 02I1:l!20083/2712008 QJ '1 J <:<998 6/3012008 Describe the change{s): Materials and "borfor additional roadway paving at miscellaneous areas throughout the SCRWTP. Specify the reasons for the change(s) r::l 1. Planned or Elective li'5 2. Unforeseen Conditions C 3_ Quantity Adjustments r:::: 4. Correction of Errors (Plans, Specifications or Scope of Work) r::: 5. Value Added r; 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change{s). Identify all negative impacts to the project If this change order were not processed: The addKlonal roadway paving was performad by the Contracto, as a form of compensation to the County for expenses incurred by the County to address an uncontrolled release of caustic (sodium hydroxide) Into the wastewater collection system due to the Contractor's pelSOl1nel accidentally opening a chemical d,ain valve at the new SCRWTP RO Odo, Control chemical pumping system. The total amount of County expenses related to the caustic release was $22,209.00. The loIal value of roedway paving wes $33,530.00. Therefore, this change order compensates the Contractor for the value of paving in excess of the caustic release compensation, I.e., $33,530.00 - 22,209.00 = $11,321.00. lOPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR n Value Added/Unavoidable lIiI!l Value Added/Avoidable nNo Value AdCi8ciiiinavoidable n No Value Added/Avoidable This change was requested by: M Contractor/Consultant l!!l Owner c: Using Department C COES C Design Professional r:l Regulatory Agency (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: C Other (Specify) rYes f!l!>No Thl.lll' f,...,." 10 +.... h.a. ..i.............. ....,.. .......AI'I ~~J:;: C:/~ItJ~TIIOr= D"r.:~ liT TUr= I=Mn rlt:: /,;1 I r-UCf"'Vl tc'T- t::nD1Uf~ Is CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05-3879 PROJECT MANAGER: H Peler Schalt PMP BID/RFP #: 05-3879 MOD .: 06-19 POIi: 4500054770 WORK ORDER II: N/A DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Company OrIginal Contract Amount: $ Cunem BCC Approved Amount: $ 24.373.000.00 (startin9 Point) ?~ ,no m.2"t tJ-'-f, 815,o~iJ "'f (Last Total Amount Approved by the BCC) 25958.906.21 (Including All Changes Poor To This Modification) 47.860.00 Current Contract Amount $ Change Amount: $ Revised ContractlWork Order Amount: $ 28.006.766.21 (Including This Change Orne,) $ 1.633.76621 Date of Last BCC Approval 1011112005 Agenda Item # 10G Percentage of the change over/undercurrent contract amount 6.70 Ofo Fonnula: (Revised Amount I Last BCC approved amount)-l CURRENT COMPLETION DATE (S): S' 'IlST!\NTI ~L COMPLiOTlON .,0. 1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 16: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORICIWL: 91QHI9117 ORIGINAL: 0112412007 ORIGINAL: 0112412007 ORIGINAL: 0112412007 ORIGI NAL: 0711312007 ORIGINAL: D8112/2oo7 ClJn~~JT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 0112112007 01/3112007 0212312007 0510212007 0211212009 3/27/2008 9./1~a 6130/2008 Describe the change(s): Supply, install and wire valve position switches on manual valves for RO Skid Nos. 5 through 10. Specify the reasons for the change{s) fJ 1. Planned or Elective c: 2. Unforeseen Conditions t:: 3. Quantity Adjustments ~ 4. Correction of Errors (Plans, Specifications or Scope of Work) ~ 5. Value Added r: 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). identify all negative Impacts to the project If this change order were not processed: The position switches for RO skid manual valves are required to report whether critical manual valves at each RO skid are opened or closed. Open end/or dosed valve position Indication Is monitored by the skid SCADA controls end serves as safety inte~ockin9 to prevent skids from operating ~ these valves are not all in the prapo' posmon. The requirement for the position switches was noted on Contract Instrumentation Drawin9 No. 213, but was not included in the contract specifications in either the RO skid equipment section or the velve sections. As e result, the Contractor did not Include these costs In his original bid. This work was perfunned under Work Directive No. 15 at no additional cost and the Contracto, submitted a claim to, compensation. During project closeout, 4 claim requests were ,eviewed. Under negotiations between the Contractor, County and Engineer, It was mutually agreed tf1at the Contractor would withdraw 3 of the claims and thet the County would pay this claim Item in full due to the feet thet the position swttch requirement was not included in the contract specifications. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR 0 Velue AddedlUnavo!dable R Value Added/Avoidable ONo Value Add;.jjijj;avoidable 0 No Value Added/Avoidable This change was requested by: !!ill Contractor/Consultant C Owner C Using Department r:: CDES C Design Professional n Regulatory Agency (Specify) r:: Other (Specify) If NOTE: THIS SIGNA TURE PAGE APPLIES TQ ALL 19 CHECKLIST FORMS INCLUDED IN THIS CHANGE ORDER. This tonn is to be signed and dated. , . RECOMMENDED BY: JClj. ~ B f:>~ r-- Engineer, Date: APPROVED BY: Date: Date: REVIEWED BY. ,,_ ,..0,8 i(r/O,f' i(rlot 2... CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: Freedom Park {Gordon River Water QualilY Park} PROJECT#:51016 PROJECT MANAGER: MarQaret BishoD BIDIRFP #: 05.3774 MOD #: 9 PO#: 4500046366 WORK ORDER #: N/A DEPARTMENT: Road Maintenance CONTRACTOR/FIRM NAME: CH2M Hill. Inc. Original Contract Amount: $ 599.850.00 (Starting Point) Current Contract Amount: $1.391.682.00 (Last Total Amount Approved by the BCC) $1436 910.93 (Including All Changes Prior To This Modification) Current BCC Approved AmDunt: Change Amount: $ 15.507.00 $ 1.454.417.93 -(Including This Change Order) Revised ContractIWork Order Amount: I Cumulative Dollar Value of Changes to l this ContractIWork Order: $ 854.567.93 Date of Last Bee Approval 6/12/07 Agenda Item # 1685 ,-/.'5\ Percentage of the change over/under current contract amount 1..e6 0/1;1 Formula: (Revised Amount I Last Bee approved amount)-1 CURRENT COMPLETION DATE (5): ORIGINAL: 9119/08 CURRENT: 9119108 Describe the change(sl: The purpose of this chanqe order is to add $15.507.00 as additional services stated in the oriqinal seODe of services aooroved at the Bee Mav 24. 2005 meetino to include. SFWMD environmental resource oermlt reSDonses and Dost desian sero/ices. Specify the reasons for the change(s) r 1. Planned or Elective r. 2. Unforeseen Conditions r 3. Quantity Adjustments r 4. Correction of Errors (Plans, Specifications or Scope of Work) r 5. Value Added r 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: If responses to the South Florida Water ManaQement District are not received in a time Iv manner, the permit for the pump station will not be issued. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR PI Value Added/Unavoidable C. Value Added/Avoidable r No Value AddedfUnavoidable C No Value Added/Avoidable This change was requested by: rJContractor/Consultant 171 Owner rJ Using Department C CDES CDeslgn Professional 171Regulatory Agency (Specify) r Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: P" Yes r No Date: 6-J3 -D Y 7)()/~tJ()( I ~ 11. 17 Il./_~ , 1;/0 0'15' ~. U ~ ECE\VED Revised 10.30.2007 Date: 3 CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: Golden Gate Librarv Expansion PROJECT #: 54261 PROJECT MANAGER: Hank Jones BIO/RFP #: 07-4082 MOD#:!! PO#: 4500075451 WORKOROER#: NIA DEPARTMENT: Facilities Manaoement CONTRACTOR/FIRM NAME: OeAnoelis Diamond Construction. Inc. O,iginal Contract Amount: $ 4.879.000.00 (Starting Point) 11 RECEIVED 'l!lfo!o'( 1tJrr Current BCC Approved Amount: $ 4,879,000.00 (Last Total Amount Approved by the BCC) Current Contract Amount: $ 4.976.102.86 (Including All Changes Prior To This Modification) Change Amount: $ 55.532.00 Revised ContractIWork Order Amount: $ 5.031.634.86 (Including This Change Order) I ~umulative Dollar Value of Changes to LhiS ContractfWork Order: $ 152,634.86 Date of Last BCC Approval: December 12, 2006 Agenda Item #: 10F Percentage of the change over/under current contract amount 3.13% Formula: (Revised Amount I Last BCe approved amount)-1 CURRENT COMPLETION DATE (S): ORIGINAL: 7/8/08 CURRENT: 7/8/08 Describe the change{s): All additional time and costs associated with: I) door hard"'.ale_eL<<ftric conversion kits (as outlined in peo 25 dated May 16. 2008): 2) adding.D.?B.drails along Golden Gate Parkway (as outlined in PCO 28 dated April 29. 2008): 3) changing the sidewalk adiacent to the children's room to meet fire code (as outlined in PCO 29 dated April 29. 2008): 4) repairing tqe{':ommunity Center a~alt (as outlined in PCO 30 dated April 29. 2008): 5) repaintthe children's computer room walls (as outlined in peo 31 dated May__6, 2008); 6) reI aminate the cupboards in the children', room (as outlined in PCO 32 dated Mav 6.2008); 7) add locks to the cupboards in the children's room (as outlined in PCO 33 dated Mav 6. 2008); 8) add carnetto the book drop room (as outlined in PCO 34 dated Mav 16. 2008); 9) veneer the four interior main entry columns (as Qu!li!1"d in PCO 35 dated Mav 16.2008): 10) adding louvers to the mechanical yard openings (as outlined in pCO 36 dated Mav 16. 2008): 11) making site changes required by inspector (as outlined in PCO 37 dated Mav 16.2008): 12) addingJj~ignage beyond base contract (as outlined in PCO 38 dated May,l2. 2008): 13) modifying the circulation countertop using Option #2 (as outlined in PCO 39 dated June 19.2008): 14) adding structured cabling for W APs (as outlined in PCQ,40 dated June 24. 2008) Specify the reasons for the change(s) 10' 1. Planned or Elective r 2. Unforeseen Conditions r 3. Quantity Adjustments ("" 4. Correction of Errors (Plans, Specitications or Scope of Work) r. 5. Value Added (" 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: Will not have functional ca,d access system, noncompliance with aoolicable codes functionalitv/aesthetic issues for the user oreUD This change was requested by: PIContractor/Consultant n Owner PIDesign Professional rlRegulatory Agency (Specify) PI Using Department ~ CDES p' Other Info,mation Technoloqy TICIPATION IN NEGOTIATIONS: r Yes r.r No APPROVED B . Date: 71rc;;lo < 1 //ltj()'( . . REVIEWED BY: Date: Lind Revised 11.19.2007 CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM Lf ~ RECEIVED 1/n~ PROJECT NAME: Emergency Service Center PROJECT#: 52160 PROJECT MANAGER:Hank Jones BID/RFP #: ~MOD #: ~PO#:45OOO12091 WORK ORDER #: DEPARTMENT: Facilities Management CONTRACTOR/FIRM NAME: Harv.,d Jollv Clees Topoe Arch~ects Original Contract Amount: $ 1,859,000.00 (starting Point) Current BCC Approved Amount: $2,187,297.50 (Last Total Amount Approved by the BCC) Current Contract Amount: $2.307,094.47 (Induding All Changes Prior To This Modification) Change Amount. $26,000.00 Revised ContractlWork Order Amount: $2,333,094.47 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractJWork Order: $474,094.47 Date of Last BCC Approval 9/13/05 Agenda Item # 10 H Percentage of the change overfunder current contract amount 6.67_(1/<> Formula: (Revised Amount I Last Bee approved amount)-1 CURRENT COMPLETION DATE (8): ORIGINAL: 1/02/06 CURRENT: 4/09 Describe the change{sl: Additional wo,k prefonned by Jenkins & Charland Structural Engineers fo, additional structural work resulting in the change in the site from Santa Barbara site to the Lely site. Specify the reasons for the change{sl' 1. Planned or Elective " 2. Unforeseen Conditions '" 3. Quantity Adjustments ~ 4. Correction of Errors (Plans, Specifications or Scope of Work) ," 5. Value Added ,,, 6. Schedule Adjustments Note: One or more may be checked, depending on the natu,e of the change(s). Identify all negative impacts to the project if this change order were not processed: N"'}. prt<t^,<I.Jr ,.{ 5,''1'pl':4 PVJ to?!>5 ,~"-\ lh.. Yr:!'(! fjct! This change was requested by: ~ntractor/consultant ~~ner ,'" Using Department _ CDES !::.Design Professional ,-IRegulatory Agency (Specify) ?ther (Specify) V;es No CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: APPROVED BY.. Date: 7(17(0'(, 1/I7/oY REVIEWED BY: ~. Date: ~ A, ;:i . ~ RECEIVED 1/7-110'1' if 5" CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: Collier Countv Seven StOry Addition Courthouse Annex PROJECT #:52533 PROJECT MANAGER:Hank Jones BID/RFP #:04-3576 MOD 31 PO#:4500025867 WORK ORDER #: DEPARTMENT:Facilities CONTRACTOR/FIRM NAME: Kraft Construction Original Contract Amount: $ 20,646,800.00 (Starting Poinl) Current Bce Approved Amount: $39,491,122.74 (Last Total Amount Approved by the BCe) Current Contract Amount: $37,932,067.79 (Including All Changes Prior To This Modification) Change Amount: $2,280.93 I -~ Revised ContractIWork Oreter Amount: $37,934,348.72 (lnduding This Change Order) '~ Cumulative Dollar Value of Changes to this ContracW/ork Order: $17,287,548.72 Date of Last BCe Approva110/23/2007 Agenda Item # 10 E Percentage of the change over/under current contract amount -3.94 % Formula: (Revised Amount I Last Bee approved amount)-1 CURRENT COMPLETiON DATE (S): ORIGINAL: Not established Not estabiished (011\ P I.u-lI-U;~;~'i) Describe the change(s Change in Scope for Gate Precast, deduct their PO!and increase Kraft Contract by same amount.. Specify the reasons for the change(s) 'fi. 1. Pianned or Elective r 2. Unforeseen Conditions ~ 3. Quantity Adjustments r 4. Correction of Errors (Plans, Specifications or Scope of Work) r 5. Value Added r 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the chal'1ge{s). Identify all negative impacts to the project if this change order were not processed: GMP would not balance. This change was requested by: l)/fontractor/Consultant '1fl. Owner rI Using Department C CDES CDesign Professional rlRegulatory Agency (Specify) r Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: ryes )(NO APPROVED BY. Date: 7/-lll()~ , 1/J-i /6'( , REVIEWED BY: Date: , ... , ~~'. '; ,'~;. c" '~''''-, '-;,<- :'.,,':'," 'i' :~~..,}.. ,;o~. . J ""'""" ^ .~~.: ".;;a,.. ....\~\\... .. '" ~ ~ ",t:l ~, CONTRACT /WORK ORDER MODIFICATION . CHECKLIST FORM ~ PROJECT NAME: South R9Qional Librarv PROJECT #: 54003 PROJECT MANAGER: Hank Jones BID/RFP #: 07-4176 MOO#:!1 PO#: 4500087770 WORK ORDER #: NIA DEPARTMENT: Facilities ManaQement CONTRACTOR/FIRM NAME: DeAnQelis Diamond Const,uction. Inc. Original Contract Amount: $ 6.519.813.00 (Starting Point) Current Bee Approved Amount: $ 6.519.813.00 (Last Total Amount Approved by the BCG) $ 5.912.866.42 (Including All Changes Prior To This Modification) ~ RECEIVED 1 {~II ()'t jf Current Contract Amount: Change Amount: $ 9.316.00 Revised Contract/Work Order Amount: $ 5.922.182.42 (Including This Change O,der) Cumulative Dollar Value of Changes to this Conl,act/Work Order: $ -597.630.58 Date of Last BCC Approval: Septembe, 11. 2007 Agenda Item #: 10E Percentage of tho change over/under current contract amount -9.17%, Formula; (Revised Amount I Last BCe approved amount)-1 CURRENT COMPLETION DATE (S): ORIGINAL: 111112008 CURRENT: 11/1/2008 Describe the change(s): All additional tllne and costs ass9ciated wIth the chanees as outline in: 1) Chilled Water Svstem Revisions per AS!#lO and PR#13 (PCO#024 rev2): 2) Changes to the Bathroom Counter Skirts per Spec Revision #7 (PCO#025); 3) Adding a Floor Box per RF! #108 (PCO#026): 4) Bathroom Wall Tile Revisions PCT AS! #11 (PCO#027rev1 ): 5) Aluminum Canopy Foundation Chanees D'-CO#02~); .6)J'ir~_Lane Crossine Sidewalk Thickness Chan1l!C(pCO#029): and 7) Bathroom Mirror Change per AS! #11 (PCO#030) .Specify the reasons for the change(s)" 1. Planned or Elective r 2. Unforeseen Conditions ("" 3. Quantity Adjustments r 4. Correction of Errors (Plans, Specifications or Scope of Work) r 5. Value Added r 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: Aesthetics would not be as Dleaslna non-structurallv sound CanODY and sidewalk. This change was requested by: !7lcontractor/Consultant PI Owner n Using Department C CDES !7IDesign Professional rlRegulatory Agency (Specify) r- other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Yes P No Date: 7/7.-1/ 08 1/z.( IdY f . REVIEWED BY: Date: Revised 11.19.2007 w o >- ~ ~ ~ ~ c ~ &~'E ~;8~ ~ E " O,g~ .. . c . w'SlE ~.;: 0 ~IllO.:.: <385 ~~ ]~~ .0 0 'S: of .5 .0- "'~~ .s-8~ &5 g c ~ E ~sc( u~~ ~ ~ o 0- W ~ ~ w o ~ o ~ ~ ~ o ~ w w " z ~ u w > ~ ~ w Z " o ~ " . ~ ~"E 5 ~ 0 0 ~ ~ E o~~ c ~~ ~ (J 0 0 ::I ~ a E () :~ liitic = ~ g .g' 5 ~ Ou~ i~ ~ .~ . :!. ~'" au o z " 0 -E~ ~~ ~ c ~8 o z CIl t c>> i 0 'E ~ zzOz or. &ti '0 iIi C Q) 5i '2' 2 'e- >a..(Jll. .!l . a E 0 ~z #. o o o '" o o o o o o <0 W <D ~ o o o ~ o o o <0 W <D ~ o o o <0 ~ <D ~ o o o <0 ~ <D ~ " >-0 "'''' ~ o <h o .; ;0 M J;~ ,,~ ,<0 OM d TI . .~ alU ,;: ~ . -e'" ~ -8 $ 8 c.. ~ ~~ ~ ....a-S 4l..... ~ &Z B (<J.j ~ CD c.....-c U 0 Mill '<t ~ :2:~~t5~~ w o iD " o '" W <0 #. ~ N .; o o o w ~ '" 00 ~ o o o J." ;;; o o o ~ 00" :;; ~ c o B o :~ t . > 8 o o o ~ <0 .,; W ~ o o o ~ <0 00" W ~ .9 OJ U . . c ~ ~ . . o ~ 15 ~ o " U C . o c " c .2 o j\ " .9 . o U U . " ~ . .. " >-0 "'''' o ~ " ~ ;0 M J;~ ,,~ ,<0 OM d . . " 8 . .:I "" "lj 3l ~ ~ &1 ~~:7~~ :2:(000_ ~ o U o >- 0; '" c . ~ o ~ o ~ .~ ~ o w o iD " o N " 'J: .9 :; '" 2. U . o ~ c o ~ c 8 . ~ . E . . o ~ o c o tl 2 " c 8 o c c o U " o . 0; > o U c . C . o .. .9 . " i E .g c o .~ ~ 8 ~ o ~ o o o ~ '" :;; 0; ~ c o ~ o " . " -" ~ ~ . . c o . . U " '; N 'Ii . . ~ ~ U C " U U . o >- ~ o c ;; " ~~ o ~ o " 2 o " i? ;; t, ~ , 0; '" c . ~ o ~ o ~ . .~ ~ a CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM P,RO:iECT NAME: US41 N. rVBR To Immokalee Rdl PROJECT #: ~ PROJECT MANAGER: Pam Lulich '~ii5i~FP #: CN-:>&ftf MOD ,#: l!L PO#: 4500061349 WORK ORDER #: TLO-MA-3614-06-04 DEPARTMENT: Transo>ortation. ATM Depl Landscape CONTRACTOR/FIRM NAME: McGee & Associates Original Contract Amount: $ 6.560.00 (Starting Point) $ 6.560.00 (Last Total Amount Approved by the BeG) iCurffmt BCC Approved Amount: ;:., Current Contract Amount: $ 6.560.00 (Including All Changes Prior To This Modification) :rcH:hge Amount: Revised ContractIWork Order Amount: $ 0.00 $ 0.00 (Including This Change Q,der) : c'u'itiulatlve Dollar Value of Changes to 'i6i~J1ontractIWork Order: $ 0.00 Date of Last BCC Approval Agenda Item # pe~~:n~ge of the ch~nge over/undercurrent contract amount Q..% Form~l~nReVised Amounl/ Last BCe approved amount)-1 CURRENT COMPLETION DATE (5): ORIGINAL: 11/10/2006 CURRENT: 02128/2008 D,e"pribe' the. change{s): Work Orderl Contract time was extended then put On hold and finallv decided to be dosedllue to I~~!l' of reulle water I,? ~onvert thi" area from ootable Irrlaatlon to reuse. This proJect will be re~OOfl!~ere~ onc& reuse water and fundln" become available in the future. S#e!,i(ythe reasons for the change(s) C 1. Planned or Elective . 2. Unforeseen Conditions (", 3. Quantity Adjustriu,nts n 4. Correction of Errors (Plans, Specifications or Scope of Work) 0 5. Value Added C l1'. Schedule Adjustments Note: One or more may be checked, depending On the nature of the change{s). 'ld~Mily all negative impacts to the project ifthis change order were not processed: ;..:i, 'qp$'.TfuiCKCATEGORIES: MUST PICK ONLY ONE OF FOUR (" Value Added/Unavoidable () . Value AddedfAvoidable C No Value Added/Unavoidable . No Value Added/Avoidable Thl~tchange was requested by: 0 ContractorlConsultant . Owner . USing Department 0 CDES dq~silJn Profession.'1 (";. Regulatory Agency (Specify) n Other {SpeciM r:: Yes r No REViEWED BY: oate:?7a: /~rd-ro ft' Date '7f~~;( ApPROVED BY: s Revised 10.30.2007 'Z CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: Immokalee Rd. IUS41 to 1.75) PROJECT #: 660423 PROJECT MANAGER: Bob Petersen ,':'i,;:". ' " "~lpiRFP tI:~ MOD #: Ql.. PO#: 4500075838 WORK ORDER #: TLO.MA-3614-ll7.10 ;:;0' <D:~P'AR'tMENT:TransDortation; ATMOeot. Landscaoe CONTRACTORfFIR'M NAME: McGee & Associates ~,':'i;i' " /:....'.,,:.:{;;:, fq~~~,ih'al Contract' Amo'unt: C~arige Am'Qunt: RevIsed ContractfWork Order Amount: $ 89.65000 (Starting Point) $ 89.650.00 (Last Total Amount Approved by the BCC) $ 91.940.00 (Including ArI Changes Prior To This Modification) $ 1.540.00 $ 93.480.00 (Including This Change Order) ,:current BCC Approved Amount: : CQi,t-~nt'Contract Amount: 'Cl.Jtn,ulative Dollar Value of Changes to thi;5 ContractIWork Order: $ 3.830.00 : Date of Last BCe Approval Agenda Item # ;'Perp:~n~gE(()fthe change over/undercurrentcontract amount 4.27 % Formula: (Revised Amount I Last Bee approved amount).1 CURRENT COMPLETION DATE (S): ORIGINAL: 04105/2008 CURRENT: 10130/2008 1- Describe the change(s): Additional Landscaoe Architectural Oesian Services for ImmokaleeRd. (U541 to 1~75) c; Additional seamerit deslan for Ii"riaation water source conversion from ootable to effluent alono US41 North from IlTlihokalee Rd to Cocohatchee Brldoe $1.540.00. prihCipaU Senior LA 12Hrs, Landscape Architect OHrs. CADlTech 1 H,s. Administrative OH,s. Clericai 4Hrs. @$110/Hr. @$ 75/Hr. @$ 60/Hr, @$ 45/Hr. @$ 40/Hr. Total: $1,320.00 $ 0.00 $ 60.00 $ 0.00 $ 160.00 $1,540.00 ~~Ciry the reasons for the change{s) C 1. Planned Of Elective 0 2. Unforeseen Conditions C 3. Quantity AdjustmentS /,'~'.,Corr~ction of Errors {Plans, Specifications or Scope of Work}. 5. Varue Added C 6.scheduleAdjustments Note; One' ,or more may be checked, depending on the nature of the change(s). '::',""':: T~eniily all negative impacts to the project if this change order were not processed: Comoanion to US41 N irT:j~a~"oniconversion. The. irriaaUon reuse line interconnects with US41"Phase IV Reuse conversion in Master Plan. rhls'Change was requested by: C'lcontractor/Consultant CI Owner . Using Department C CDES COesign Professional C'IRegulatory Agency (Specify) rOther (Specify) 'COIllTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: n Yes r No ApPROVED BY: Daw: Pfcg . Dale: 7):2//0 g/ , REVIEWED BY: Revised 11.19.2007 Page 1 of 1 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F Report and Ratify Staff-Approved Change Q,ders and Changes 10 Wo,k Q,de,s to Boa,d- App,oved Cont,acts. Meeting Date: 8/12/20089:0000 AM Prepared By Diana DeLeon Administrative Assistant Date Administrative Services Purchasing 7/28/200811:40:19 AM Approved By Steve Carnell Purchasing/General Svcs Director Date Administrative Services Purchasing 8/1/20086:15 AM Approved By Len Golden Price Administrative Services Administrator Date Administrative Services Administrative Services Admin. 8/7/2008 11 :15 AM http://bccagendalIntranetlattachmentviewer.aspx?attachmentid=-1 &itemid= 13 000 8/8/2008 Meeting Details Page I of 4 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS COMMUNITY REDEVELOPMENT AGENCY BOARD (CRAB) ~. y )1 ,,\ AGENDA August 12, 2008 9:00 AM Tom Henning, Bee Chairman Commissioner, District 3 Donna Fiala, BCC Vice- Chairman Commissioner, District 1; CRAB Chairman Jim Coletta, BCC Commissioner, District 5; CRAB Vice-Chairman Frank Halas, BCC Commissioner, District 2 Fred W. Coyle, BCC Commissioner, District 4 NOTICE: ALL PERSONS WISHING TO SPEAK ON ANY AGENDA ITEM MUST REGISTER PRIOR TO SPEAKING. SPEAKERS MUST REGISTER WITH THE COUNTY MANAGER PRIQBTO THE PRESENTATION OF THE AGEND, ITEM TO BE ADDRESSED. ALL REGISTERED PUBLIC SPEAKERS WILL RECEIVE UP TO THREE (3) MINUTES UNLESS THE TIME IS ADJUSTED BY THE CHAIRMAN. COLLIER COUNTY ORDINANCE NO. 2003-53, AS AMENDED BY ORDINANCE 2004-05 AND 2007-24, REQUIRES ALL LOBBYISTS SHALL, BEFORE ENGAGING IN ANY LOBBYING ACTIVITIES (INCLUDING, BUT NOT LIMITED ADDRESSING THE BOARD OF COUNTY COMMISSIONERS), REGISTER WITH THE CLERK TO THE BOARD AT BOARD MINUTES AND RECORDS DEPARTMENT. REQUESTS TO ADDRESS THE BOARD ON SUBJECTS WHICH ARE NOT ON THIS AGENDA MUST BE SUBMITl WRITING WITH EXPLANATION TO THE COUNTY MANAGER AT LEAST 13 DAYS PRIOR TO THE DATE OF THE MEETING AND WILL BE HEARD UNDER "PUBLIC PETITIONS." ANY PERSON WHO DECIDES TO APPEAL A DECISION OF THIS BOARD WILL NEED A RECORD OF THE PROCEEDINGS PERTAINING THERETO, AND THEREFORE MAY NEED TO ENSURE THAT A VERBATIM RECOI THE PROCEEDINGS IS MADE, WHICH RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH TH APPEAL IS TO BE BASED. IF YOU ARE A PERSON WITH A DISABILITY WHO NEEDS ANY ACCOMMODATION IN ORDER TO PARTICIPATI THIS PROCEEDING, YOU ARE ENTITLED, AT NO COST TO YOU, TO THE PROVISION OF CERTAIN ASSISTANC PLEASE CONTACT THE COLLIER COUNTY FACILITIES MANAGEMENT DEPARTMENT LOCATED AT 3301 EAS TAMIAMI TRAIL, NAPLES, FLORIDA, 34112, (239) 252-8380; ASSISTED LISTENING DEVICES FOR THE HEARIN IMPAIRED ARE AVAILABLE IN THE COUNTY COMMISSIONERS' OFFICE. LUNCH RECESS SCHEDULED FOR 12:00 NOON TO 1:00 P.M. 1. INVOCATION AND PLEDGE OF ALLEGIANCE 2. AGENDA AND MINUTES 3. SERVICE AWARDS: (EMPLOYEE AND ADVISORY BOARD MEMBERS) A. Advisory Committee Service Awards http://bccagendalIntranetlMeetingDetails.aspx?meetingid= 119 8/26/2008 Meeting Details Page 2 of 4 B. 20 Year Attendees C. 25 Year Attendees D. 30 Year Attendees E. 35 Year Attendees 4. PROCLAMATIONS 5. PRESENTATIONS 6. PUBLIC PETITIONS Item 7 i'!1!:L~tCJ be hearrl_nQ};ooner than 1;Qf!p~1J1" Iinless othflrwi~fl flCJ1l1d, 7. BOARD OF ZONING APPEALS 8. ADVERTISED PUBLIC HEARINGS 9. BOARD OF COUNTY COMMISSIONERS 10. COUNTY MANAGER'S REPORT 11. PUBLIC COMMENTS ON GENERAL TOPICS 12. COUNTY ATTORNEY'S REPORT 13. OTHER CONSTITUTIONAL OFFICERS 14. AIRPORT AUTHORITY ANDIOR COMMUNITY REDEVELOPMENT AGENCY 15. STAFF AND COMMISSION GENERAL COMMUNICATIONS 16. CONSENT AGENDA - All matters listed under this item are considered to be routine and action will be taker one motion without separate discussion of each item. If discussion is desired by a member of the Board, th item(s) will be removed from the Consent Agenda and considered separately. A. COMMUNITY DEVELOPMENT & ENVIRONMENTAL SERVICES Proclamation designating the week of August 25th through August 31 st, 2008 as Collier County Firefighter Appreciation Week. To be accepted by Alison Morse of the MDA in BCC Office; presentation by Chairman Henning. Comments Attachments B. TRANSPORTATION SERVICES C. PUBLIC UTILITIES http://bccagendallntranet/MeetingDetai ls.aspx?meetingid= 119 8/26/2008 Meeting Details Page 3 of 4 D. PUBLIC SERVICES Request the Board of County Commissioners approve the final payment in the amount of $12,163.75 to Sunshine Pharmacy for prescription medication to medically needy clients in the Social Services Program. CQ[I1ments Attacbments E. ADMINISTRATIVE SERVICES F. COUNTY MANAGER Recommendation for the Board of County Commissioners of Collier County, Florida, to authori: the Supervisor of Elections to accept federal election activities funds subject to a 15% matchin! contribution from the County. Comments Attachmenls Recommendation that the Board of County Commissioners approves, and authorizes the Chairman to sign, an amended funding agreement with the South Florida Water Management District for an additional funding amount of $108,700 providing assistance with construction of Freedom Park (aka Gordon River Water Quality Park). Comments Attacbments Recommendation that the BCC approve a resolution to establish a "No Parking" zone along the right-of-way on both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard. Comments Attachments Approve a budget amendment for $124,000 to increase budgeted revenues and expenses for th sale and purchase of aviation fuel at Immokalee Regional Airport. CQl11ments Attachments Report and Ratify Staff-Approved Change Orders and Changes to Work Orders to Board-Appro Contracts. Comments Attachments Recommendation to recognize and appropriate $865,121.00 of the Federal Transit Administratic (FTA) FY08 5307 grant funds for preventative maintenance and ADA Paratransit I Planning. Comments Attachments Recommendation to award Bid No. 08-5105 to Howard Technology Solutions for the installation powered computer mounting systems, including docking stations to provide Mobile Data Termi capability in Emergency Medical Services' ambulances and command vehicles in the amount O' $50,692.00. Comments Attachments Recommendation to adopt a resolution approving amendments (appropriating grants, donation contributions or insurance proceeds) to the Fiscal Year 2007-08 Adopted Budget. C_QmlT1.E~/l.ts Attachments Recommendation to recognize farebox revenues collected from April 11, 2008 through August' 2008 for Collier Area Transit and to approve budget amendments. c;o,mm,ents Attachments G. AIRPORT AUTHORITY ANDIOR COMMUNITY REDEVELOPMENT AGENCY H. BOARD OF COUNTY COMMISSIONERS I. MISCELLANEOUS CORRESPONDENCE http://bccagendallntranetlMeetingDetai Is. aspx?meetingid= 119 8/2612008 Meeting Details Page 4 of 4 J. OTHER CONSTITUTIONAL OFFICERS K. COUNTY ATTORNEY 17. SUMMARY AGENDA - THIS SECTION IS FOR ADVERTISED PUBLIC HEARINGS AND MUST MEET THE FOLLOWING CRITERIA: 1) A RECOMMENDATION FOR APPROVAL FROM STAFF; 2) UNANIMOUS RECOMMENDATION FOR APPROVAL BY THE COLLIER COUNTY PLANNING COMMISSION OR OTHER AUTHORIZING AGENCIES OF ALL MEMBERS PRESENT AND VOTING; 3) NO WRITTEN OR ORAL OBJECTI TO THE ITEM RECEIVED BY STAFF, THE COLLIER COUNTY PLANNING COMMISSION, OTHER AUTHORIZII AGENCIES OR THE BOARD, PRIOR TO THE COMMENCEMENT OF THE BCC MEETING ON WHICH THE ITEI ARE SCHEDULED TO BE HEARD; AND 4) NO INDIVIDUALS ARE REGISTERED TO SPEAK IN OPPOSITION. THE ITEM. FOR THOSE ITEMS, WHICH ARE QUASI-JUDICIAL IN NATURE, ALL PARTICIPANTS MUST BE S' IN. 18. ADJOURN IjIIQUIRIES CONGERNINGJ:;HAf'(GES TQ It!!:~QARD'S AGi:l!l!ASI:!QULD BE MAOE_IQItI~J:;QUNTY MANA( OFF1Ci: AT 252-J!383. http://bccagendallntranetlMeetingDetails.aspx?meetingid= 119 8/26/2008 2008 Executive Summaries approved in Board's absence . August 12, 2008 In Absentia Meeting Page 1 Item 16F1, September 9, 2008 Approval of the following documents by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, the document(s) shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. A. Approve a budget amendment for $124,000 to increase budgeted revenues and expenses for the sale and purchase of aviation fuel at Immokalee Regional Airport, B, Request the Board of County Commissioners approve the final payment in the amount of $12,163,75 to Sunshine Pharmacy for prescription medication to medically needy clients in the Social Services Program, C, Recommendation for the Board of County Commissioners of Collier County, Florida, to authorize the Supervisor of Elections to accept federal election activities funds subject to a 15% matching contribution from the County, D, Recommendation to adopt a resolution approving amendments (appropriating grants, donations, contributions or insurance proceeds) to the Fiscal Year 2007-08 Adopted Budget. E, Recommendation that the BCC approve a resolution to establish a "No Parking" zone along the right-of-way on both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard, F, Recommendation to award Bid No, 08-5105 to Howard Technology Solutions for the installation of powered computer mounting systems, including docking stations to provide Mobile Data Terminal capability in Emergency Medical Services' ambulances and command vehicles in the amount of $50,692,00, G, Recommendation to recognize farebox revenues collected from April 11, 2008 through August 4, 2008 for Collier Area Transit and to approve budget amendments, 2008 Executive Summaries approved in Board's absence August 12, 2008 In Absentia Meeting Page 2 Item 16F1, September 9, 2008 H, Recommendation that the Board of County Commissioners approves, and authorizes the Chairman to sign, an amended funding agreement with the South Florida Water Management District for an additional funding amount of $108,700 providing assistance with construction of the Freedom Park (aka Gordon River Water Quality Park), I. Recommendation to recognize and appropriate $865,121,00 of the Federal Transit Administration (FTA) FY08 5307 grant funds for preventative maintenance and ADA ParatransitlPlanning, J, Report and Ratify Staff-Approved Change Orders and Changes to Work Orders to Board-Approved Contracts, K, Proclamation designating the week of August 25th through August 31st, 2008 as Collier County Firefighter Appreciation Week, To be accepted by Alison Morse of the MDA in BCC Office; presentation by Chairman Henning, Approval ofthis Proclamation is in keeping with Resolution No, 2000-149 whereby the County Manager can approve "In Absentia" items in the Board of County Commissioners absence, "Approval of this item by the County Manager is subject to formal ratification by the Board of County Commissioners, If the decision by the County Manager is not ratified by that Board, this item shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board," Page 1 of 1 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F1 Proclamation designating the week of August 25th through August 31 st, 2008 as Cotlier County Firefighter Appreciation Week. To be accepted by Alison Morse of the MDA in BCC Office; presentation by Chairman Henning, Meeting Date: 8/12/20089:00:00 AM Prepared By Sam Tucker Executive Aide to the Bee Date Board of County Commissioners BCC Office 8115120089:41:55 AM Approved By Sue Filson Executive Manager to the BCe Date Board of County BCe Office 8115/2008 9:46 AM Commissioners Approved By James V, Mudd County Manager Date Board of County Commissioners County Manager's Office 8/16/2008 1 :04 PM http://bccagendalIntranet/attachmentviewer,aspx?attachmentid=-1 &itemid= 13046 8/26/2008 EXECUTIVE SUMMARY Request that the Board of County Commissioners approves the final payment in the amount of $12,163.75 to Sunshine Pharmacy for prescription medication to medically needy clients in the Social Services Program. OBJECTIVE: To make final payment to Sunshine Pharmacy in the amount of$12,163,75 for prescription services rendered to qualified medically needy clients in the Social Services Program, CONSIDERATIONS: The Housing and Human Services Department's Social Services Program assists citizens of Collier County with the purchase of medically prescribed drugs, Clients must meet stringent eligibility criteria including income, asset limits, legal status, and County residency before assistance is given, Most clients are frail and chronically ill with little or no mcome, On April 14, 2008, the County began a contract with Albertson's LLC for prescription services, This required a transition period from the previous provider, Sunshine Pharmacy, The implementation time frame was estimated to be 90 days, and during this transition period, the Board approved a waiver of bid process for payment to Sunshine Pharmacy in the amount of $50,000, This was approved April 8, 2008, as item 16E3, The final invoice has been received and has exceeded the previously approved limit by $3,526,89, The overage is due to the fact that nearly 70% of the prescription renewals were filled during the first week of the month and therefore did not go to the new vendor which began April 14, Staff is seeking approval to pay the April 2008 invoice for pharmaceutical expenses incurred from Sunshine Pharmacy rrom April 1,2008 through April 13,2008, in amount of $12,163,75, which includes the $3,526,89 overage referenced above, Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners, If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board, FISCAL IMPACT: Funding for pharmaceutical expenditures in the amount of $575,000 was approved in the FY 2008 Department of Housing and Human Services Client Assistance budget 001-155930, LEGAL CONSIDERATION: This matter is legally sufficient for Board action, It should be noted that failure by the County to pay this matter would subject the County to a claim by Sunshine, who provided the prescriptions, -JAK GROWTH MANAGEMENT IMP ACT: There is no impact on the Growth Management Plan, RECOMMENDATION: That the Board of County Commissioners approves the final payment to Sunshine Pharmacy in the amount of $12, 163,75, PREPARED BY: Terri Daniels, Accounting Supervisor Housing and Human Services Department Page 1 of 1 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: Item Summary: 16F Request the Board of County Commissioners approve the final payment in the amount of $12,163,75 to Sunshine Pllarmacy for prescription medication to medically needy c1ienfs in the Social Services Program. Meeting Date: 8/12/2008 9:00:00 AM Prepared By Terri A. Daniels Grants Coordinator Date Public Services Housing & Human Services 7124120086:34:57 PM Approved By Terri A Daniels Grants Coordinator Date Public Services Housing & Human Services 7124120086:35 PM Approved By Marcy Krumbine Director Date Public Services Housing & Human Services 7125/2008 11 :01 AM Approved By Mike Hauer Acquisition Manager Date Administrative Services Purchasing 7128/20088:54 AM Approved By Mike Hauer Acquisition Manager Date Administrative Services Purchasing 7128120088:54 AM Approved By Marla Ramsey Public Services Administrator Date Public Services Public Services Admin. 7/29120082:03 PM Approved By OMS Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 7129120082:14 PM Approved By Sherry Pryor Management & Budget Analyst Date County Manager's Office Office of Management & Budget 7129/20084:54 PM Approved By James V. Mudd County Manager Date Board of County Commissioners County Manager's Office 7/30120083:48 PM http://bccagendalIntranet/attachmentviewer,aspx?attachmentid=-l &itemid= 12996 8/26/2008 EXECUTIVE SUMMARY Recommendation for the Board of County Commissioners of Collier County, Florida to Authorize the Supervisor of Elections to accept federal election activities funds subject to a 15% matching contribution from the County. OBJECTIVE: To accept federal election activities funds from the Department of State, Division of Elections in support of providing additional federal election activities services beyond the Supervisor of Election's current programs, CONSIDERATIONS: The Division of Elections shall award Collier County Supervisor of Elections a total of $56,346.04, (see Attachment B). The 2008 Legislature appropriated $3,000,000 specifically for federal election activities. These funds will be distributed to the Supervisors of Election pursuant to a formula based on registered voters as of the 2008 Presidential Preference Primary Election, as certified by the Department of State, To receive those funds, the Board of County Commissioners needs to certify that the county will provide a 15% ($8,451.91) matching fund, The matching funds were included in the Supervisor of Elections 2007/2008 budget. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners, If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: The Collier County Supervisor of Elections will receive $56,346.04 from the Division of Elections to be appropriated in the Supervisor of Elections budget with definitive project tracking, LEGAL CONSIDERATIONS: This Executive Summary and the attached exhibits, including the, Certificate Regarding Matching Funds, have been reviewed and approved by the County Attorney's Office and is legal sufficient for Board action. - SRT. GROWTH MANAGEMENT INPACT: None RECOMMENDATION: That the Collier County Board of County Commissioners authorizes the Chairman to sign the Certificate Regarding Matching Funds. Submitted by: Jennifer J. Edwards, Supervisor of Elections Date: 17 July 2008 ...~ -. Atlacl1ment B DEPARTMENT OF STATE DIVISION OF ELECTIONS FEDERAL ELECTION ACTIVITIES FV 2008-08 2008 PRESIDEN11AL FEDERAL ELECnON COUNTY PREFERENCE ACTMTlES MATCHING PRIMARY FUNDING FUNDS COUNTY REGISTERED VOTERI PER COUNTY 11% lAlac:hua 128559 $ 37799,94 Is 5 869,99 Baker 12997 $ 3821.48 $ 573.22 Is.v 99 886 $ 29 383.39 $ 4404.51 Bradford 14928 s 4 389.25 $ 858,39 Bravaref 317185 $ 93 255.37 $ 13988.31 Browaref 890 838 $ 281 930.87 $ 39 289.80 Calhoun 8858 $ 2545,11 $ 381.77 Char10tta 113287 $ 33 303.88 15 4995,55 CilnIl 97 484 $ 28863,02 $ 4 299,45 tJ.V 114080 $ 33542,71 15 5031,41 CoIUer 191835 $ 58 348,04 I. 8451,91 Columbia 35278 $ 10372,13 II 1 555,82 OeSolo 15587 $ 4585.95 Is 887,89 DixIe 10168 $ 2888,88 $ 44&,45 Ouvat 556 858 $ 184 281,08 S 24 639,18 ElClImbla 189418 I 49 813,83 ~ 7472,04 F""'I8r 54193 I 15934,28 $ 2.390.14 FrankUn 7348 $ 2 180,52 $ 324,08 Gadsden 28 282 $ 8315,70 $ 1 247,35 Gllchriot 8970 I 2931.48 $ 439.72 Gladeo 8348 $ 1 ses.90 $ 279,89 Gut! 9010 $ 2848.19 $ 397.38 HamiltDn 7087 $ 2 083,78 $ 312,57 Hardee 11255 $ 3 309,28 $ 498,39 Hendrv 15801 I 4587,13 $ 888,07 Hamando 115713 34 022.85 S 5 103,43 Hklhlands 83118 18 558,48 S 2783,77 HIIIsboro''''h eos 239 178838.28 $ 28 825,89 HoInws 1085815 3181,97 S 478,80 Indien River 80 873 S 23778,92 S 3 508,&4 JllCi<son 258241$ 7 592,98 $ 1138,95 JatfersDn 967515 2 903,53 $ 435,53 4277 $ 1257,58 S 188,83 ~e 172 240 $ 50 843,37 S 7 598,51 .... 283 988 I $ 77 813.97 S 11842,10 L.aon 150 747 $ 44 323,83 $ 8 848,57 lBw 2409815 7 085,48 $ 1 082,82 Uba<fv 3952 I $ 1182,00 S 174.30 Madison 11880 $ 3487,17 S 523.08 Man_ 194553 $ 57204,02 S 8 580.80 Marlon 201131 S 59138.13 S 8.870,72 FV 2OQ8.09 Facleral E_ _ Funds_ B,Jds 1 612012OO8 Attach....nt B DEPARTMENT OF STATE DIVISION OF ELECTIONS FEDERAL ELECTION AC11VlnES FY 2008.08 2_ PRESIDENTIAL FEDERAL ELEC110N COUNTY PREFERENCE ACTlVmES MATCHING PRIMARY FUNDING FUNDS COUNTY REGISTERED VOTERS PER COUNTY 11% Marlin 84 888 S '0 llOo.D2 $ 4185,00 M..m~D_ 1 085 527 $ 318175,27 $ 47878,29 Monroe 48 833 $ 145113,48 S 2 188,02 NaIUU 42715 $ 12 559.40 $ 1883,81 Okaloota 119,160 S 35 038.37 $ 5 255.48 Okaach_ 17788 $ 5 224.29 $ 783.&4 Ora"- 508 185 Is 149420,58 S 22 413,09 0ace0Ia 123 '09 -~ 38 247.47 5437,12 Palm Beach 782 748 c 230 149,78 34 522.47 pa.eo 2S8 382 S 78811,81 11838,77 Plnane. 804 337 c 177 881.98 $ 28 853.78 Polk 298 049 S 87 834,73 $ 13145,21 Putnam 43 489 . 12788,98 1918,05 Santa Rosa 98858 $ 29 0S7 ,01 4 380,05 Saraoota 241 870 $ 71118.54 10667,48 Seminole 228 177 $ 870llO,41 10 083.58 51, Johns 1234'0 c 38 2llO,99 $ 5 443.85 Sl Lucie 144217 $ 42 403,83 IS 8 380,57 Sumter 55 093 i 18198,88 IS 24211,83 Suwannee 23 409 $ 8 882,80 $ 1 032,44 TaYlor 12 342 ~ 3 628,88 IS 544,33 Union 8703 $ 1 870,87 1$ 295,83 ~oluala 2118813 $ 87 212,51 $ 13081.88 Wakulla 17 278 5 060,21 $ 782.03 Walton 33124 9739,38 S 1460,91 Waahlnalon 14834 4381,81 $ 854,24 TOTAL 10,203,112 I S 3, , '.00 . ~ N _ APPROPRIATION. FEDERAL ELECTION ACTMTlE8 $3,000,000 2008 P_ldenllal ............ Prlmaoy . T_'lHlmbor ., reg....Nd _ In tile __ 10,203,112 FUNDING LEVEL PER INDIVIDUAL VOTER (S_ on FY 2Q08.09 approprtotlon lor Feder. Elecllon Ac;tIYiIioo divided by the total number of reglltwed vote... In the ... for tI1e 2008 Preoidenti.1 Prole...... Primory,) $0.2940 FY 2OO8-Oll Foa.,.1 EIocIian __ Fund. Attachment S,ldo 2 812Cl12l108 Certificate Regarding Matching Funds I, Tom Henning , Chairman of the Board of County Commissioners of Collier County, Florida, do hereby certifY that the Board of County Commissioners will provide matching funds for the Federal Election Activities grant in county FY 2008-2009 to the Supervisor of Elections in an amount equal to at least 15% of the amount to be received from the state, which for Collier County is $8,451.91. I understand that if the Board fails to appropriate the required matching funds, all funds received from the state for this grant during the 2008-2009 state fiscal year will be required to be returned to the Department of State. Chairman, Board of County Commissioners Date EXECUTIVE SUMMARY Recommendation that the Board of County Commissioners approves, and authorizes the Chairman to sign, an amended funding agreement with the South Florida Water Management District for an additional funding amount of $108,700 providing assistance with construction of the Freedom Park (aka Gordon River Water Quality Park), OBJECTIVE: That the Board of County Commissioners approves, and authorizes the Chairman to sign, Amendment #4 to Collier County's Agreement with the South Florida Water Management District Funding Agreement (SFWMD) No, 3600000933-A04 OT050976 for an additional amount of $108,700,00 for a total of $958,700,00 providing funding assistance for the Freedom Park (aka Gordon River Water Quality Park), County Manager approval is authorized by Resolution No, 2000-149 during the Board of County Commissioners' annual break. CONSIDERATIONS: The original agreement, dated December 20, 2005, provided $500,000,00 in funding, Subsequent amendments have provided an additional $250,000,00 in funding, On June 12, 2008, the South Florida Water Management District (SFWMD) approved entering into a fourth amendment with Collier County for $108,700,00 in additional funding Collier County to partially fund construction of the stormwater improvement project Freedom Park (aka Gordon River Water Quality Park) (Project No, 510185), With this fourth amendment, the total amount of funding is $958,700,00, The purpose of the Freedom Park (aka Gordon River Quality Park Project) is to develop a stormwater management facility that incorporates flood protection, water quality treatment and passive recreation, The project will involve the creation of new functional wetland littoral zones and stormwater facilities to provide attenuation and treatment for flows discharging into the Gordon River and Naples Bay, Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners, If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board, LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, It is legally sufficient for Board action, Pursuant to Resolution No, 2000-149, the County Manager may approve this item during the Board's annual break. - CMG FISCAL IMPACT: Matching funds are available in the FY 09 Stormwater Capital Fund 325, Project 510185, A budget amendment will be needed to recognize $108,700,00 and appropriate funds within project 510185 in the FY 09 budget as welL These additional grant funds will free up $108,700 in funding from the stormwater improvement fund to be used on other projects, GROWTH MANAGEMENT IMPACT: The Freedom Park (aka Gordon River Water Quality Park) is in accordance with the goals and objectives of the Drainage Sub-element of the Growth Management Plan, RECOMMENDATION: That the Board of County Commissioners approves, and authorizes its Chairman to sign, the attached South Florida Water Management District Funding Agreement, Amendment No, 4, (Agreement 3600000933-A04 OT050976) for an additional funding in the amount of $108,700,00 for partial funding ofthe construction of the Freedom Park (aka Gordon River Water Quality Park Project) (PIN 51018), and approve the necessary budget amendment. Prepared By: Margaret A. Bishop, Senior Project Manager, Transportation Services Division, Stormwater Management Section Attachments: (I) Contract # 3600000933-A04 OT050976 <it ORIGINAL SOUTH FLORIDA WATER MANAGEMENT DISTRICT AMENDMENT OT050976-A04 SAPII 3600000933 AMENDMENT NO.4 TO CONTRACT NO. OT050976/ SAP 3600000933 BETWEEN THE SOUTH FLORIDA WATER MANAGEMENT DIS rRICT AND COLLIER COUNTY Ihis AMENDMENT NO" 4, entered into on .to that CONTRACT dated May 31, 2005, bCIween "the Parties," the South FIOIida Water Management District (DISTRICT), and Collier County (COUNTY). WITNESSETH THAT: WHERLAS, the CONTRACT may be amended with the prior written approval of the parties; and WHEREAS, The Goveming Board of the DISTRICT, at its June 12,2008 meeting approved entering this AMENDMENT NO.4 with the COUNTY; and WHEREAS, the parties wish to amend thc CONTRACT in order to revise the Statement OfWOIk, to increase funding and modify the Payment and Deliverable Schedule ofthe CONTRACT; NOW THEREFORE, the DISTRICT and the COUNTY, in consideration of the mutual benefits flowing from each to the othet, do hereby agrce as follows: I. The monetary consideration for the CONTRACT is hereby increased by an amount not- to-exceed One Hundred and Eight Thousand Seven Hundred Dollars ($108,70000), fOl a total revised CONTRACT amount noHo-exceed Nine Hundred Fifty Eight Thousand Sevcn Hundred Dollars (958,700 00) 2 The Statcmcnt of Work is also hereby revised in aeeordarlce with Exhibit "Ci" attached hereto and made part of AMENDMENT NO.4. Amendment No 4 to Contract No OT050976 SAP 3600000933 - pnge I of 2 8 SOUTH FLORIDA WATER MANAGEMENT DISTRICT AMENDMENT 3. The Payment and Deliverable Schedulc is also hereby revised in accordance with Exhibit "D4", attached heteto and made a part of this AMENDMENT NO.4 4 This AMENDMENT NO.4 shall be at no additional cost to the DTSTRICT. 5 All otber terms and conditions of the CONTRACT, as amended, remain unchanged IN WITNESS WHEREOF, tbe pal ties or tbeir duly authorized representatives hereby execute this AMENDMENT NO.4 on tbe date first v,litten above SOUTH FLORIDA WATER MANAGEMENT DISTRICT BY ITS GOVERNING BOARD By: Frank Hayden, Pmcurement Director S~'WMD PR~MENT A~ _ By: ~ ~~1 Date: 7- 1; ~ej bJ )40.."" COLLIER COUNTY. By: Title: Approved as to lonn & legal suffic;ency ~~_ 1-0l3-08 ColleenGrs8ne, Assistant County Attorney A.m.endment No 4 to Contract No 01'050976 SAP 3600000933 -- Page 2 of2 EXHIBIT "CI" STATEMENT OF WORK GORDON RIVER WATER QUALITY PARK 1. INTRODUCTION Naples Bay, located on the southwest coast of Florida in Collier County, is a relatively nanow and shallow body of water ranging in width from 75 to 1500 feet and depth of I to 23 feet Salt water enters the Bay from thc south through Gordon Pass and mixes with freshwater entering the north end from the Golden Gate Canal, Rock Creek, Haldeman Creek, and the Gordon River While the Bay once drained about 20 square miles, it is now the receiving body from approximately 120 square miles due to the constmction of the Golden Gate Canal system and its linkage to the Bay The Bay's historical watershed was comprised of swamps, marshes and sloughs that replenished aquifers, supported plant and animal life, and supplied water for a relatively low human population in the region However, beginning in the mid-twentieth centmy, the watershed's landscape began 10 change fiom this natural setting to agricultme in the east, and, particularly in the western portion of the watershed, to highly mbanized land uses. The development of urban infrastructure in the form of roads, utilitics, canals, and recreational facilities has resulted in thc loss of many historic flowways to the Bay Increases in impervious surfaces have also increased both the quantity of water running oft the land and the amount of pollutants being canied with that water into the Bay The seagrasses, mangroves, and oyster reefs of Naples Bay have been affccted by cxccss fresh water, polluted runoff; and development, and long been recognized as needing restoration Problems were identified when the Florida Legislature created the Big Cyptess Basin in 1976 During the last tluee decades, the Big Cypress Basin Board has undertaken aggressive cfforts to reduce thc frcshwater inflow to the Bay by constructing numerous water management facilities and efficiently opelating and maintaining a network of canals, water control stmctures, and pump stations The Conscrvancy of Southwest Florida completed a comprehensivc scientific study of the Bay in 1979 that included recommendations for restoring its ecological health In 2003, the Governing Board of the South Florida Water Management District (District) authorized the initiation of a Surface Water 1mprovement and Management Plan for the Bay, In 2004, the District receivcd funding from the Florida State Legislature for a series of watershed rcstoration projects in Southwest Florida that stretch from ChaIlotte Harbor in the north to Naples Bay and the Ten Thousand Islands in the south These projccts wcrc grouped into five Watershed Initiatives Within the Naples Bay Watershed Initiative are several projects addressing important water restoration and management issues in Collier County The goals of the Initiative are to: Construct storm water treatment structures/facilities that improve polluted runoff, . Reduce the amount of fieshwater entering thc Bay and, ultimately, Restore sea grasses, oyster reefs, and mangroves in the Bay AgreementNo OT050976/3600000933/A04 Page I 01'4 One of the locations within the Naples Bay watershed that would greatly benefit fiom improved stormwater management is the Gordon River Basin The heavily urbanized Gordon River Basin includes the eastern section of the City of Naples and part~ of unincOlporated areas of western Collier County, Chronic flooding problems along the Goodlette-Frank Road conidor are a result of a lack of adequate stormwater management facilities Stormwater runoff ftom the hasin continues to carty pollutants into Naples Bay This agreement provides funding to Collier County to design, permit and construct a stormwater treatment facility to provide flood relief; surface water quality treatment and recreational opportunities via a project called the Gordon River Water Quality Park The project is approximately 50 acrcs in size and is located east of Good1ette-Frank Road and North of Golden Gate Palkway within the City of Naples 2. OBJECTIVES The purpose ofthe Gordon River Water Quality Park is to attenuate flooding by reducing flows and durations of water events in thc Gordon Rivcr Basin while improving water quality, wetland habitat, and groundwater recharge. The project also will provide an area for passive tecreation and natural resource appreciation The Patk design is intended to address both existing and projected stormwater conditions The Palk design shall be consistent with the Gordon River Extension Basin Study Phase IV The project shall maximize the public's participation in all phases of the project process and the project shall develop a systcm which promotes environmental protection and provides recreational oPPOltunities The pr()ject shall not adversely impact jurisdictional wetlarrds 3. SCOPE OF WORK The scope of work for this cooperativc agrecmcnt is to design, permit and construct the Gordon River Water Quality Park This includes data collection, alternative analysis, hydrologic modeling and analysis as needed, preliminary and final design plans and specifications, construction bidding and award, construction and project management Additionally, public outreach will be performed as an integral palt of the project development and implementation The Park is envisioned to entail a potential pump station and/or larger culvert delivering water from the Goodlctte Frank Road, a series on interconnected. cascading ponds making up the treatment train to include littoral shelves, landscape planting, and a means of mixing action to accelerate the normal biological and chemical water quality improvement processes, a bypass structure, and a discharge structme, Also, recreational atllibutes such as a pervious parking area, recreational trails, benches, lighting, trash receptacles, are anticipated 4. WORK BREAKDOWN STRUCTURE 'I he County shall he responsible for the satisfactory completion of these projects and may retain a consultant to provide the professional services needed to complete the design, plans, specifications and permits, and to assist the County during conslluction. Agreement No. OT05097613600000933/A04 Page 2 of 4 The County shall be responsible for project management, budget management and quality control and public outreach The County shall be responsible for reviewing and approving deliverables from the consultant to ensUle that the project objectives are met. 4.1 Task 1: Design/Permitting Task 1. The COlmty shall be responsible for completion of the design and permitting processes for this Project. In accordance with State and County regulations the County may acquire the services of a consultant to perform the activities necessary to design and permit the Project however, the County shall bc tesponsible for the complete PlOject including the work of a consultant In addition any public outreach shall be the responsihility oflhe County Task 1 Delivembles: One copy of the Notice to PlOceed with design, one copy of the 60% and one copy of the 100% Design Plans and a copy of all necessary Permits The County shall submit an invoice flOm Collier County with an invoice number indicated on it with the amount due Along with the Collier invoice the county shall submit copies ofthe contractor's approved pay requests and invoices along with an invoice 4,,2 Task 2: Project Pr'e-Construction Task 2: In accordance with State and County regulations the County shall plOvide for the selection of a competent film to construct the PlOject. "The County shall be responsible for the plOcesses of acquisition including, but not limited to, specification development, bid documents, technical review and contractor selection Task 2 Deliverable: Copy of the County Commissioners applOval of a Construction Contractor. "The County's cost match will bc mct under the pre-construction phase 4.3 Task 3: Construction Task 3: The County shall be responsible for the construction of the Project which shall include, but not he limited to, project management and engineering ovetsight, of all constmction Task 3a Deliverables: (J) Copy of the 25% Completion Certification; Application and Certificate for Payment (Shows the status of the contract sum to date, including the total dollar amount of the work completed and stored to date, the amount ofretainage (if any), the total of previous payments, a summary of change orders and the amount of CUlrent payment requested) Along with the Application and Ccrtificate for Payment there should be documentation providing breaking the contmct sum into portions of the work in accordance with a schedule of values required by the general conditions The County shall submit an invoice from Collier County with an invoice number indicated on it with the arnount due. Task 3b Deliverables: Copy of the 50% Completion Certification and the Construction Substantial Completion Certification; Application and Certificate for Payment (Shows the status of the contract sum to date, including the total dollar amount of the work completed and Agreement No ar05097613600000933/A04 Page 3 of4 stored to date, the amount of retainage (if any), the total of previous payments, a summary of change OJders and the amount of cwrent payment requested) Along with the Application and CertiJicate for Payment there should be documentation providing br eaking the contract sum into portions of the work in accordance with a schedule of values tequircd by the general conditions The County shall submit an invoice flOm Collier County with an invoice number indicated on it with the amount due 4.4 Task 4: Final Letter Report Task 4: On completion of the project, the County shall pJeparc a final letter report to the District that swnmarizcs the work, accomplishments, and improvements to the watersheds Task 4 Deliverable: Finalletterlep01t including Engineer's Certificate of Construction Completion Agreement No. OTD5097613600000933/A04 Page 4 of 4 EXHIBIT "D4" PAYMENT AND DELIVERABLES SCHEDULE . A summaty deliverable and payment schedule ass.ociated with this project is set forth below Specific deliverab!es associated with each task are in the summary table below, Due dates fot all deliverables are set forth below An deliverables submitted hereunder are subject to review and acceptance by the District. Acceptability of all work will be based on the judgment of the District that the wm-k is technically complete and accuraLe . Payment shall be made following receipt and acceptance by the District of project invoices in accordance with the schedule set forth below All invoices shall be accompanied by adequate documentation to demonstrate completion of each task in accordance with Exhibit .oCt" Statement of Work requirements . Iotal payment by the District fot' al! activities hereunder shall not exceed the amount of $958,700 00 The Dishiet's cost share amount shall not exceed 50% of the total prC!ject cost . If [he total consideI'stion for this AGREEMENT is subject to multi-year funding allocations, funding fot each applicable fiscal year of this AGREEMENT will be subject to Governing Board budgetary appropriation In the event the DfSfRICT does not approve tunding for any subsequent fiscal yeal, this AGREEMENT shall terminate upon expenditure of the cunent funding, notwithstanding other provisions in this AGREEMENT to thc contnuy, ! Task Deliverables I Due Date District Not~to~ Collier County Cost Exceed Paymcnt* Match Task I: Notice-ta-Proceed Complete $50,000 DesignlPennitting with DesiO"n 60% Desil?:n Plans Complete $100,000 100% Design Plans Complete $150,000 and Permits Task 2: Construction Notice-to-Proceed ". - Complete $50,000 Bidding with Construction --~~ Task 3a 25% Completion August 2008 $508,700 Consttuction (note Certification I) $850,000 ! TasUb 50% Completion December 2008 $100,000 $108,700 , ConstlUction (nole I Certification -.-- " ~ Task 4: Final Letter Final Letter Report June 10, 2009 n/a nla Report with Certificate of Completion NOT-TO-EXCElm PROJECT TOTAL $958,700 $958,700 ".--m__ "'The District shall only be obligated to pay for documented actual expenditures within the not-ta-exceed amounts specified in the contract language_ In the event actual expenditures by Collier County are less than the not-to-exceed for a particular task, Collier Countyl shall have the right to apply the unexpended balance towards a subsequent task Coltier County shall provide written notice of its decision to exercise this right_ In no event shall the District's total obligation exceed $958,700 as specified above The county is responsible for any additional funds either through local revenues, grants, other applopriations, and/or other fundjng sources Collier County shall provide evidence its minimum 50% cost share has been met for each task as listed above. The subject cost share documentations will be included with each invoice and will be sent to the appropriate District Project Manager Once approved by the District Pl'~ject Manager the invoice and documentation will be forwarded to the South Florida Water Management District's Accounts Payable Without the 50% cost match documentation the invoice will not be paid Note 1: Pay requests for construction may be submitted quarterly Page I of I, Exhibit "D4", Agreement No OT050976/3600000933/A04 EXECUTIVE SUMMARY Recommendation to approve a Resolution establishing a "No Parking" zone along the County Roadway Right-of-Way on both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard at a cost of $1,200. OBJECTIVE: That the Board of County Commissioners approve a Resolution to establish a "No Parking" zone along the County Right-of-Way on both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard, CONSIDERATIONS: Traffic Operations staff received a request for the No Parking signage from the County Parks and Recreation Department due to safety concerns for pedestrians and bicyclists in the area of a new neighborhood park being constructed on Spanish Oaks Lane, After review of the area where the park is being constructed, the permit plans for the park, traffic patterns within this area, and expected conflicts between traffic and young pedestrianslbicyclists exiting or walking into the road from between parked cars, staff from the Traffic Operations Department supports the request of the Parks and Recreation Department. Approval ofthis document by the County Manager is subject to formal ratification by the Board of County Commissioners, If the decision by the County Manager is not ratified by that Board, this document shall be enforceable by Collier County only to the extent authorized by law in the absence of such ratification by that Board, LEGAL CONSIDERATIONS: The Resolution has been reviewed by the County Attorney's Office for legal sufficiency, There are no outstanding issues, and this item is ready for Board consideration and approvaL (MMSS) FISCAL IMPACT: The estimated cost of installing the eight "No Parking" signs required is approximately $1,200, Funds are budgeted in Traffic Operations Fund 101. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary, RECOMMENDATION: That the Board of County Commissioners approve a resolution to establish a "No Parking" zone on both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard and instruct the County Manager or his designee to have the proper signage installed designating that parking within the area is prohibited, Prepared By: Robert W, Tipton, P,E" Traffic Operations Director Attachments: (1) Resolution; (2) Location Sketch .<:: u - v ..:.: <Zl c o .~ u o .....l v c o N OJ) c :g .... " p.. , o Z -0 v -0 C 8 a o u v e<: RESOLUTION NO 2008- A RESOLUTlON OF THE BOARD OF COUNTY COMMISSiONERS OF COLLIER COUNTY. FLORIDA TO EST,'\BLISII A "NO PARKING" ZONE ALONG TilE RIGHT- OF-WAY ON BOTl[ SIDES OF SPANiSH OAKS LANE BETWEEN OAKES BOULEY ARD A1\'D TARPON BAY BOULEY ARD. COLLIER COUNTY, FLORIDA. WHEREAS, on May 20. 1980, the Board of County Commissioners adopted Collier County Ordinance No, 8().47, as amended, (Section 130.34 of the Collier County Codc of Laws and Ordinances) regulating parking in thc unincorporated areas of Collier County; and WHEREAS. Subsection 130.34(b) of the Code of Laws and Ordinanees authorizes the Board of County Commissioncrs to ado pi resolutions designating certain arcas along county roads as being areas in which parking, standing or stopping are restricted or prohibitcd, and upon adoption of said resolutions by the Board of Commissioners. such roads shall be posted with signs spccifying the restrictions or prohibitions of parking, standing. or stopping; and WHEREAS, a requcst has bcen submitted for the establishment of "No Parking" zones within the light-of.way on both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard; and WHEREAS, through an investigalion of the area by the Collier County Traffic Operations Department, it has been determincd to be in the intcrest of thc County to establish "1\'0 Parking" zones along bnth sides of thc County road right.oj~way on Spanish Oaks Lane betwcen Oakes Boulevard and Tarpon Bay Boulevard, NOW, THEREFORE. BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORlDA that: The road rights-of-way along both sides of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard arc hereby designated as "No Parking" Zones and said rights-olcway shall bc posted as necessary WIth signs specifying that parking is prohibitcd at any time, as follows: Page 10f2 "NO PARKING" is to be allowed along either side of Spanish Oaks Lane between Oakes Boulevard and Tarpon Bay Boulevard, THIS RESOLUTION ADOPTED after motion, second, and majority vote favoring the same this day of' ,200S. AITEST: DWIGHT E, BROCK, Clerk BOARD OF COUNTY COMMISSIONERS COLlIER COliNTY,FLORIDA , Deputy Clerk BY: TOM HENNING, Chairman BY: Approved as to I'HlI1 and legal sufficIency: LZ,,,- k. Marjorie' L Student-Stirhng Assistant County Attorney .: LI~ (,' cr I!K-rKO-lloti~2',fk,~(' Page 2: of2 EXECUTIVE SUMMARY Approve a budget amendment for $124,000 to increase budgeted revenues and expenses for the sale and purchase of aviation fuel at Immokalee Regional Airport. OBJECTIVE: To approve a budget amendment for $124,000 to inerease budgeted revenues and expenses for the sale and purehase of Av Gas and Jet A fuel allmmokalee Regional Airport, CONSIDERATIONS: In preparing the FY08 budget, Av Gas fuel for Immokalee Regional Airport was budgeted at $2,64 per gallon, The eurrent eost is $4,53 per gallon, In preparing the FY08 budget, Jet A fuel for Immokalee Regional Airport was budgeted at $2.43 per gallon, The eurrent eost is $4,73 per gallon, Beeause of the inereased eost of fuel, the budget authorization for fuel purehases at Immokalee Regional Airport is exhausted, In order to purehase additional Av Gas and Jet A fuel a budget amendment is required, An additional 8,000 gallons of Av Gas fuel and 16,000 gallons of Jet A are projeeted to be needed for the balanee of Fiseal year 08, at a cost of $124,000, Approval of this budget amendment by the County Manager is subjeet to formal ratifieation by the Board of County Commissioners, If the deeision by the County Manager is not ratified by that Board, this budget amendment shall be enforeeable against Collier County only to the extent authorized by law in the absenee of sueh ratification by that Board, FISCAL IMPACT: The fiseal impaet of this budget amendment request nets to zero, The budget for Av Gas Fuel Expense will be inereased by $56,000, and the revenue budget for Airport Av Gas Fuel will be inereased by $56,000, The budget for Jet A Fuel Expense will be inereased by $68,000, and the revenue budget for Airport Jet A Fuel will be inereased by $68,000, GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact assoeiated with this Exeeutive Summary, RECOMMENDATION: That the Board of County Commissioners approve a budget amendment for $124,000 for the purehase and sale of aviation fuel at Immokalee Regional Airport, Prepared by Debi Mueller, Collier County Airport Authority BUDGET AMENDMENT REQUEST For Budget/Finance Use Only BA#.. JE#.. BAR#.. A.P.H. Date.. 495 Fund Number Collier County Airport Authority Fund Description Date Prepared: 7114/08 Approved by BCC on: Attach Executive Summary Item No,: Fund Center Title: WBS Element Title: Expense Budget Detail Immokalee Regional Airport Fd Ctr No,: 192330 WBS No,: (Provide the Fund Center or WBS element information; it is not reauired to orovide both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Descrintion (Decrease) Budl!et Budl!et 192330 6424t5 A v Gas Fuel Exnense $56,000.00 $81,600.00 $13 7 ,600.00 t92330 6424t6 Jet A Fuel Exocnsc $68,000,00 $214,800,00 $282,800,00 Net Change to Budget $124,000.00 Fund Center Title: WBS Element Title: Revenue Budget Detail Immokalee Regional Airport Fd Ctr No,: 192330 WBS No,: (Provide the Fund Center or WBS element information; it is not requited to provide both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Bud!!et Bud!!et 192330 344240 Airport A vGas Fuel $56,000,00 $99,600,00 $ t 55,600,00 t92330 344260 A irport Jet A $68,000,00 $278,100,00 $346,100,00 Net Change to Budget $124,000,00 Revenue Budget Detail Fund Center Title: WBS Element Title: Fd Ctr No,: WBS No,: (Provide the Fund Center or was element information; it is not reauired to nrovide both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Bud!!et Budl'et Net Change to Budget Revenue Budget Detail Fund Center Title: WBS Element Title: Fd Ctr No,: WBS No,: (Provide the Fund Center or WBS element information; it is not re uired to rovide both. I Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budl!et Budl!et Net Change to Budget EXPLANATION Why are funds needed? No additional funds are needed, The revenues derived from additional sales will offset the cost of additional fuel purchases, Where are funds available? N/A REVIEW PROCESS DATE I Cost Center Director: Division Administrator: Budl!et Department: Al!ency Manal!er: Finance Department: Clerk of Board Admin.: Input by: B.A. No.: EXECUTIVE SUMMARY Report and Ratify Staff-Approved Change Orders and Changes to Work Orders to Board- Approved Contracts. OBJECTIVE: To enable the Board to oversee the execution of administrative change orders and changes to work orders, and promote accountability in the use of staff authority, CONSIDERATIONS: On April 22, 2003, the Board approved a recommendation to implement a plan to enable changes to BCC-approved contracts (Section XIV, C, Collier County Purchasing Policy) of not greater than 10 percent of the current Board approved amount or $10,000 (whichever is greater) to be authorized by staff, Also included in the report are ehanges to Work Orders, These include work orders issued under CCNA Contracts, which are less than or equal to $200,000 (Section VII.C, Collier County Purchasing Policy), and changes to work orders for all other contracts (Section XIV, G, Collier County Purchasing Policy) which are not greater than 10 percent of the current Board Approved amount or $100,000 whichever is greater, The Administrative report identifies the percentage changes, to contracts or work orders, that have occurred since the prior BCC approved amount, which are below the threshold limits as referenced above, The plan calls for staff to submit a monthly report listing these change orders from the previous reporting period, Enclosed is the monthly report of the Administrative Change Order and Administrative Changes to Work Order Reports, These reports eover period July 1, 2008 through July 21, 2008, FISCAL IMPACT: The total change to contracts is $156.495,93, The total change to work orders is $1.540,00, GROWTH MANAGEMENT IMPACT: There is no Growth Managemenllmpact associated with this action, RECOMMENDATION: That the Board of County Commissioners accepts the enclosed Administrative Change Orders and Administrative Changes to Work Orders Reports and ratifies the listed change orders and changes to work orders IN ABSENTIA: Approval of this document by the County Manager is subject to formal ratifieation by the Board of County Commissioners, If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board, PREPARED BY: Diana De Leon, Contract Technician, Purchasing Department " o > " ~ Qlc:l... ~ ~ E! 5 III ::I Q. 0 J:: (.) Co E (.) E 11I<< ~e~- ~oo . . ~ ~ 0 . o . . .~~ ~ u . u .0 ;;'::;S ~~g . . 0 "S:: ;: E &!8: E ~:. ::I ; 'E ~ ~o" u _ . " o " w " " w o " o w o z < I o W , " < " . w Z , o < ~ . e e g . ~ 0 ~ E , . " 08_ 00 ;: vi:: <l> l! 5 ~g~ Uu_ ~ . . . 0 -ij, 8 e 5 ';: lXl CL. E o ~" ,,- E . E . ". . .- ~u . . o ~ w o ' z 0 _2 QI C ~ ... ~ 0 g 'E ~ ZZo:.OZ ~ ~ g ~ 1: -g.- C 11I-- .. E! 0 J:: E! >0..0(.)0- . . o E 0 ~Z " o ~ W " 00 d N w 00 ~ g " W N ~ " " d 00 00 ,.: ;j; " " d " " ~ ;i ~ N W " m W :\l ,,; N ~ " " d " " '" ~ M ;i ~ o W" =>0 " . .oo o E o . " . > . " o .." ~:> 'E ~N ~ :g~5 ~ ~ g~'~ g-:f J: ~5 ~ ll..ZoUVlW 00 " ;;; :;! " E ~-:g , 0 . ~ , <l> ~ Qj ~ ~ ij E..<::~ ~"j ~ .: :t: 8 ~] <: 2!."lE 3l E III t; . 0 . ~~g . 0 0 Q ~~ 1l~~ e ~ ~ ~ ; ~ ~ ~ ~ -6,"ii5l i~! !!1 ~ c. ~.!!!~ - 0-""" :1~'g I!! ","Qj Via.... o E 0 ~ a. ~ ti 0.."' :::lEa. ~ iji,~ ~ 0> 0 ~.~ ~ to 5. E ~ ~~ !L~ 5, 5l a.~ 'a; il ~~ E ~ -0 c: ~ g~'~ Q)::Ja;-a. Gl .... .... E ;:-;]8 ~~~~ ~ ~~~. o .. u ~ij:g~ ]~ii~ III ,s;~-g ~e~~ QI--C- iO 8.t: ~ ~. <= ~:.= ~~~~ iij'E.o"E ~ ~ ~ 8 'iij.siij:g ]~.;~ ~] ffi 16 ~ ij i g =~~!i ] ~ r~ uti I c: ~!! c.:,g 5 e <II u; o Q. .0 5.=;s]i ~ o U; .....2 f- .~. ~ ~ Q; .~il2 0><>.11I'" 2;~ .S '-' '" <: g. o -E ~ ~ 5: fl E 0- .! :5 III f ~~]-o ;> c '" <II o tll.!: e " ~ ~ " 00 " ~ ,.: ; ~ w ~, ;;; " " ,.: " w ,,; ;;; " " N 00 00. ~ M. ;;; M m d ~ .; M ~. ;;; " " d w 00 oi II; ~ '0 . :>u il" o " . . " ~ ii' o o " o ~ ~~ ~-g I ..,.O>EO- ~ a;I:::: ~.g.~ ~~J:~~~ UlOOOL.L.O " E 00 " ~ " .. o o ~ <; ~ . 2 ~ o o " . C .2 . o .. > . o .2 .~ " " . " ~ M 1:: w 00 ~ M W M " ::l ~ . ~ " " N M W ,,; W ~ ~ o ~ .. " . E o e 5 o . " :> " " '!'. 13 ~ is " ~ ~ . o . :> . . " . ~ o .2 " ~ 3 o w . ~ . ~ o " " : ~ 8 ; .~ 5l 5l So "iii ;;; o . .2 "C :g~ il ~ . . ~~ [ti 02 ~~ . a; . ~$ o . . . ~ ' u ~ ~ . o 0 . 2 . - .~ ~ 5~ " " d " " oi i;;. ;j; 00 00 N ~. ~ m, ;j; " " d " " oi ~ 00. ;j; . . ~~ U~ . ~ o .2 c <3 .~ ~ ai o ~ o x " '" ~ ~ o . o ~ ~ .J is 2 . ~<3 ~~* ~~ ~~~~~ o:1i~Uc.:> e ~ ~ " M u o ~ c: 0; E . . ~" ,,~ .~ ~j .g~ " u o 8 o . ma. - . . . ~-g ." "C .~ 0_ " 0 =13 ~ 2 ~~ ~ 8 ~ ~ . .' ~ ~ .g ui ~ . 0 ~ 8 .S:!~ <>1< " E . , . " ~ ~ .g 6 -5; -g-g . ' ~ . .~ ~ ti..a ~ 8 ai a; m. o 0 ~ ~ ]~ .~ ~o; ii ~ o ~ .~ ~-g 2 ~_ ~ . . ~ .8-E. cu g- ~ ~ u _ .12s::1 5 <Il ~ Gi~"C ~ 0 0 .~ :g : -6 ~~ .~ <5.0 1l.g~ iii41"C 'g ~-g ~ ~-g . . . ~iii==< III 5 ~ ~ E cu g.!!!:so .2 ~ : U e g . jp.ij13 ~fr41 ... .... ~ fi .~ 6. 0':':' .<;; :r: ~ 2 .~ .~.~ . >" o 8 8 '" ~ ~ w " ~ ~ ~ ~ m " '" M M oj ~ " " d " " W N ~ 5: ,.: m N Ii N ~ ~ ~ ~ m " ,.: g oj ~ " " d o " m. w 00, 0;; . . @!f) U~ . ~ . . g;, c o . ~ " ~ 8 Q ~ <> w ~ ~ ~ "C al cucu ~;E ~ ~ ~ ~~8t3~ 00 ~ ~ " ~ 2 1! a; . . " . m . ~ w E ~ " . ~ " . m o . n . ~ E ~ ~ " ;:: . ~ u ~ '" ;; d N ~ ~ ~ M .; M m ::; ~ M m d i'l oj ~ ~ ~ ~ m ~ oi M ~ m ~ ,.: 00 " N M m ,.: M ~ . . . o .~ '" .. 5 tl 2 in ~ o . ~ . ~ " ~ . . o " o ~ " i ~ " ~ ~ ~ ~ " o d " 00 '" ~ ~ oi N ~ . . @!f) U~ . ~ ~~ a~ ~ 5l ~ ~ 5 tl (J).c E. ~5 c ;::;58 o <0 cu U C ~~~ ~-~~ ~~~g8~ .. o ~~ iI"v; .<> . O~ ';"2 ~ . 5 . e i!! ~" o . ~~ ;; ~ o . n o . . .~ . > o 00 ~ " w o o g ~ . ~ 2 ~ o . ~ . " . il. . ~ " ~ m .. ~ . ~ ~ " 2 ~ " ~ ~ 2 . " . n . ~ ~ ~ ~ o . S ~ l' . . ~ . . . " t , ~ ~ ~ . ~ . o E . . . . ~~ ll." . . ~ l' i!! 8 ~51 ~ ::l ~ g . - il-g lii~ ." ~:> .0 .- .~ r.: ~~ , " ~~ o . ~~ o tl :r: .~ .0 .~ 2 5~ m ~ ~ -~ G> C t _ g' ~ e g .. ::I Cl. 0 ..c: (.) Cl. E U E .. ex: oe.ou_ " u ~m . . ~ g' ; :p "~~ i3~o ~:s a: ~ ~ .~ i; ~ &8: <II .. 5: ~-E ~ ~o" u ~ ~ ~ o ~ ill ~ " ill o " o ill C Z < , o ill > " < ~ ~ w Z , o < ~ . > ~ i: e :l ~ ~ 0 :::I g. E uu" u~ m E U '5 G> l! 0 ~g~ Uu~ iii "gi: .g,tl e ~ ';: III Cl. E o ~" ,,~ ~ . i~ Ill.! ~ 0 . . c ~ w o ' z 0 _z G> ; li; OIl ~ d t5"Eo ~ :ZZ~ Z .. U III ... .g ~ jg g' ~ ;'es~e >c..uuc.. ~ c E 0 ~z ~ ~ o ~ ~ '" ~ N ~ ~ w" ~ o o .0 ;; '" ~ o o M ~ '" ~ .0 ~ ~ ~ .0 w w N ~ '" ~ o o M ~ '" ~ .0 ~ . . ~~ " ~ c o ii ~ c o ~ o " g 3 E .. " c is Q ~ <o:ir G> <.owo:: ~g ~ g..c:: ~~;!~~ Ot.noUUl m e ~ o w E ~ .E , .. " o .; . ~ l E o o ~ , ~ >< o ~ 5 ~ " c g '5 .: " t fi . " , o o E o o . ~~ ~~ _ 0 g g ~ "E ~ E " 0 " 0 C~ .2 "iii .~ ~ " c E ". . . ~~ ~jj 2 . ~ ~ j!~ =.2 jj~ n . ~~ .$! ;;; " ~ '13 <: o "iij . . ~ e . 0 " . " c . " ~~ " . ~ . 01i, c " " . ~ ~o C C " 0 ..c:-= o " ~ o c . S .S!'; ~ ~ ~ g o ~ d '"' o ;; ih TO: The Poole and Kent Company 3853 City Gate Boulevard Naples, Florida, 34117 CHANGE ORDER FROM: Collier County Government 3301Tamiarni Trail East, Bldg, 0 Naples, Florida 34112 Project Name: South County Regional Water Treatment Plant 12-MGD Reverse Osmosis Expansion Construdion Agreement Dated: 10/1112005 Bid No,: 05-3879 Change Order No,: 6 Date: JuDe 16,2008 Change Order Description: The Board of County Commissioners aWll!'ded Bid No. 05-3879, for $23,373,000,00 with The Poole and Kent Company on October 11, 2005, The following documentation is attached to this Change Order: (1) Written summary (description, reasOn and justification) for each item; (2) Table of costicredit amounts: Original agreement amount ,000000...00,00,,,,,,,,,,,,,,......,,...,,,,,,,,,...,,...,,,,,,0000...,,,,,,,,,,,,,$ Sum of previous change orders amount oo,,,moooo.,moooo,,oooooooooo.oooo,.,,,,,,,,,,,,oo.,,oooooooo$ This Change Order Amount [deduc!]oooooo"...",,,.,,,,,......,,,,.,.,,,,,,,,,,.,,,,,,oooo,,,,.oooo,,,,$ Re1Iised AgreemenJ Amounl..."oo",.. .""... .".." ,." '" "...", '"'''''''' ,,,',, '00"'" '"'''''' '''''''' $ 24,373,000.00 2,036,133.21 (-) 402.367.00 26,006,766.21 Refer to Attachment A fOT current contract times for substantial and final completion. Your acceptance of this change order shall con.tilllte a modification to our Agreement and will be performed .-ubjecl to all the same terms and conditions as contained in our Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, if any, to this Agreement .hall constitute a full and final settlement of any and all claims of the ContracfDr arising out of, or related to, the change set forth herein, including claims for impact and delay costs, Prepared by: J~~ -::p,L-- Kurt A. Pfeffer, P ,E., Project Manager Reviewed by: H7JndpwyS~ a !)- H: Peter Schalt, PMP, Scn; Project Manager CoI ' Ii' , Engineering Department Date: (!) I e, - c.- 8 Date: 7/7 /0 F I , Reviewed b Date 7/7;0:. P't'l.. Collie COOT _ INTe-rtio'k , . lties Engineering Department Reviewed by: Dale: Accepted by: Date:-#? Date: fir/Of Reviewed by: (For Use by Owner: Fund: 411 Cost Center: 2775'11 Object Code: 763100 G:\Forms\Change 0 as r.doc Revise~03/98 ~"V",,,,"'6~: ~.(;;;::: A-v,,- 1t-m\-L'St.H Dut~j'L I 1'l"'i"cILO"\'mlCM"""T Project No,: 7'; o.n) Dl,c: o?l~j?bt>.6 ''';-~ e ,:;". ,.-"', ""'.: ,: ';"(l:I, '~~">:t;/' ~.l.,'~ ~:~l&'~ 1 ~:;', !,.f~,,;;,.":"1,; " ~," GONTRAGT/WORK ORDER MODIFICATION CHECKLIST FORM 10. PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis EXDsnsion PROJECT#: 05-3879 PROJECT MANAGER: H. Peter Schaij. PMP BID/RFP fl.: 05-3879 MOD II: lJ6-{)1 POll: 4500054770 WORK ORDER fl.: NIA DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv Original ContAlcl Amount: S 24 373.000,00 (Starting Point) $ ?R.1njl''i''.!~~~~Lj,373,000Jl (Last Total Amount Approved by the BCC) Current BCC Approved Amount: $ 26.409.133.21 (Including All Changes PriorTo This Modification) Change Amount: S -420.410,OO.~ Current Contract Amount: Revised ContractIWork Order Amount: S 25 988 723,21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContracllWork Order: S 1.615.723,21 Date of Last BCC Approval 10111/2005 Agenda Item II lOG Percentage of the change over/under current contract amount~ % Formula: (Revised Amount I Last BCC approved amount)-l CURRENT COMPLETION DATE (5): i"Il11T,^'ITI^,l Cm~PliOTIO~1 NO, 1: SUBSTANTiAl COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO.1 B: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTiAl COMPLETION NO, 2: FINAL COMPLETION: ORICI~J"l' 91124120W ORIGINAl: 01/24/2007 ORIGINAl: 01124/2007 ORIGINAL: 01124/2007 ORIGINAL: 07/1312007 ORIGINAL: 0811212007 CYRRIi~IT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 111124,120117 01131/2007 0212312007 05/0212007 02/1212008 03/1312008 Describe the change(s): Cred~ for unused portion of Contract Allowance from Bid Item NO.2 for "Furnishing and Installing Membrane Elements", The Allowance amount was $1,500.000.00, The amount spent on elements and service connections under this item was $1 ,079.590,00, leaving an unused amount of $420,410,00, Specify the reasons for the change(s) n 1. Planned or Elective C 2. Unforeseen Conditions !it: 3. Quantity Adjusbnents C 4. Correction of Errors (Plans, Specifications or Scope of Work) C 5. Value Added C 6. Schedule AdjuSbnents Note: One or more may be checked, depending on the nature of the change(s). Identify all negative Impacts to the proJect If this change order were not processed: If this change orner were not processed. the County would not realize the credij for the unused portion of the alloWance amount OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR [llI Value Added/Unavoidable r.J Value Added/Avoldable r:JNo Value AddedlUnavoldable r:J No Value Added/Avoidable This change was requested by: r.J Contractor/Consultant II Owner C Using Department r: CDES C DesIgn Professional r.J Regulatory Agency (Specify) r:.1 Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r . Yes !Ii No This fonn Is to be signed and dated. SEE S/GNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ASSOC/A TED WITH THIS CHANGE ORDER. . CONTRACT/WORK ORDER MODIFICATION (b CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis EXDansion PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Schaij. PMP BID/RFP t: 05-3879 MOO t: 06-02 POI: 4500054770 WORK ORDER t: N/A DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv Original COntract Amount: $ 24.373 000,00 (Starting Point) Current BCC Approved Amount: $ 2..1BB.1!l5.n 4..4, ?;7'3.000~ (Last Total Amount Approved by the BCC) Current Contract Amount: $ 25 988 732,21 (Including All Changes Prior To This Modification) Change Amount: $ -8404,00 Revised ContractJWork Order Amount: $ 25980319,21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractlWork Order: $ 1.607.319,21 , Date of Last BCC Approval 1 0/11/2005 Agenda Item # 10G Percentage of the change over/under current contract amount~ % FormLia: (Revised Amount I Last BCC approved amount)-l CURRENT COMPLETION DATE IS): S' 'llli;J:;P~JTI,^,L CQMPl!iTlg~1 NO. 1: ORIGINAl: 011211;109, CblRRIiNT: (11':1112097 SUBSTANTIAL COMPLETION NO. 1A: ORIGINAL: 01/24/2007 CURRENT: 01/31/2007 SUBSTANTIAL COMPLETION NO.1 B: ORIGINAL: 01/24/2007 CURRENT: 0212312007 SUBSTANTIAL COMPLETION NO, 1C: ORIGINAL: 01/24/2007 CURRENT: 0510212007 SUBSTANTIAL COMPLETION NO.2: ORIGINAL: 07/13/2001 CURRENT: 02/1212008 FtNAL COMPLETION: ORIGINAL: 0611212007 CURRENT: 03/13/2008 Describe the chango(s): Credit for unused portion of Contract Allowance from Bid Item No, 4 for "Landscape. Irrigation and Siteworl< required for Stte Development Plan". The Allowance amount was $175,000.00. The amount spent on elements and service connections underlhis item was $166,596.00, leaving an unused amount of $8.404.00, Specify the reasons for the change(s) r:l 1. Planned or elective C 2. Unforeseen Conditions II 3. Quantity Adjustments c: 4. Correction of Errors (Plans, Specifications or Scope of Work) r:: 5. Value Added r:: 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: If this change ortler were not processed, the County would not realize the credtt for the unused portion of the allowance amount. OP8 TRACK CATEGORIES: MUST PICK ONLY ONE 01' FOUR l!0 Value Adde<llUnavoidable n Value Added/Avoidable rJNo Value AddeiiiUr.avoldable n No Value AddedlAvoldable This change was requested by: n Contractor/Consultant 11 Owner C Using Department C COES C Design Professional n Regulatory Agency (Specify) r:: other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Yes . ,'. No This form is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ASSOCIATED W/TH TH/S CHANGE ORDER. - CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM Ie PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exvansion PROJECT #: 05-3879 PROJECT MANAGER: H, Peter Schal!. PMP MOD #: 06-03 PQ#: 4500054770 WORK ORDER #: N/A BID/RFP #: 05.3879 DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ 24.373.000,00 (Starting Point) Current BCC Approved Amount $ .....8,'88.133.1:1 ;;,1-/,011>,000 J>lL (Last Total Amount Approved by the BCC) Current Contract Amount: S 25,980.319,21 (Including All Chenges Prior To This Modification) Change Amount S .50000,00 Revised ContractJWork Order Amount: S 25,930.319,21 (Includtng This Change Orner) Cumulative Dollar Value of Changes to this ContractJWork Order: $ 1.557319,21 Date of Last BCC Approval 1 0/1112005 Agenda Item # 10G Percentage of the change over/under current contract amount 6,39 % Fonnula: (Revised Amount I Last BCe approved amount)-1 CURRENT COMPLETION DATE (S): SUIi~T'ml"-i OO'4Pb>;TlON NO, 1: SU8STANTIAL COMPLETION NO, 1A: SUBSTANTIAL COMPLETION NO, 18: SUBSTANTIAL COMPLETION NO. 1C: SU8STANTIAL COMPLETION NO.2: FtNAL COMPLETION: ORIGI~t..L: 91<21<:1007 ORIGINAL: 01/24/2007 ORIGINAL: 0112412007 ORIGINAL: 0112412007 ORIGINAL: 07/1312007 ORIGINAL: 08/12/2007 CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 91 '21J:lllll7 01/3112007 02/2312007 05/0212007 02/12/2008 03/1312008 Describe the change(s): Credn for unused portion of Contract Allowance from 8id Item No.5 for "Upgrades to Membrane Cleaning System". The Allowance amount was $50,000,00, The amount spent on elements and service connecllons under this item was $0,00, leaving an unused amount of $50,000,00. Specify the reasons for the change!s) rJ 1. Planned or Elective C 2. Unforeseen Conditions m 3. Quantity Adjustments c: 4. Correction of Errors (Plans, Specifications or Scope of Work) Il!ll 5. Value Added c: 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all n.egative impacts to the project if this change order were not processed: If this change orner were not processed, the County would not realize the credit for the unused portion of the allowan<:e amoun!. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR l!i!l Value Added/Unavoidable D Value Added/Avoidable DNo Value Add8diiJnavoldable D No Value Added/Avoldable This change was requested by: n Contractor/Consultant ~ Owner C Using Department C COES C Design Professional D Regulatory Agency (Specify) c: Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Yes Ii\lO , No This fonn Is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ASSOC/A TED WITH THIS CHANGE ORDER. let CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWTP 12-"'00 Reverse Osmosis EXDansion PROJECT #: 05.3879 PROJECT MANAGER: H. Peter Schan PMP BID/RFP II: 05.3879 MOD II: 06.<)4 POll: 4500054770 WORK ORDER II: N/A DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv Original eontract Amount: $ 24 373.000,00 (Starting Point) $ ?A4QQ,1aa.21' ~;1/1'?> .OO() Dr (Last Total Amount Approved by the BCC) $ 25.930,319,21 (Including All Changes Prior To This Modification) Current BCC Approved Amount: Current Contract Amount: Change Amount: $ 722,00 Revised ContractJWork Order Amount: $ 25.931.041,21 (Including This Change Order) Cumulative Dollar Value of Changes to 11his ContractJWork Order: Date oHast Bce Approval 10/1112005 Agenda Item # lOG $ 1.558,041,21 Percentage of the chenge overlunder current contract amount 6,39 % FOll11ula: (Revised Amount I Last BeC approved emount).1 CURRENT COMPLETION DATE (S): SUIlST!\!'lTIAL COIlAPLlITlml NO.1: SUBSTANTIAL eOMPLETION NO. 1A: SUBSTANTtAL COMPLETION NO.1 B: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO, 2: FINAL COMPLETION: ORICI~I^,l' Q1!2~12007 ORIGINAL: 01/24/2007 ORIGINAL: 01/2412007 ORIGINAL: 01/24/2007 ORIGINAL: 0711312007 ORIGINAL: 08112/2007 CURRaNT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 01 ':1412007 01/31/2007 02123/2007 05102/2007 0211212008 03/13/2008 Describe the change(s): Meterlals and tabor to Install steel corner guards at the High Service Pump Station No, 2 roof-mounted exhaust fans. Specify the reasons for the change(s} r:l 1. Planned or Elective C 2. Unforeseen Conditions C 3. Quantity Adjustments ~ 4. Correction of Errors (Plans, SpecIFICations or Scope of Work) r; 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify aU negative impacts to the project Ifthls change order were not processed: The steel comer guerds were required to protect the fan housings from damage caused by the hurricane cable straps, The guards were not called for by the contract specifications or details, This Item resu"ed In no re.wock, If this change order were not processed, the fan housings would be dented by the tension of the hurricane cable sllaps, OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR r Value AddedlUnavoidable 111 Value Added/Avoidable DNo Value Adii8diih.avoldable n No Value Added/Avoidable This change was requested by: lii!l Contractor/Consultant C Owner r:: Using Dspartment C CDES II!!l Design Professional n Regulatory Agency (Specify) G other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r' Yes !Ii No This form is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ...............""............ ...~._. -....... .....~~....._- ----- CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM Ie.. PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis ExDansion PROJECT#; 05-3879 PROJECT MANAGER: H, Peter Schall. PMP MOD #: 06-05 P01I: 4500054770 WORK ORDER #: N/A BIDlRFP #: 05-3879 DEPARTI.lENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent ComDanv $ 24.373,000,00 (51arling Point) $ ~liA99139.!Z1 )4,Y1~,OoO It (Last Total Amount Approved by the Bee) $ 25 931041,21 (Including All Changes Pdor To This Modification) Change Amount: $ 4.667,00 Revised ContractlWork Order Amount: $ 25 935 708.21 (Including This Change Order) Original Contract Amount: CUlTent BCC Approved Amount: Current Contract Amount: Cumulative Dollar Value of Changes to this ContractlWDlk Order: $ 1.562.708.21 Date of Last BCC Approval 1 0/1112005 Agenda Item # 1QQ Percentage of the change over/under current contract amount 6.41 % Formula; (Revised Amount I Last BCC approved amount)-1 CURRENT COMPLETION DATE IS); SY8ST^~ITIAl C9MP~ETIGtt ~IO, 1; SUBSTANTIAL COMPLETION NO, 1A: SUBSTANTIAL COM PLETt ON NO. 1B; SUBSTANTIAL COMPLETION NO, 1C: SUBSTANTIAL COMPLETION NO. 2: FINAL COMPLETION: OI'lIGI~II'.b: 91!2113QQ7 ORIGINAL: 01/2412007 ORIGINAL; 01/2412007 ORIGINAL; 01/24/2007 ORtGINAL: 07/13/2007 ORIGINAL: 08/1212007 l;;URREtJT; CURRENT: CURRENT: CURRENT; CURRENT; CURRENT: 91 ':11':1997 01/31/2007 02123/2007 05/02/2007 02/12/2008 03113/2008 Describe the change{s): Materials and labor to repair the pre-existing lightning protection system near the existing Lime Softening Plant Degasifiers, Specify the reasons for the change(s) r.l 1. Planned or Elective eI 2. Unforeseen Conditions c: 3. Quantity Adjustments c: 4. Correction of Errors (Plans, Specifications or Scope of Work) l!IiJ 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the proje"t if this change order were not processed: This contract Includes replacement of the LSP dagasmers and extension of the existing lightning protection system to serve the replacement dagaslfiers. The extstlng lightning prolection system was discovered to be damaged by unknown causes/events. The existing system had 10 be repaired in orner for the extended system to function properly, It was recommended that the specialty lightning prolectlon subcon1raclor for contract wor1< perfonn the repairs to ensure complete system responslbility by one subcontractor, Had these repalrs not been made, the LSP Degasilier area would not have functioning lightning protection and ns eleclrical and Instrumentation components would be subject to damage from lightning, OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR n Value Added/Unavoidable l!il!I Value Added/Avoidable nNo Value Added/Unavoidable n No Value Added/Avoidable This change was requested by: n Contractor/Consultant C Owner ~ Using Department r:: CDES C Design Professional r.l Regulatory Agenc:y (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: j- Yes !i No This form is to be sloned and dated. SEE SIGNATURE PAGE AT THE END OF AU. CHECKLIST FORM.<; CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM (( PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis ExDanslon PROJECT #: 05-3879 PROJECT MANAGER: H, Peter SchaU, PMP BID/RFP #: 05-3879 MOD *: 06-06 PO#: 4500054770 WORK ORDER #: NIA DEPARTMENT: Public Utilities CONTRACTORIFIRM NAME: The Poole and Kent Comoanv Current BCC Approved Amount: $ 24.373.000,00 (Starting Point) $ ~&. ms, 1~~:z'I .:2-'1,37'0 ,ooD 11- (last Totat Amount Approved by the BCC) $ 25,935,708,21 (Inctuding All Changes Prior To This Modification) Original Contract Amoun1: Current Contract Amount: Change Amount: $ 16,545,00 Revised ContracflWorl< Order Amount: $ 25,952253.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContracflWorl< Order: $ 1.579 253,21 Dale of Lest BCC Approval 10/11/2005 Agenda Item # 10G Percentage of the change overlunder current contract amoun1 6.48 % Formula: (Revised Amount I last BCC approved amount)-l CURRENT COMPLEllON DATE (5): liUQ~TAHTb^.l COMPLETION NO, 1: SUBSTANTIAL COMPLETION NO, 1A: SUBSTANTIAL COMPLETION NO, 1B: SUBSTANTIAL COMPLETION NO, 1C: SUBSTANTIAL eOMPlETION NO, 2: FINAL COMPLETION: ORIGINAL: 01!2112007 ORIGINAL: 01/24/2007 ORIGINAL: 01/24/2007 ORIGINAL: 01/24/2007 ORIGINAL: 0711312007 ORIGINAL: 08112/2007 CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 011.:1112007 01/31/2007 02l23mJ07 05/0212007 02112/2008 03113/2008 Describe the change(s): Materials and labor to complete an emergency repair 10 permeate dump and concentrate piping associated with the reverse osmosis treatment units. Specify the reasons for the change(s) [J 1, Planned or Elective Iifl 2. Unforeseen Conditions r:: 3. Quantity Adjusbnents C 4. Correction of Errors (Plans, Specifications or Scope of Work) m 5. Value Added C 6, Schedule Adjllsbnents Note: One or more may be checked, depending on the nature of the change(s). Identify all negative Impacts to the project if this change order were not processed: The RO permeate dump and concentrate piping was apparently damaged by a surge in operating pressure in the common RO concentrate disposal pipeline to the deep injection wells. The high pressure condition was apparenUy caused by a malfunction In pre- existing control Interlocks between the concentrate disposal well valves and the RO treatment unit feed pumps, Both concentrate disposal valves were closed while RO skid feed pumps continued to operate, The Increasing pressure apparently caused a failure In the permeate dump and concentrale piping near RO treatment un~ no, 10, The damaged piping is common to concentrate disposai from all 1 0 reverse osmosis treatment unlls, Had the piping not been repaired through an emargency change order, the entire reverse osmosis treatment process would have remained out of operation; and 1I1e resulting outage would have reduced plant production and ability to supply adequate volume and pressure to drinking water customers, OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR II) Value Added/Unavoidable D Value Added/Avoidable nNo Value AdiiediUnavoldable n No Value Added/Avoidable This change was requested by: Contractor/Consultant.... OWner Using Department CDES E: Design Professional n Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: !- Ves - No This fonn is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM (9 PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis ExoansJon PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Schall. PMP BID/RFP #: 05-3879 MOD #: 06-07 Pot: 4500054770 WORK ORDER #: N/A DEPARlMENT: Public Utilities CONTRACTORIFIRM NAME: The Poole and Kent Comoanv Current Bec Approved Amount: $ 24.373.000.00 (Starting Pelnt) $ .2G.18e.133.21 :z4/61'o;ot>OII (Last Total Amount Approved by the BCC) $ 25.952.253.21 (Including All Changes Prior To This Modification) Original Contract Amount: Current Contract Amount: Change Amount: $ 12.560.00 Revised ContractlWork Order Amount: $ 25.964.813.21 (Indudlng This Change Order) CumulatIve Dollar Value of Changes to this ConlnoctlWork Order: $ 1 591 813.21 Date of Last BCC Approval 10111/2005 Agenda Item # 10G Percentage of the change over/under current contract amount 6.53 % Formula: (Revised Amount/ Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): SL'BST.^.NTI4J. COMPbliTlml NO.1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1 B: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO. 2: FINAL COMPLETION: ORIGIN>,l: 01t:11120Q:7 ORIGINAL: 01/2412007 ORIGINAL: 01/24/2007 ORIGINAL: 01/24/2007 ORIGINAL: 07/13/2007 ORIGINAL: 08/1212007 CURRleNT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 01121 r.1OOJ 01/3112007 0212312007 05/02/2007 02112/2008 03/1312008 Describe the change(s): Materials end labor to install protective electricalflnstrumentation control interlocks between (a) the RO treatment units and the two pre-i>xisting concen1rate disposal well discharge valves: and (b) between the RO treatment units and the influent degasifier permeate Isolation valves. Interlocks in "a. consist of modifications to motorized valve operator configuration, a new concentrate header pressure switch, end interlock prognamming at PlC-1. Interlocks in "b" required prognamming from existing permeate pressure transmitter PIT -400 and interlock prognammlng at PlG-1. Detailad scope Is included in Work Directive No. 52. Specify the reasons for the change(s) n 1. Planned or Elective C 2. Unforeseen Conditions ~ 3: Quantity Adjustments c: 4. Correction of Errors (Plans, Specifications or Scope of Work) ~ 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change{s). Identify all negative impacts to the project If this change order were not processed: The proposed work will provide Interlocks between discharge isolation valves on permeate and concentrate diScharge headers from the RO. Skids 1 through 10. These interlocks will prevent ovar-pressure condition in both piping haaders and prevent inadvertent damage to piping and skid componants caused by those potential high pressure conditions. As such, this item is a valu....dded betterment to a pre-eJdsllng condition for !he sustainabllity of the skids/piping. If the change order were not processed. there would be a risk of over- pressure in either pipeline that could resutt in damage to piping and/or equipment that could require the RO treatment process to be out of ooenafion. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR :J Value Added/Unavoidable liIll Value Added/Avoidable DNa Value Add.KiiUrlavoldable n No Value Added/Avoidable Thill change was requested by: D Contr1ilctorlConsultant L..i Owner ~ Using Deparbnent C CDES C Design Professional n Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: ryes .. No This form Is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ~---_._~-~ .+-'-_._+-+~ -~------ ----- CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM I h PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05--3879 PROJECT MANAGER: H. Peter Schall. PMP MOD #: 06-08 Pot: 4500054770 WORK ORDER #: N/A BID/RFP #: 05-3879 DEPARlMENT: Public Utilities CONTRACTOR/FIRM NAME: The Pooie and Kent Comoanv . Original Contract Amount: $ 24.373.000.00 (Starting Point) $ ..6ll.18B.199.21 ';"1,o73.IJO() ~ (Last Total Amount Approved by the BCC) $ 25,964.813.21 (Including All Changes Prior To This Modification) Current BCC Approved Amount: Current Contract Amount: ehange Amount: $ 21.781.00 Revised ContractlWork Order Amount: $ 25.986 594.21 (Including This Chenge Order) Cumula1lve Dollar Value of ehanges Ie Ih is ContractlWork Order: $ 1.613.594.21 Date of Last BCC Approval 10/1112005 Agenda Item # 10G Percentage of the change over/under current contract amount~ % Fonnula: (Revised Amount / Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): SUilST"NTI"L CGMPUiTlml ~JO.1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETION NO. lC: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORIGINAL: 01121i:lOO7 ORIGINAL: 01/24/2007 ORIGINAL: 01/2412007 ORIGINAL: 01/24/2007 ORIGINAL: 07l13(l007 ORIGINAL: 0811212007 (,bJRRIi!~IT' CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 0112112G97 01/3112007 02/2312007 05/0212007 02/12/2008 03/13/2008 Describe the change{s): Materials for upgraded self-priming sump pumps in the RO process building drainage trench. Specify the reasons for the change{s) r1 1. Planned or Elective C 2. Unforeseen Conditions C 3. QuantJty Adjustments C 4. Correction of Errors (Plans, Specifications or Scope of Wor1<) m 5. Value Added r:: 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change{s). Identify all negative Impacts to the project if this change order were not processed: County plant staff determined that the sump pumps initially installed In the RO building drainage trench were not robust enough for the application. Therefore, heavy duty Industrial sump pumps were selected. This change order lIem compansates the Contractor for the cost of the upgraded pumps. If this change order were not processed, plant staff concluded that they would be required to perfunn frequent maintenance on the previous sump pumps. As such, this item Is a value-added Improvement to increase reliability and reduce equipment down-time for maintenance. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR [] Value Added/Unavoidable l!l}1 Value Added/Avoidable [11'10 Value AddediUnavoldable r] No Value Added/Avoidable I This change was requested by: r1 Contractor/Consultant C Owner fIl Using Department r:: COES r:: Design Professional r1 Regulatory Agency (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: C Other (Specify) rYes .. No This form is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS .., CCnrJA T.::n IiUITU 'TUJ(;';' ....,.,.U....II":;I:: nDnll:'D Ii. CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reveille Osmosis Exoansion PROJECT#: 05-3879 PROJECT MANAGER: H. Peter Schalt, PMP BID/RFP #: 05-3879 MOD #: 06-09 Pot: 4500054770 WORK ORDER #: N/A DEPARTMENT: Public utili1les CONTRACTORIFIRM NAME: The Poole and Kent Comoany Original Contract Amount: $ Current BCC Approved Amount: $ 24373.000.00 (Slarting Point) ?l'.Ana'~1~1-tL<I,?;13.0()lJ f1,t (Lest Total Amount Approved by the BCC) 25.986.594.21 (Including All Changes Prior To This Modnication) Current Contract Amount: $ Change Amount: $ 3.372.00 Revised ContractlWork Order Amount: $ 25.989.966.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractIWork Otder: $ 1.616.966.21 Date of Last BCC Approval 1 0/11 /2005 Agenda 11Ilm # 10G Percentage of the change over/under current contract amount~% Formula: (Rev/sed Amount / Last BCe approved amount)-1 CURRENT COMPLEllON DATE (5): sbl~s.prn:J'\l COMPbi>fIO~1 NO.1; SUBSTANTIAL COMPLETION NO.1A: SUBSTANTIAL COMPLETION NO.1B: SUBSTANTIAL COMPLETION NO.1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORII<;I/I...l: 011J1hlOO7 ORIGINAL: 01/24/2007 ORIGINAL: 01/2412007 ORIGINAL: 01/2412007 ORIGINAL: 07/1312007 ORIGINAL: 08112/2007 CURRie/IT- CURRENT; CURRENT: CURRENT: CURRENT: CURRENT: 01 1:l1 1:l001 01/31/2007 0212312007 0510212007 02112/2008 0311312008 Describe the change(s): Materials and labor to replace I to P converters for Lime Softening Pianl fdter valve controls with new units. This Item was partially compensated under a con1ract allowance account for electro-mechanical upgrades required to Implement SCADA control integration for existing lime soflening plent facilities. However, the allowance acrount of $50,000.00 was partiaUy exceeded by this item. Of the total cost for this item of $12.741.00, $9,369.oo will be compensated through the contract allowance and the remaining $3,372.00 will be compensated by this change order. Specify the reasons for the change(s} lli!l 1, Planned or Elective r: 2. Unforeseen Conditions C 3. Quantity Adjustments C 4. Correction of Errors (Plans, SpecIfications or Scope of Work) lB 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change{s}. Identify all negative impacts to the project If this change order were not processed: The I to P converters are 20+ years old end have reached lhe end of their useful service life. This was recognized during design and accounted for In the development of the $50,000 SCADA allowance account referenced ebove. The cost of other ilems compensated by the allowance account (position switches end solenoid velves associated with the LSP filler contrcls upgrade) was higher than projected and caused that account to be exceeded by this item. If this change order were not processed, I to P converters would continue to degrede and the LSP filter backwash controls would not function prope~y OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR Cl Value AddedJUnavoldable l!i.l Value Added/Avoidebl. [jNo Value Add;diih;avoldable r:'l No Value Added/Avoidable This change was reqU8$ted by: ContractorfConsultanl UsIng Department CDES C Design Professional r:l Regulatory Agency (Specify) r:: Otller {Specify} CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Yes r No This form is to be signed and daled. SEe SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ~____...___ w....__. _0,._ _.._..__ _____ CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM I' . PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05-3879 PROJECT MANAGER: H. peterSchait PMP B1D/RFP #: 05.3879 MOD#: 06-10 PQ#: 4500054770 WORK ORDER #: NIA DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv . Original Contract Amount: $ 24.373.000.00 (Starting Point) $ .?"ng133.l!1/J.'f,373,oOOV-- (Last Total Amoont Approved by the BCC) $ 25 989 966.21 (Including All Changes Prior To This ModifIcation) Current BCC Approved Amount: Current Contract Amount: Change Amount: $ 0.00 Revised ContractlWork Order Amount: $ 25989.966.21 (Including This Change Order) Cumulative Dollar Value of Changes Ie this ContractJWork Order: $ 1.616.966.21 Dale of Last BCC Approval 1 0/1112005 Agenda Item # ~ Percentage of the change over/under current contract amount 6.63 0/. Fonmula: (Revised Amount / Last BCC approved amount)-l CURRENT COMPLETION DATE (S): llblilllT..NTI.... CQMPlHION NO.1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETION NO.1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORIGINAl: Q1r.l112OO7 ORIGINAL: 01124/2007 ORIGINAL: 01124/2007 ORIGINAL: 01/24/2007 ORIGINAL: 07/13/2007 ORIGINAL: 08112/2007 CURRENT: CURRENT: CURRENT; CURRENT: CURRENT: CURRENT: Q1r;411;.lgg1 01/31/2007 02/2312007 0510212007 02112/2008 03/1312008 Describe the change(s): Materiels and labor to replace valve position switches for Lime Softening Plant fllter valve contn;>l. with new units. This item was compensated under a contract allowance account for electro-mechanical upgrades required to implement SCADA control Intagratlon for existing lime softening plant facilities. Therefore. the total cost for this item of $40.631.00 will be compensated through the contract aUowance and this will be a ~6ro"COSt" change order item. Specify the reasons for the change(s) M 1. Planned or Elective r: 2. Unforeseen Conditions C 3. Quantity Adjustments c: 4. Correction of Errors (Plans, Specifications or Scope of Work) l!!ll- 5. Value Added G 6. Schedule Adjustments Note: One or more may be checked, depending on the nature ofthe change(s). Identify all negative Impacts to the project If this change order were not processed: The valve position switches end solenoid val"". ara 20+ years old and have reached 1he end of their useful service life. This was recognized during design and accounlBd for In the development of the $50,000 SCADA allowance account referenced ebove. If thia "zero.cosr change order were not processed. the poor condition of the existing switches and solenoid valves would not allow the LSP filter backwash control. to function at all. I lOPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR !.~ Value Added/Unavoidable l!Iil Value Added/Avoidable nNo Value Adii<liiiUnavoldable r.J No Value Added/Avoidable This change was requested by: rJ Contractor/Consultant G Owner Ii!! Using Department C CDES C Design Professional n Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Yes ~ No This form ,.. to be slanA<! and datAd. SEE SIGNATURE PAGE AT TUE END OF All. CUFCKII~T FORM.": I {.{ CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 0S-3879 PROJECT MANAGER: H. Peter Schan, PMP BID/RFP #: 05-3879 MOD #: 06-11 PO,: 4500054770 WORK ORDER #: NJA DEPARlMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv . Original eontract Amount: $ 24 373 000.00 (Starting Point) $ .,Q '091M.xr.;2L{, ?i13,OODP/I (Last Total Amount Approved by the BCC) $ 25.009 966.21 (Including All Changes Prior To This Modification) eurrent Bce Approved Amount: eurrent Contract Amount: Change Amount; $ 13.236.00 Revised ConlnoctlWork Order Amount: $ 26003202.21 (Including This Change Order) Cumulative Dollar Value of Changes to this Contracl/Work Oreler: $ 1.630.202.21 Date of Last BCC Approval 10/11/2005 Agenda Item # 10G Percentage of the change over/under cu""nt contract amount~ % Formula: (Revised Amount / Last BCC approved amount}-1 CURRENT COMPLETION DATE (S): S'JilST.^,NTI4J. COflPLl1:rlON ~JO. 1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1 B: SUBSTANTIAL COMPLETION NO. 1 C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: OFlICIH",L: 01121r.1OOJ ORIGINAL: 0112412007 ORIGINAL: 01124/2007 ORIGINAL: 0112412007 ORIGINAL: 07113/2007 ORIGINAL: 08/12/2007 CL'RRIONT' CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 91J:llr.wo7 01/31/2007 02123/2007 05102/2007 . 0211212008 03/1312008 Describe the change(s): Materials and labor to install a new motorized actuator set for an existing C02 feed system velve so that It can be automatically controlled from the plant's SCADA system. Specify the reasons for the change(s) f;i] 1. Planned or Elective C 2. Unforeseen Conditions C 3. Quantity Adjustments t': 4. Correction of Errors (Plans, Specifications or Scope of Work) III 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: The motorized valve actuator allows automatic feed of CO2 to the LSP recarbonation basin. Automation of this feed system is designed to match feed rate to demand more efficiently and reduce C02 consumption. Originally this Item was to be compensated throu9h a contract allowance account for electro-mechanical items associated with Lime Softening Plant SCADA upgrades. However. that account was expended by replacement of valve poaiUon switches and I to P signal converters required for automation of the LSP filter backwash controls_ As B result compensation for this Item is included in this change order. If this change order were not processed. there wouid be no automatic controls for feeding C02 to the recarbonatlon basins. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR f1 Value AddedlUnavoidable 00 Value AddedlAvoldable l.lNo Value Added/Unavoidable r:J No Value Added/Avoidable This change was requested by: r:l Contractor/Consultant C Owner S Using Department C CDES C Desig" Professional [1 Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r" Yes !I' No This form 18 to bA ~ionl>d And dAted. SEE SIGNATURE PAGE AT THE END OF AI I CHFCK//!:;r FORM.<: CONTRACTiWORK ORDER MODIFICATION CHECKLIST FORM II. PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoanslon PROJECT #: 05-3679 PROJECT MANAGER: H. Peter Scha~, PMP BID/RFP #: 05-3879 MOD #: 06-12 POt: 4500054770 WORK ORDER #: NIA DEPARTMENT: Public Utilities CONTRACTORIFIRM NAME: The poore end Kent Comoanv Original Contract Amount: $ 24.373.000.00 (Starting Point) $ .2a 18~...,.,."f .:2-'1/818. Ot;{) II (last Total Amount Approved by the BCC) $ 26 003.202.21 (Including All Changes PrtorTo This Modification) $ 17 055.00 Current BCC Approved Amount: Current Contract Amount: Change Amount: Revised Contract/WOrk Order Amount: $ 26.020.257.21 (Induding This Change Order) I CumulatJlIe Dollar Value of Changes to this ContractlWork Order: $ I 1.647.257.21 Date of Last BCC Approval 10/1112005 Agenda Item # 10G Percentage of the change over/under current contract amount 6.76 % Fonnula: (Revised Amounl/ Last BCC epproved amount)-1 CURRENT COMPLETION DATE (5): SlJQSTAI>JTI^.l COMPLETION ~IO l' SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETION NO. lC: SUBSTANTIAL COMPLETION NO. 2: FINAL COMPLETION: ORIGIN4J.: 011:l112ll07 ORIGINAL: 0112412007 ORIGINAL: 01124/2007 ORIGINAL: 01124/2007 ORIGINAL: 0711312007 ORIGINAL: 08/1212007 CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 111/21.'2907 01/31/2007 02123/2007 05/0212007 02112/2008 Q3/13/2008 Describe the change(s): Matertals and labor to install a new pH analyzer for Ume Reactor No. 1. Specify the reasons for the change(s) Ii!!l 1. Planned or Elective G 2. Unforeseen Conditions CO 3. Quantity Adjustments r: 4. Correction of ElTors (Plans, Specifications or Scope of Work) ~ 5. Value Added r:: 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if thIs change order were not processed: PH analyzers are being installed al each of the County's three lime reactors so that monltorin9 of ph and control of line dosage to maintain the desired ph can be controlled through the plant SCADA system. Analyzers for Lime Reactors Nos. 2 and 3 were included In this base contract. The analyzer for Lime Reaclnr No. 1 was included in a separate contra.ct that was scheduled for Year 2009 that would demolish and replace Lime Rea<:lor NO.1. That project has now been deferred for et least 8-10 years due In revenue constraints. Since Lime Reactor No. 1 will remain for at least 8-10 years, the analyzer will be installed now for automated control benefi1s described above. If this change order were not processed, plant staff would not be able to automatically control ph and lime dosing for Lime Reactor NO.1 through the SCADA system. lOPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR n Value AddedlUnavoldable IiIl1 Value Added/Avoidable nNo Value Adjj;jjUr;avoldabte n No Valua AddedlAvoldabl. This change was requested by: r.I Contractor/Consultant C Owner l!!l! Using Department I: CDES C Design Professional n Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r Yes 'Ir No This fonn is to be slaned and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHFCKI/!':T FnRM~ CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM IIV\ PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis ExPansion PROJECT It 05-3879 PROJECT MANAGER: H. Peter Schan. PMP BID/RFP N: 05-3879 MOD #: J&ll Pot: 4500054770 WORK ORDER N: N/A DEPARTMENT: Public Utimies CONTRACTORIFIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ 24,373.000.00 (Starting Point) $ --2<l4B!l133:21 fl,{,!/1'3/()iJb~ (Last Total Amount Approved by 1he BCC) $ 26 020 257.21 (Including All Chenges Prior To This Modification) Current BCC Approved Amount: Current Contract Amount: Change Amount: $ 2.443.00 Revised ContractlWork Order Amount: $ 26.022 700.21 (Induding This Change Order) Cumulative Dollar Value of Changes to this ConlractlWork Order: $ 1.649.700.21 Date of Last BCC Approval 10111/2005 Agenda Item # 1QQ. Percentage of the change over/under current contract amount 6.77 % FO[lT1ula: (Revised Amount /last BeC approved amount)-1 CURRENT COMPLETION DATE (5): S'J8liT.<\NTU>h CQtlPUiTIO~1 NO.1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETlON NO. 1C: SUBSTANTIAL COMPLETION NO. 2: FINAL COMPLETON: ORIGIN",k: Q1hl1f.lQ07 ORIGINAL: 01/2412007 ORIGINAL: 01/2412007 ORIGINAL: 01/2412007 ORIGINAL: 07/1312007 ORIGINAL: 08/1212007 CURRIONT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: QV14.QOQ7 0113112007 0212312007 05/02/2007 02/12/2008 03/1312008 Describe the change(s): Materials and labor to install new manual backdraftdampers for the RO Building Switchgear Room HVAC system. Specify the reasons for the change(s) rJ 1. Planned or Elective C 2. Unforeseen Conditions C 3. Quantity Adjustments C 4. Correction of Errors (Plans, Specifications or Scope of Work) l!l;l 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nalure of the change(s). Identify all negatlve Impacts to the project If this change order were not processed: Back-<lraft dampers are required txJ allow ltIe air handling portion of the new HVAC system 10 function without navelSe air flow. The back-draft dampers were Inadvertently omitted from Ihe Original HVAC system drawings. No re-work Is requirad for this Item. If.thls change order were not processad, ltIe HVAC system "",uld not function properly due to the potenUal for reverse air flow. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR rJ Value AddedlUnavoidable Ii!] Value Added/Avoidable rlNo Value AddedAlnavoldable n No Value Added/Avoidable This change was requested by: lie Contractor/Consultant r::: Owner r::: Using Department C COES IitDeslgn Professional n Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATIP-N IN NEGOTIATIONS: r Yes ~ No This form Is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS ..C'C'<"PH....._..... .....,...... .....~...... ....1......_- ..........-... CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM Ih PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT#: 05-3879 PROJECT MANAGER: H. Peter Schell. PMP BID/RFP #: 05-3879 MOD #: 06-14 Pot: 4500054770 WORK ORDER #: N/A DEPARTMENT: Public Utirrlles CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv Original Contract Amoont: $ 24.373.000.00 (Starling Point) - mJ "1,--""- 0 () ()~ $ ---28:4v0:1. I :.1::J.21 ot I,!;J :J. (Last Total Amount Approved by the BCC) $ 26.022.700.21 (Induding All Changes Prior To This Modificalion) eurnmt BCC Approved Amount: Current Contract Amount: Change Amount: $ 5.097.00 Revised ContractlWork Order Amount: $ 26.027.797.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractlWork Order: $ 1 654 797.21 Date of Last BCC Approval 10/1112005 Agenda Item # 10G Percentage of the change over/under current contract amount 6.79 % Formula: (Revised Amount / Last BCC approved amount).1 CURRENT eOMPLETlON DATE (S): S'JBST'~ITI^l COUPlHION NO. 1: SUBSTANTIAL COMPLETION NO. lA: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: QI<IGI~I"l- 01t:1~i~OO7 ORIGINAL: 01/24/2007 ORIGINAL: 01/2412007 ORIGINAL: 01124/2007 ORIGINAL: 07/13/2007 ORIGINAL: 08/12/2007 CURRleNT' CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 911:l~I:l0Q:7 01/3112007 02123/2007 05/02/2007 0211212008 03/1312008 Describe the change(s): Materials and labor to add controls and related PLC programming to Implement Florida Power and Light Load Management Control for the SCRWTP Reverse Osmosis electrical power service In acconlance with the following revised contract drawings and specificatIons [attached]: . New and revised Control Strategies and I/O signals shown on Specification Pages 17920-16, 17920-37 and 17940-49, all marked "CONSTRUCTION REVISION 09-05-06". . All additions and changes marked "Revision 3" dated 8-31-06 on attached Contract Drawing 216. Specify the reasons for the change(s) n 1. Planned or Elective r::: 2. Unforeseen Conditions C 3. Quantity Adjustments C 4. Correction of Errors (Plans, Specifications or Scope of Work) rill 5, Value Added c: 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: The Counly has negotiated with FPL to switch their most cost-effective electrical power rate, known as "CILC", from the Lime Softening Plant electrical service to the Reverse Osmosis electrical service. Since the Reverse Osmosis service Is projected to consume significantly more power than the LSP service, 1he lower CILC rate will save the County approximately $10,000 per month in energy costs based on current consumption. Therefore, 1hls change results In a large annual cost savings over the life of the facilities and Is a value added item. If this Che e were not the Cou would not reali2e these monthl ene cost savi s. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR ['] ValueAdded1Unavoidable If] Value Added/Avoidable r1No Value Addiidii:ii1avoldable n No Value Added/Avoidable This change was requested by: Contractor/Consultant Using Department CDES I: Design Professional n RegUlatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: .. Yes r No This form Is to be signed and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS rD. CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Expansion PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Schalt. PiliP BID/RFP #: 05-3879 MOD #: 06-15 PO#: 4500054770 WORK ORDER #: N/A DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Companv Original Contract Amount: $ 24.373000.00 (Starting Point) $ 7"- -99.133.21 J-t{,31~. aDeN> (Last Total Amount Approved by the BCC) $ 26.027.797.21 (Induding All Changes Prior To This Modification) Current BCC Approved Amount: Current Contract Amount: Change Amount: $ -85.447.00 Revised ContractlWork Order Amount: $ 25.942.350.21 (Induding This Change Order) Cumulative Dollar Value of Changes to this ContractlWork Order: $ 1.569.350.21 Date of Last BCC Approval 1011112005 Agenda Item # 1QQ. Percentage of the change over/under current contract amount 6.44 % Formula: (Revised Amount / Last BCC approved amount)-1 CURRENT COMPLETION DATE (8): SUBSY,NTllIL COMPblOTlOtl ~Ig. 1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1 B: SUBSTANTIAL COMPLETION NO.1C: SUBSTANTIAL COMPLETION NO. 2: FiNAl COMPLETION: ORICINAL: 91121,@Q:7 ORIGINAL: 01/2412007 ORIGINAL: 0112412007 ORIGINAL: 01/2412007 ORIGINAL: 0711312007 ORIGINAL: 08/12/2007 C' 'RRE~IT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 0112112007 01/3112007 0212312007 05/02/2007 02112/2008 03/13/2008 Describe the change{s): This item is for a credit to the contrect for the unused portion of the not-to-i>xceed amount from Change Order Item No. 3-02 for "Extension of 36" Finished Water Force Main", The not-to-i>xceed amount was $814,420.00. The amount actually spent on this work was $728,973.00, leaving an unused amount of $85,447.00. The 36~nch finished water main conveys treated water from High Service Pump Station No. 2 to the water distribution system. During project bidding, the County was negotiating easements through the CityGate PUD for the finished water piping from the SCRWTP boundary to the point-of-connection near County Road 951. Specify the reasons for the change(s) r:I 1. Planned or Elective C 2. Unforeseen Conditions ~ 3. Quantity Adjustments c: 4. Correetlon of Errors (Plans, Specifieations or Scope of Work) C 5. Value Added ! . 6. Schedule Adjustments Note: One or more may be ehecked. depending on the nature of the change(s). identify all negative impacts to the project if this ehange ordler were not processed: This item reconciles the final amount paid to the value of actual work performed. If the credit were not taken to balance the ellowance account, the County would be paying $65,447.00 of additional costs without receiving any corresponding value. OPS TRACK CATEGORIES: MUST PICK ~ ONE OF FOUR f:] Value AddedlUnavoidable Ii} Value Added/Avoidable DNa Value AddedlUnavoldable n No Value Added/Avoidable l This change was requested by: lIiii1 Contractor/Consultant C Owner C Using Department C CDES III Design Professional n Regulatory Agency (Specify) C Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: rYes liIJ No Thlc:: f....rm Ie:: f^ ha o.ll'In.-l snrl ,....t..r1 !:t=t= .t::.l~N~ TUtu:: P.tl(::;J: .A T 7/.1/= ':Nn nF 41 t ,.....J./~r.KJ I_C:T t:nQM~ CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM I p PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis EXDansion PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Schall. PMP BID/RfP II: 05-3879 MOD #: 06-16 POI: 4500054770 WORK ORDER #: N/A DEPARTMENT: Public Utilities CONTRACTORlFIRM NAME: The Poole and Kent Comoanv $ 24.373.000.00 (Starting Point) $ '26"00 153:z1 01-'I,313,(uT!)"" lLast Total Amount Approved by the BCC) $ 25 942 350.21 (Induding All Changes Prior To This ModiflcaUon) Change Amount: $ 0.00 Revised ConlractlWork Order Amount: $ 25942 350.21 (Induding This Chenge Order) Original Contract Amount: Current BCC Approved Amount: CunentConkactAmount: Cumulative Dollar Velue of eheltl!"s to this COnlractlWork Order: $ 1.569.350.21 . Date of Last BCC Approval 10/1112005 Agenda Item # 1Q.!Z Percentage of the change over/under current contract amount 6.44 % Formula: (Revised Amount / Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): SY8ST-i\t>JTI...l Cg~lPlRlml NO. 1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETION NO.1 C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORIGtNAL: 91121,1;1007 ORIGINAL: 01/2412007 ORIGINAL: 01/2412007 ORIGINAL: 01/24/2007 ORIGINAL: 07113/2007 ORIGINAL: 06/1212007 cURREt>JT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 91121,12007 01/31/2007 02123/2007 0510212007 ll2I1212OO83/27/2008 OJ/1 J <:1008 6130/2008 Describe the change{s): Additional contrect time for Substantial Completion and No. 2 and Final Completion deadlines per the revised dates shown above in .Current Completion Date(s):". Specify the reasons for the change(s) [1 1. Planned or Elective C 2. Unforeseen Conditions C 3. Quantity Adjustments C 4. Correction of Errors (Plans, Specifications or Scope of Work) c: 5. Value Added ~ 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative Impacts to the project If this change order were not processed: The edditional time was requested by the Contractor In order to complete the following additional work ~ems requested by the County: . HVAC Upgrades to the RO Building Electrical Switchgear Room . Protective Intariocks between the RO Feed Pumps, concentrate disposal valves and degesilier Inlet (permeate) velves . Addition of pH analyzer at lime Reactor NO.1 The Engineer has reviewed the Contnactor's change order impact schedule that reflects these ~ems and agrees that the requested time extensions are due to impacts to the schedule's crttical path for reasons beyond the Contrector's control (extra work), and that the requested time is fair and reasonable. If this change order were not processed, the Contractor would oot be fairly compensated for additional lime required to complete County-n>quesled additional work. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR [1 Value AddedlUneyoidable [1 Value Added/Avoidable nNo Value Adde(iiijj;avoldable lII/l No Value Added/Avoidable This change was requested by: !lie Contractor/Consultant L OWner C Using Department C CDES C Design Professional [1 Regulatory Agency (Specify) c: Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: rYes >>No This fonn is to be sloned and dated. SEE SIGNATURE PAGE AT THE END OF ALL CHECKLIST FORMS CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM Iq PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoanslon PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Schall. PMP BID/RF P #: 05-3879 MOD #: 06-17 PO#: 4500054770 WORK ORDER #: N/A DEPARTMENT: Public Utilities CONTRACTORIFIRM NAME: The Poole and Kent Comoanv OrIginal Contract Amount: $ 24.373.000.00 (Starling Point) A/.I. ,,"":glJ/) j) /II.- $ -2& 1e9.1!~..21 tJWllk' I ' (last Total Amount Approved by the BCC) $ 25.942.350.21 (Including All Changes Prior To This Modification) Current BCC Approved Amount: Current Contract Amount: Change Amount: $ 5235.00 Revised ContractlWork Order Amount: $ 25.947 585.21 (lnduding This Change Order) Cumulative Dollar Value of Changes Ix> this ContractlWork Order. $ 1.574.585.21 Date of Last BCC Approval 1011112005 Agenda Item # 10G Percentage of the change over/under current contract amount 6.46 0/. Formula: (Revised Amount / Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): SIJIlST^,ml",l cOMPLliTiGN NO.1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 16: SUBSTANTIAL COMPLETION NO. 1C: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: ORIGIN'\L: 01t:!1t.lOO7 ORIGINAL: 01/24/2007 ORIGINAL: 01/24/2007 ORIGINAL: 0112412007 ORIGINAL: 07/1312007 ORIGtNAL: 0811212007 CblRP.E~IT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 91/2112007 01/3112007 02/2312007 05102/2007 0211212008 3/2712008 03'1312008 6130/2008 Describe the change(s): Replacement of local "Panel View" human-machlne-interface touch screen control panel for Reverse Osmosis Treatment Skid No. 10. Specify the reasons for the change(s) n 1. Planned or Elective ~ 2. Unforeseen Conditions r:: 3. Quantity Adjustments C 4. Correction of Errors (Plans, Specifications or Scope of Work) r:: 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s), Identify all negative impacts to the project If this change onder were not processed: The local touch screen panel installed under the orlginal con1racl was exposed to water due to a failure of the common reverse osmosis concentrate pipeline installed on a previous con1ract. The pipeline failure was due to events not related to the Contractors' work. Had u'e access door to the local panel been completely closed and latched, Ills likely thet the touch scraen would not have been exposed to water from the pipeline failure. II is undesr whether the local control panel door was left unlatched by Contractor or County personnel. The County and Contractor have agreed to spill the total Panel View replacement cost of $10,470.00. As a result. the Contractor will replace the touch screen end the County will reimbunoe the Contractor for the County's share by processing this change order for $5,235.00. lOPS TRACK CATEGORIES: MUST PICK Q!I!bY ONE OF FOUR [1 Value Added/Unavoidable rJ!J Velue Added/Avoidable rlNo Value AddedlUnBVoldable r.:l No Value Added/Avoidable This change was requested by: iii Contractor/Consultant C Owner l!l Using Department (;; COES II Design Professional r:I Regulatory Agency (Specify) ::: Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: rYes \5 No "I"hl_ <<-_ ;_ .._ ...... ...1___.... _........ ....-'-.... C:cc CI"'AfATIIOC:: DAne: ^'T' TUJ:; 1=Nn ""1= AI I r-u;:r~II<:!T t=nJ:Jftll~ fr. CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05-3879 PROJECT MANAGER: H. Peter Sohall. PMP BIDIRFP #: ~ MOD #: 06-18 Pot: 4500054770 WORK ORDER #: N/A DEPARTMENT: Public Utili~es CONTRACTORIFIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ Current BCC Approved Amount: $ 24.373,000.00 (starling Point) ~.16S.I3:l.21 :2.1!,818,obi)PP- (Las! Total Amount Approved by the BCC) 25947 585.21 (Induding All Changes Prior ToThis Modification) 11.321.00 Curnont Contract Amount: $ ehange Amount: $ Revieed eontractlWork Order Amount: $ 25.956.906.21 (Indudlng This Change Order) Cumulative Dollar Value of Changes to this ContractlWork Order: $ 1 585 906.21 Date of Last BCCApproval1011112oo5 Agenda Item # 10G Percentage 01 the change over/under current contract amount 6.51 % Fonnula: (Revised Amount /last BCC approved amounl)-1 CURRENT COMPLETlON DATE (5): SY8STA'ITI'Il COMPLIiTIO~1 NO. I: SUBSTANTIAL COMPLETION NO. lA: SUBSTANTIAL COMPLETION NO. 1 B: SUBSTANTIAL COMPLETION NO. lC: SUBSTANTIAL COMPLETION NO.2: FINAL COMPLETION: QRIGINAL: QI12112007 ORIGINAL: 01/2412007 ORIGINAL: 01/2412007 ORIGINAL: 01/2412007 ORIGINAL: 07/13/2007 ORIGINAL: 08/12/2007 C\JRRleNT: CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 01.'21J:!007 01/31/2007 02123/2007 0510212007 02112120083127/2008 Q:1'1 ~ r2ggg 613012008 Describe the change(s): Materials and labor lor additional roadway paving at miscellaneous areas throughout the SCRWTP. Specify the reasons for the change(s) r::I 1. Planned or Elective il 2. Unforeseen Conditions C 3. Quantity Adjustments r:: 4. Correction of Errors (Plans, Specifications or Scope of Work) r:: 5. Value Added r:: 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the proJect If this change order were not processed: The additional roadway paving was performed by the Contractor as a form of compensation to the County for expenses incurred by the County to address an uncontrolled release 01 caustic (sodium hydroxide) Into the wastewater collection system due to the Contractor's personnel accidentally opening a chemical drain valve et the new SCRWTP RO Odor Control chemical pumping system. The total amount of County expenses related to the caustic release was $22,209.00. The total value of roadway paving was $33,530.00. Therefore, this change order compensates the Contractor for the value of paving in excess of the caustic relaase oompensation, I.e., $33,530.00 -22,209.00 = $11,321.00. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR r::I Value AddediUnavoldable III Value Added/AvoIdable r1No Value Addiiiiiiinavoidable n No Value Added/Avoidable This change was requested by: 5 Contractor/Consultant l>> Owner C Using Department C coes C Design Professional r:J Regulatory Agency (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: C Other (Specify) rYes Iilii-No Thia 'nrl'ft ill!' M Jo..a C'trn"'a.rI ...."1 .-I~.6I'I t::;.f;J;: <:1r:Jl\JATIIQr; D"r;:t= IlT Tue r=AJn ru;; ^f I r-UC,...Vl tC"T c:nDlVf~ Is CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: SCRWTP 12-MGD Reverse Osmosis Exoansion PROJECT #: 05-3879 PROJECT MANAGER: H. Paler Schalt PMP BID/RFP #: 05-3879 MOD #: 06-19 POt: 4500054770 WORK ORDER t: N/A DEPARTMENT: Public Utilities CONTRACTOR/FIRM NAME: The Poole and Kent Comoanv Original Contract Amount: $ 24.373.000.00 (starting Pelnt) current BCC Approved Amount: $ ?R Ann 1:J'J.2t" <J-'-f, a1B,()~i) 'i>1 (Last Total Amount Approved by the BCC) Current Contract Amount: $ 25.958.906.21 (Including All Changes Prior To This Modification) Change Amount: $ 47.860.00 Revised ContractlWork Order Amount: $ 26.006.766.21 (Including This Change Order) Cumulative Dollar Value of Changes to this ContraclJWork Order: $ 1 633 766.21 Date of Last BCC Approval 10/1112005 Agenda Item # lOG Percentage of the change over/under current contract amount 6.700/0 Fonnula: (Revised Amount/ Last BCC approved amount)-1 CURRENT COMPLETION DATE (S): S' 'IiSTA~ITI ^,L COMPLIOTION NQ. 1: SUBSTANTIAL COMPLETION NO. 1A: SUBSTANTIAL COMPLETION NO. 1B: SUBSTANTIAL COMPLETION NO. lC: SUBSTANTIAL COMPLETION NO. 2: FINAL COMPLETION: ORICI~I!'l: 911:14<:1007 ORIGINAL: 01124/2007 ORIGINAL: 01/24/2007 ORIGINAL: 01/24/2007 ORIGINAL: 0711312007 ORIGINAL: 08112/2007 CIJR~fl,JT" CURRENT: CURRENT: CURRENT: CURRENT: CURRENT: 011:11.'2JJW 01/3112007 0212312007 0510212007 W1212001i 3/27/2008 OJ/13~1i 6130/2008 Describe the change(s): Supply, install and wire valve position switches on manual velves for RO Skid Nos. 5 through 10. Specify the reasons for the change(s) rJ 1. Planned or Elective C 2, Unforeseen Conditions C 3. Quantity Adjustments m 4, Correction of Errors (Plans, Specifications or Scope of Work) f!iJ 5. Value Added C 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative Impacts to the project If this change order were not processed: The position switches for RO skid manual valves are required to report whether critical manual valves et each RO skid are opened or closed. Open and/or dosed valve posttlon Indication Is monitored by the skid SCADA controls and serves as safety interlOCking to prevent skids from operating If these valves are not all in the proper poslllon. The requirement for the position switches was noted on Contrad Instrumentation Dnawing No. 213, but was not induded in the contract specifications in either the RO skid equipment section or the wive sections. As e resull. the Con1raclor did notlndude these costs In his original bid. This work waa perfunned under Work Directive No. 15 at no additional cost and the Contractor submilted a daim for compensation. During project closeout, 4 daim requests wern reviewed. Under negotiations between the Con1ractor, County and Engineer. II was mutually agreed that the Contnaclor would wilhdnaw 3 of the claims and that the County would pay this claim Item in full due to the fact that the position swttch requirement was not induded in the contract specifications. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR n Velue AddedlUnavoldable t!U Value Added/Avoidable nNo Value Ad~avoldabie n No Value Added/Avoidable This change was requested by: !ilil Contractor/Consultsnt C Owner C USing Department C COES C Design Professional n Regulatory Agency (Specify) C Other (Specify) 1+ NOTE: TH/S SIGNATURE PAGE APPLIES HJ ALL 19 CHECKLIST FORMS INCLUDED IN THIS CHANGE ORDER. This form is to be signed and dated. , RECOMMENDED BY: JC~.. ~ B t>~ I"--' Engineer, Date: b-' Gt ~ oS REVIEWED BY. Date: ~II o,f' Date: /!~h! APPROVED BY: 2-.. CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: Freedom Park (Gordon River Water Quality Park) PROJECT#:51 018 PROJECT MANAGER: Maraaret Bishop BIDIRFP #: 05.3774 MOD #: 9 PO#: 4500046366 WORK ORDER #: NIA DEPARTMENT: Road Maintenance CONTRACTOR/FIRM NAME: CH2M Hill. Inc. Original Contract Amount: $ 599.850.00 (Starting Point) Current BCC Approved Amount $1.391.682.00 (Last Total Amount Approved by the BCC) Current Contract Amount: $1 438 910.93 (Including All Changes Prior. To This Modification) Change Amount: $ 15.507.00 Revised ContracUWork Order Amount: $ 1.454.417.93 -(Including This Change Order) Cumulative Dollar Value of Changes to this ContracllWork Order: $ 854.567.93 Date of Last BCC Approval 6/12/07 Agenda Item # 16B5 ,-/.'5\ Percentage of thliJ change over/under current contract amount J...6S- % Fonnula: (Revised Amounll Last BCC approved amount)-1 CURRENT COMPLETION DATE (8): ORIGINAL: 9/19/08 CURRENT: 9119108 Describe the change(sl: The purpose of this chance order is to add $15.507.00 as additional services stated in the oriainal scope of services aooroved at the Bee Mav 24. 2005 meetina to include. SFWMD environmental resource permit responses and Dost desian services. Specify the reasons for the change(s) r 1. Planned or Elective" 2. Unforeseen Conditions r 3. Quantity Adjustments r 4. Correction of Errors (Plans, Specifications or Scope of Work) r 5. Value Added r 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the changecs). Identify all negative impacts to the project if this change order were not processed: If responses to the South Florida Water Manaaement District are not received in a timelv manner, the permit for the pump slation will not be issued. OPS TRACK CATEGORIES: MUST PICK ONLY ONE OF FOUR "'I Value Added/Unavoidable C Value Added/Avoidable r No Value Added/Unavoidable C No Value Added/Avoidable This change was requested by: rlContractorlConsultant vi Owner n Using Department r CDES CDesign Professional VIRegulatory Agency (Specify) r Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: ~ Yes r No Date: 6-01.3 -0 ;r' 'lJo/fMof /0/& ~ , RECElVED REVIEWED BY: ! Con act Specialist Date: Revised 10.30.2007 3 CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM PROJECT NAME: Golden Gate Librarv Expansion PROJECT #: 54261 PROJECT MANAGER: Hank Jones BID/RFP #: 07-4082 MOD #: 2 PO#: 4500075451 WORK ORDER #: N/A DEPARTMENT: Facilities Manaaement CONTRACTOR/FIRM NAME: DeAnaelis Diamond Construction. Inc. Original Contract Amount: $ 4.879.000.00 (Starting Point) 11 RECEIVED '71If%S' -j;Jrr Current BCC Approved Amount: $ 4.879.000.00 (Last Total Amount Approved by the Bee) Current Contract Amount: $ 4.976,102.86 (Including All Changes Prior To This Modification) Change Amount: $ 55.532.00 Revised ContractIWork Order Amount: $ 5.031.634.86 (Including This Change Order) Cumulative DoHar Value of Changes to this ContractIWork Order: $ 152.634.86 Date of Last BCe Approval: December 12. 2006 Agenda Item #: 10F Percentage of the change over/under current contract amount 3.13% Formula: (Revised Amount I Last BCe approved amount)-1 CURRENT COMPLETION DATE (5): ORIGINAL: 7/8/08 CURRENT: 7/8108 Describe the change(s): All additional time and costs associated with: 1) door hardware electric conversion kits (as outlined in PCO 25 dated Mav 16,2008); 2) adding handrails along Golden Gate Parkway (as outlined in PCO 28 dated AQD129, 2008); 3) cbanging the sidewalk adiacent to !he children's room to meet fire code (as outlined in PCO 29 dated April 29. 2008); 4) repairing the Commul]jty Center asphalt (as outlined in PCO 30 dated April 29. 2008): 5) repai!1tJh, childr,m's computer room walls (as outlined in PCO 31 dated MaY_6. 200~}; 6) relaminate tbe cupboards in tbe children's room (as outlined in pea 32 dated May 6. 2008): 7) add locks to tbe cupboards in the cbildrel1' s r()gm (as outlined in pea 33 dated Mav 6. 2008); 8) add camet to tbe book drop room (as outlined in pea 34 dated May 16.2008); 9) veneer tbe four interior main entry columns (as outlined in pea 35 dated May 16.2008); 10) adding louvers to the mechani.c'!l yard openings (i!S outlined in pea 36 dated May 16. 2008); 11) making site cba!]g!'s required by inspector (as outlined m pea 37 dated May 16, 2008); 12) addinglibrarv signage beyond base contract (as outlined in pea 38 dated May 19. 2008): 13) modifying the circulation countertop using QQ.!iQn_#2 (as outlined in pea 39 dated June 19.2008): 14) adding structured cabling for W APs (as outlined in pea 40 dated June 24. 2008) Specify the reasons for the change(s) r.' 1. Planned or Elective r 2. Unforeseen Conditions r 3. Quantity Adjustments (' 4. Correction of Errors (Plans, Specifications or Scope of Work) r. 5. Value Added r 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: Will not have functional card access system. noncompliance with aoolicable codes. functionalitv/aesthetic iss.ues for the user qroup This change was requested by: P"IContractor/Consultant n Owner PIDesign Professional nRegulatory Agency (Specify) PI Using Department E. CDES P" Other Information Technoloqv APPROVED B . TICIPATION IN NEGOTIATIONS: r Yes r;;- No Date: 71/<;/0 r: 1 //10/ ()'( . I REVIEWED BY: Date: Lind Reyised 11.19.2007 CONTRACT/WORK ORDER MODIFICATION CHECKLIST FORM '-f ~ RECEIVED '1/n~ PROJECT NAME: Emergency Service Center PROJECT #: 52160 PROJECT MANAGER:Hank Jones BIDIRFP #: 03-3448MOD #: .11.-PO#:45OOO12091 WORK ORDER #: DEPARTMENT: Fadlitle. Management CONTRACTOR/FIRM NAME: Harvard Jollv Clees To""" Architects Original Contract Amount: $1,859,000.00 (starling Point) Current BCC Approved Amount: $2,187,297.50 (last Total Amount Approved by the aCC) Currant Contract Amount: $2,307,094.47 (Including AU Changes Prior To This Modification) Change Amount: $28,000.00 Revised ContractlWork Order Amount: $2,333,094.47 (Including This Change Order) Cumulative Dollar Value of Changes to this ContractlWork Order: $474,094.47 Date of last Bee Approval 9/13/05 Agenda ttem# 10 H Percentage of the change overfunder current contract amount 6.67_% Formula: (Revised Amountl Last Bee approved amount)-1 CURRENT COMPLETION DATE (S): ORIGINAL: 1/02/06 CURRENT: 4/09 Describe the chang",s): Additional work prefonmed by Jenkins & Charland Structural Engineers for additional struclural work resulting in the change in the site from Santa Barbara site to the Lely site. Specify the reasons for the change(s) ," 1. Planned or Elective 2. Unforeseen Conditions I( 3. Quantity Adjustments ~ 4. Correction of Errors (Plans, Specifications or Scope of Work)'''' 5, Value Added --. 6. Schedule Adjustments Note: One or more may be checked, depending on the nature ofthe change(s). Identify all negative impacts to the project If this change orderwere not processed: /V"'}. P"1",,0T ,,.f 5.-<-f',"pl,;,j pV'D h~5,..""Jh... S'e-PJ,'.ct.J This change was requested by: ~ntractor/Consultant i~ner I Using Department '.:. CDES CDesign Professional ,-IRegulatory Agency (Specify) .~ther (Specify) Yes No CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: Date: 7(17/0 <(, i/n(O{ APPROVED BY.. REVIEWED BY: Date: s- CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM ~ . RECEIVED 1/7-1/D" if PROJECT NAME: Collier Countv Seven Starv Addition Courthouse Annex PROJECT #:52533 PROJECT MANAGER:Hank Jones BID/RFP #:04-3576 MOD 31 PO#:4500025867 WORK ORDER #: DEPARTMENT:Facilities CONTRACTOR/FIRM NAME: Kraft Construction I~-- Original Contract Amount: Current Bce Approved Amount: Current Contract Amount: $ 20,646,800.00 (Starting Point) $39,491,122.74 (Last Total Amount Approved by the Bee) $37,932,06779 (Including All Changes Prior To This Modification) Change Amount: $2,280.93 Revised ContractIWork Order Amount; $37,934.348.72 (Induding This Change Order) '- I I I I I ---.I Cumulative Dollar Value of Changes to this Contract/Work Order: $17,287.548.72 Date of Last BCe Approval10/2312007 Agenda Item # 10 E Percentage of the change ovcrfunder current contract amount ~3.94 % Formu!a: (Revised Amount f Last Bee approved amount)-1 CURRENT COMPLETION DATE IS): ORIGINAL: Not established Not established (onl e Lull--L;;<;lJl) Describe the change(s Change In Scope for Gate Precast, deduct their POland increase Kraft Contract by same amount.. Specify the reasons for the change(s) 'fi 1. Planned or Elective r 2, Unforeseen Conditions if.. 3. Quantity Adjustments r 4. Correction of Errors (plans, Specifications or Scope of Work) r 5. Value Added r 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: GMP would not balance. This change was requested by:l'i'fontractor/consultant 'lJi Owner r/ Using Department C CDES CDesign Professional r/Regulatory Agency (Specify) r Other (Specify) rYes )(No CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: APPROVED BY. Date: 7I-ul u g , 1/~i 16'( , REVIEWED BY: f~r Date: '. - ~""""- !.If':~ '0. CONTRACTIWORK ORDER MODIFICATION . CHECKLIST FORM o PROJECT NAME: South ReQional Librarv PROJECT #: 54003 PROJECT MANAGER: Hank Jones BID/RFP #: 07-4176 MOD#:!!. POt: 4500087770 WORK ORDER #: N/A DEPARTMENT: Facilities ManaQement CONTRACTOR/FIRM NAME: DeAnQelis Diamond Construction, Inc. Original Contract Amount: $ 6.519.813.00 (Starting Point) Current Bee Approved Amount: $ 6.519.813.00 (Last Total Amount Approved by the BCC) $ 5.912.866.42 (Including All Changes Prior To This Modification) ~ RECEIVED 1 {~I I 0 ~ ;j{5 Current Contract Amount: Change Amount: $ 9.316.00 Revised Contract/Work Order Amount: $ 5.922.182.42 (Includin9 This Change Order) Cumulative Dollar Value of Changes to this Contract/Work Order: $ -597.630.58 Date of Last BCC Approval: September 11, 2007 Agenda Item #: 10E Percentage of the change over/under current contract amount -9.17%, Formula: (Revised Amount! Last Bee approved amount)-1 CURRENT COMPLETION DATE (S): ORIGINAL: 11/1/2008 CURRENT: 11/112008 Describe the change(s): All additional time and costs associated_yvith the changes as outline in: J) Chilled Water System Revisions per ASI#] 0 and PR#13 (PCO#024 rev2): 2) Changes to the Bathroom Counter Skirts per Spec Revision #7 (PCO#025); 3) Addmg a Floor Box per RFI #]08 (PCO#026); 4) Bathroom Wall Tile Revisions per ASI #11 (PCO#027rcv] ): 5) Aluminum Canopv Foundation Changes (PCO#028): 6) Fire Lane Crossing Sidewalk Thickness ChangejYCO#029); and 7) Bathroom Mirror Change per ASI #11 (PCO#030) _Specify the reasons for the change(s) r. 1. Planned or Elective r 2. Unforeseen Conditions r 3. Quantity Adjustments r 4. Correction of Errors (Plans, Specifications or Scope of Work) r 5. Value Added r- 6. Schedule Adjustments Note: One or more may be checked, depending on the nature of the change(s). Identify all negative impacts to the project if this change order were not processed: Aesthetics would not be as oleasina. non-structurallv sound canODV and sidewalk. This change was requested by: f7IContractor/Consultant Pi Owner n Using Department C CDES PIDesign Professional r'IRegulatory Agency (Specify) f- Other (Specify) CONTRACT SPECIALIST PARTICIPATION IN NEGOTIATIONS: r- Yes r;; No Date: ~ 1/"?1 (dY- I Principal Project Manager REVIEWED BY: Date: Revised 1 Ll9.2007 ~ o >- ~ ~ ~ c . ~~"O '0 ~li(J fj E ~ ~~ .. . c . G) .- 'E ~.~O ~I'IO.:.: .c E . O,g~ . "0 'E g :: 0 0 "; .lIl: E Ql 0 c( o:~~ .s ~ c . . , ",00 C ~ E 2i5c( ,,~~ ~ ~ o ~ w ~ ~ w " ~ o ~ 0: o " o ~ w w " z ~ I " W > " ~ ~ ~ W Z '> " ~ . e"E 5 . 0 0 . ~ E , . .. ()~0It c -g c " > ' ~ 0 2 ~ ::::I CD ~o( " ..~ ii u C .= l! S .2'1: E 08: ~ c.!!! ~~ a, X- .VI "" o Z o .gz o 0 ~.s ~ c ~8 o z . ., E ~ E ~~o~ o u ~u " 1II C Ql ;;"2' ~ e >a..OD.. 1'.1 " ~ 0 =z #- o o 6 #- o o 6 o " 6 W w ui ~ o o 6 ~ o o 6 W ~ ui ~ o o 6 W ~ ui ~ o o 6 W ~ w' ~ " >-0 "0: ~ 9 W 9 ~ ;;; M .(~ ,,~ oW OM ~.,f >-0 .c o . .~ m~ :;: ~ . ~o: ov Qj IV -; "'CI Q) '0 lij'iii g >-10< <Il :;~ ~ ....~.5 OV'- ~ 8,Z.s <1l~~ffi;:-g ~g~B~& W o '" " o '" :;, '" #- ~ N .. o o o ~ ~ ,.; m ~ o o 6 ~ ~. ;;; o o 6 ~ m. m ~ " Q .. '" :~ o o o ~ W ,,; ~ ~ o o 6 w W ,,; ~ ~ t . > c o o -" ~ . ~ . . c 0; 1i . . . , . " ~ o -" ~ c . '" c <; c " " ~ o -" -" . , ~ u . " a. . E . . o " o >- " >-u ,,0: o ~ o :t W M .(~ ,,~ oW OM ~.,f >-0 . J!l .~ "0 o . . Ii :!' . .. N . Q)<')VaI"ffi Q) N ~ ~~ 'B~~~E ::!:<DOU.E 0; '" C . .c o o ~ . .~ . > o W o ~ ~ o N 0;- j: -" :; VI '" " o is . c c 8 . ~ . E . . , ~ o c o n ~ 8 '" c .~ ~ " '" .~ . > o ~ c . 1! . , e . -" . :c . " ~ E ~ c o ;; . > c o o . " , o . 0; ~ c o ~ '" :~ g o :J, . " -" ~ .~ . . c '" ;; . ~ .. , U J!l -" o :. . ~ ~ . ~ c -" ~ ~ . o >- 'E " " f < o " E o ~ .~ ,. E w ,. (;) " " ~ 0; '" c . .c o ~ o ~ . .~ . > o 13 := ( CONTRACTIWORK ORDER MODIFICATION CHECKLISt FORM I"ff~~Ec:T NAME: US41 N.IVBR To Imrnokalee Rdl PR.oJECT #: ~ PROJECT MANAGER: Pam Lulich >'~l~I;~FP.#: Ci'-l-..3(aq MOD II: llL POll: 4500061349 WORK ORDER #: TLO-MA-3614-06-04 '!,::;Wt:.~ ",. . ..' DEPARTMENT: TransDortation. ATM DeDt LandscaDe CONTRACTOR/FIRM NAME: McGee & Associates ::'.,<F':",- - . Ortgfilal Contract Am ount: .,<. $ 6.560.00 (Starting Point) $ 6 560.00 (Last Total Amount Approved by the ElCC) $ 6.560.00 (Including All Changes Prior To This Modification) J:9~~~ntBCC Approy~d A~?unt: ClIrfeOl Contra.ct Amount: : - " c.;.;Sf"~' , Cliange Amount: Revi'sedContractIWork Order Amount: $ 000 $ 0.00 (Including This Change Order) rati".~ [)_o~lar V~ltie of Changes to tractJWork. Order: $ 0.00 D~~Of Last BCC Approval Agenda 11em II . p~i:t?~Et,n~gp, C)fthe c~ange overfu,ndercurrent contract amount Q..\J/. Forl@la: U~evised Amount / Last BCC approved amount)- 1 cl.J~.Re:NT COMPLETION DATE (S): ORIGINAL: 11/10/2006 CURRENT: 02/28/2008 i9.~#kd~..thechahlle(s): Wor~ Orderl Contract time was extended then Dut on hold and finallY deCided to be >"Iijsed'd~etola~k of reu,ewater to convert this area from Dota~le Irrlaatlon to reuse. This Drolect will be 'Iec~~o;r~er~doncereuse water and fundlnll bacorneavailable in the future. Sp'~j:i~.theieasons for the change(s) C 1. Planned or Elective . 2. Unforeseen Conditions (;> 3. Quantity jl.~j~s(!l1~nlil c 4. COrrection of Errors (Plans, Specifications or Scope of Work) 0 5. Value Added '" q"~i$chedule Adjustments Note: One or more may be checked, depending on the nature ofthechange(s). ~":, (., "",.. 'OR~fBAC:~CATEGORIES: MUST PICK ONLY ONE OF FOUR (' Value Added/Unavoidable a,',',; yalue Added/Avoidable 0 No Value Added/Unavoidable . No Value Added/Avoidable This'change was requested by: C Contractor/Consultant . Owner (', O'l.slgn Professional r:: Regulatory Agency (Specify) . Usiljg Department <:' CDES n Other (Specify) APPROVED BY: r:: Yes r:: No REviEWED BY: ~ 10 eJ-rD 8' Date: ./ Date: '7flpJ( Revised 10.30.2007 'Z.. CONTRACTIWORK ORDER MODIFICATION CHECKLIST FORM PR<>JECT NAME: Iml110kalee Rd. IUS41 to 1-751 PROJECT #: 660423 PROJECT MANAGER: Bob Petersen "~I[)iRFP 11-:3614 MOD #:!!.L PO#: 4500075838 WORK ORDER #: T~O.MA-3614-07.10 "",;,; :~OI;P-fRTMENT:Ti"a.nsDortation~ ATM DeDt. Landscaoe CONTRACTOR/FIR'M NAME: McGee &,AssoCiates ''',>; ;':r''''''''''''; r gr'iijinal Contract Amount: !'~~~~ge Amount: Revi~ectcontractJWork Order Amount: $ 89.650 00 (Starting Point) $ 89.650.00 (Last Total Amount Approved by' the BCC) $ 91.940.00 (Including All Changes Prior To This Modification) $ 1.540.00 $ 93.480.00 (Including This Change Order) .: i:~[rent BCC Approved Amount: : cu;;l;nt Contract Amount: 9t,Hn;;~!,ati"e, Dollar Value of Changes to thi,!'C6ntractlWork Order: $ 3.830.00 Dat(bf Last BCC Approval Agenda Item # :-p~te~nta.gl:fj()fthechange overfunder current contract amount ~% Formula: (Revised Amount I-Last Bee approved amount)~1 CURRENT COMPLETION DATE (S): ORIGINAL: 04105/2008 CURRENT: 10/30/2008 1- Describe the change(s): Additional Landscaoe Architectural Desion Services for Immokalee Rd. (US41 to 1~75) :'Additional seamelit desian for Irriaation water source conversion from Dotable to effluent alona US41 North from liniilokalElEl Rdto Cocohatchee BridQe $1,540.00. f>ripcipaVSenior LA 12Hrs. Landscape Architect OHrs. GADFTech 1 Hrs. Administrative OHrs. Glericai 4Hrs. @$110IHr. @$ 75/Hr. @$ 60/Hr. @$ 45/Hr. @$ 40/Hr. Total: $1,320.00 $ 0.00 $ 60.00 $ 0.00 $ 160.00 $1,540.00 SpecifY the reasons fot the change(s) C 1. Planned or Elective C 2. Unforeseen Conditions C 3. Quantity Adjustm~nts: o 4. Correction of Errors (Plans, Specifications or Scope of Work). 5. Value Added C. 6. Schedule Adjustments Note: :P:hT,,~rm6~emay be:Checked, dep'eridingon the nature of the chaflge(s). l~ii6!ify~lll'\egative impacts to the project if this change order we~e not processed: ComDen/on to US41 N 'ir#?a!fon/conversion. The imOaation reuse line interconnects with US41"Phase IV Reuse conversion in Master Plan. ;'" 'EJ1fs-cfiarigewas requested by: ("!lContractor/Consultant CI Owner . Using Department !J. COES !J.DElsignProfessional CIRegulatory Agency (Specify) rOther (Specify) CQl'hRACTSPECIALlST PARTICIPATION IN NEGOTIATIONS: r Yes r No APPROVED BY: Da~: prJ Date: 7/c:L//c>g/ , REVIEWED BY: Revised 11.19.2007 Agenda Item NO.1 OC Aprii 22, 2008 Page 1 of 3 EXECUTIVE SUMMARY Recommendation to accept the Federal Transit Administration (FTA) FY08 5307 grant in the amount of $1,978,706.00. OBJECTIVE: To acquire approval to accept the FTA FY08 5307 grant in the amount of $1,978,706.00. CONSIDERATION: The grant funds will be budgeted as follows: FTA Bud el $1,343,530.00 $31,863.50 reventalive Mainl ,O~Ii'~I\1i.~~~i1:'!tnnlllg: alai FY08 5307 $289,333,16 ::::"':~2l!iin~iiI~Eil"ii:: ,",'YI!lL"",,,,j~~~,,,,,, $1,978,706.00 289,333.16 :iil:mi_~~~~~:i: 1,978,706.00 FISCAL IMPACT: Collier County has received a 5307grant award of $1,978,706.00; the balance of 269,824 has been allocated to LeeTran for services in Bonita Springs. A budget amendment is necessary to recognize and appropriate these funds. A subsequent Executive Summary(s) will be brought to the Board for approval before any of these funds are encumbered or spent for these or other reimbursable transit expenditures. GROWTH MANAGEMENT IMPACT: Consistent with Objective 10 and 12 of the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners approve necessary budget amendments to accept these grant dollars including those incremental grant dollars received above or below the target grant award. Prepared by: Sue Faulkner, Principal Planner, Department of Alternative Transportation Modes Page 1 0[2 Agenda Item NO.1 OC April 22. 2008 Page 2 of 3 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: me Item Summary: Recommendation to accept the Federal Transit Administration (FT A) FY08 5301 orant in the amount of $1 ,97a.706.00 {Diane FlagQ, Director, Alternate Transportation tl,1odes) 4122/200890000 AM Meeting Date: Prepared By Sue Faulkner Principal Planner Oatf:.' Transportation Services Alternative Transportation Modes 3/24/200812:14:02 PM Approved By Diane B. Flagg Director A TM Director Date Transportation Services Alternative Transportation Modes 4/7/2008 5:57 PM Approved By Barbara LaPierre Management/Budget Analyst Date Transportation Services Traffic Operations 4/9/2008 12:54 PM Approved By Sharon Newman Accounting Supervisor Date Transportation Servicos Transportation Services Admin 4/10/20085:52 PM Approved By Therese Stanley Grants Coordinator Date Transportation Transportation Administration 4111/20087:40 AM Approved By Norm E, Feder, AICP Transportation Division Administrator Date Transportation Services Transportation Services Admin, 4111120088:32 AM Approved By Pat lehnhard Executive Secretary Date Transportation Services Transportation Services Admin 4111/20088:32 AM Approved By OMS Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 4/11/200810:16 AM Approved By Susan Usher Senior Management/Budget Analyst Date County Manager's Office Office of Management & Budget 4111/200812:37 PM Approved By file:! /C:\AgendaTest\Export\ 1 05-April%2022, %202008\10. %20COUNTY%20MAN AGER... 4/16/2008 Page 2 of2 Agenda item NO.1 OC April 22, 2008 Page 3 of 3 Leo E. Ochs, Jr, Deputy County Manager Date Board of County Commissioners County Manager's Office 4111/20061029 PM file://C:\AgendaTest\Export\1 05-April%2022, %202008\10. %20COUNTY%20MANAGER... 4/16/2008 BUDGET AMENDMENT REQUEST For Budget/Finance Use Only BA#... JE#.. BAR#.. A.P.H. Date.. Fund Number 426 Fund Description Transit Enhancements Date Prepared: 7/23/08 Approved by BCC on: 4/22/08 Attach Executive Summary Item No.: Fund Center Tit]e: WBS E]ement Title: Expense Budget Detail CA TT Transit Enhancement FTA 5307 FY 07/08 Fd Or No.: 138336 WBS No.: 35026] (Provide the Fund Center or WBSelement information; it is not re uired to rovide both. Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Descrintion (Decrease) Budget Budget 138336 350261 634830 ADA Para-Transit 197,870 0 197,870 138336 35026] 634999 Other Contractual Svs 30,535 0 30,535 ]38336 35026] 646430 Fleet Maint Labor 250,000 0 250,000 138336 35026] 646440 Fleet Maint Parts 250,000 0 250,000 138336 35026] 646445 Fleet Non-Maint Parts 136,716 0 136,716 Net Change to Budget Fund Center Title: WBS E]ement Title: Expense Budget Detail CATT Transit Enhancement FTA 5307 FY 07/08 Fd Ctr No.: ]38336 WBS No.: 35026] (Provide the Fund Center or WBS element information; it is not renuired to nrovide both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budl(et Budl!et 138336 350261 764]]0 Autos and Trucks 1,079,085 0 1,079,085 138336 350261 764]20 Auto Improvements 34,500 0 34,500 Net Change to Budget 1,978,706.00 Expense Budget Detail Fund Center Title: WBS E]ement Title: Fd Ctr No.: WBS No.: (Provide the Fund Center or WBS element information; it is not rCiluired to nrovide hoth.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budl!et Budl!et Net Change to Budget Fund Center Title: WBS Element Title: Revenue Budget Detail Public Transportation FTA 5307 FY 07/08 Fd Ctr No.: 138336 WBS No.: 350261 (Provide the Fund Center or WBS element information; it is not renuired to nrovide both.l Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Descriotion ffiecrease) Bud2et Bud2et 138336 350251 331473 Federal Transit Admin 1,978,706. 0 1,978,706 Net Change to Budget 1,978,706 EXPLANATION Why are funds needed? Fuuds are needed for FT A Section 5307 Grant to support the Public Transportation System in Collier County. Where are funds available? This is a 100% reimbursable grant through the Federal Transit Administration. REVIEW PROCESS DATE I Cost Center Director: Division Administrator: Budl!et Department: Al!encv Manal!er: Finance Department: Clerk of Board Admin.: Input by: B.A. No.: EXECUTIVE SUMMARY Recommendation to recognize and appropriate $865,121.00 of the Federal Transit Administration (FTA) FY08 5307 grant funds for preventative maintenance and ADA Paratransit I Planning. OBJECTIVE: To recognize and appropriate $S65,]21.00 of the Federal Transit Administration (FTA) FYOS 5307 grant funds for preventative maintenance and ADA Paratransit I Planning. CONSIDERATIONS: The Federal Transit Administration (FTA) announced appropriations for Section 5307 grant funds for FY07/0S in the spring of 200S. Based upon the announced appropriations, on April 22, 200S the Collier County Board of County Commissioners (BCC) approved Item 10C for the acceptance of the FT A FYOS 5307 grant moneys in the total amount of $],978,706.00. A proposed budget for this grant was included in Item 10C on Apri] 22, 200S for the purchase of four (4) buses, the purchase of a support vehicle, the accompanying purchases of transit enhancements, security equipment and rehablrebui]d trolley kits for the buses, preventative maintenance, ADA Paratransit, and Planning expenses. ]n this approved BCC item, staff was asked to bring back to the BCC all requests to recognize and appropriate funds from this grant Since the BCC approval, staff has further developed the application for the FTA 5307 grant and revised the budget This was done due to price increases for the purchase of the buses. The new budget calls for the purchase of three (3) buses instead of four (4). Due to the difference in the proposed purchase cost of the buses, other items were adjusted to fully utilize the funding awarded. At this time, staff is recommending the BCC recognize and appropriate the FTA FY07/0S 5307 grant funds in the amount of $S65, ]21.00 for utilization of the portions budgeted for preventative maintenance ($636,7]6.00) and ADA Paratransit ($]97,S70.00) and planning ($30,535.00). A subsequent Executive Summary will be brought to the Board for approval before any purchasing ofvehicles is executed. Approva] of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. ]f the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence 0 f such ratification by that Board. FISCAL IMPACT: Collier County has received a FTA FY07/0S 5307grant award in the amount of $] ,97S,706.00. At this time we need to recognize and appropriate $S65,121.00 in Fund 426 Project 35026. GROWTH MANAGEMENT IMPACT: Consistent with Objective ]0 and ]2 of the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners recognize and appropriate $S65,]21.00 Prepared by: Sue Faulkner, Principal Planner, Department of Alternative Transportation Modes EXECUTIVE SUMMARY Recommendation to award Bid No. 08-5105 to Howard Technology Solutions for the installation of powered computer mounting systems, including docking stations to provide Mobile Data Terminal capability in Emergency Medical Services' ambulances and command vehicles in the amount of $50,692.00. OBJECTIVE: To provide Mobile Data Terminal capability in Emergency Medical Service (EMS) vehicles which will be funded by an Assistance to Firefighters (AFG) Grant Agreement from the Federal Emergency Management Agency (FEMA) and a County Grant through the State of Florida Department of Health, Bureau of Emergency Medical Services. CONSIDERATIONS: On February 12, 2008, Agenda Item 16FI, the Board approved an Assistance to Firefighters Grant Agreement from FEMA and recognized and appropriated the funds for the installation of powered computer mounting systems, including docking stations to provide Mobile Data Terminal capability in Emergency Medical Services' ambulances and command vehicles. On July 1, 2008 bids were solicited by the Purchasing Department The requests for bid were issued to 4 firms. A total of 3 firms responded by the deadline of July 10, 2008. The low bid was submitted by Howard Technology Solutions of Laurel, Mississippi. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. Ifthe decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: Funds in the amount $40,553.60 are provided through FEMA under the AFG Grant Matching funds in the amount of$10,138.40 will come from the Florida Emergency Medical Services County Grant funds within Fund 491 - EMS Trust Fund. LEGAL CONSIDERATION: There are no outstanding legal considerations. This item IS legally sufficient for Board Consideration - JAB GROWTH IMP ACT: There is no Growth Management Impact resulting from this action. RECOMMENDATION: That the Board of County Commissioners approves the award of Bid 08-5105 to Howard Technology Solutions in the amount of $50,692. PREPARED BY: Artie Bay, Supervisor-Accounting, Emergency Medical Services H H" <'S.;"iii ~ ~ ~.~ :ll ~u: ~ "g u: ~ 8. ~ :ll '" :ll E ~ o 0 ~ 2 " , W -' :; ""0 H1 ~8] O..!l!~ ii'i~:i:' , 1 . .. 00. e'7<1 <'0 0] ;Z ~l8 ~1'il ~ .00 . j! .~ '0 0' "'- o ii,gQj i:i: ~ .g >- "- . E ~ .~ '" E o ." -. , o ~ ~ o -0 . ~ .2 . ~ >- , ~ 0 "'" . . o " d . , .", e>. .- E'!::! w'ii > jj o >- " co ~~::~:~~~~~~~~ ..!9 cimo:iaio:cioOm<:D a:i:pci MO ~ ~g::r::~r::ro~~~<Xl:;~~ ~~g~~~;:;;;:;i~;;~~ (S ~~~~~~~~~~:;n;:o & ciaiaici aiciciciciaiOMM <: ~~"~.~-~-~~-~-~-~_:=:_~~ ~ ;;;:;;;;:;;:;;:;;:;;;;;;;;;.....;; 0000000000000 0000000000000 ~ c-.i<.cio:iNa:iNNNOoONN<D P 00000...00.........000 r- .....Mv .........10..........11)0)......... M ...:"'...,.-...:...,.<J:i...:....-ociai........:1:"i ~vt0...,....,....,....,.vttltio'tto't...,.vt 2.l ggggggggggggg 'C NNNNNNNNNNNNN n. e ~8.8_8_8 8.8.8 8_8.8.8. ~ ;:;;;;;;;;;;;;;;;;;;;;;;;;; ggggggggg~ggg ~ ~~g~gg~~~~~gg ~ ""'Nt-- ...,......<0"'11"'0/"..... ...... "'" N ~~~~~~;;:;:;;:;;;;;i lS ggggggggggggg &. ~~~~~~~~~~~gg '" ...,.""0...0...,....,.0..,...,......."11"...,._.....""".""'_ ~ ;;;;;;;;;;;;;;;;;;;;;;;;;; z o ;:: "- ii: " '" w o !ii"'ili ~~ v :u Ui Ui c c ..2..2 ~ ~ ~ ~.c.~ 'I i.~.s: ~LZ ~ e"j!!'e 'e~] $l!!]]1! ~~ u..u..u..u..IJJIJJ.E..500W()u.u.. .....<J)O....M....LOM......;oLO.;o..... 0:>(7)00000000000 0:>0)00000000000 ~_NNNNNNNNNNN .2 co ~~~~~~~~~~~~~ m m m m m m m m m m m m m ? . . , o ~M""_""(O~~LOO>...._M . ~ 2 , z ~NM""LO(O.....<oo:>e:::~~ . > ." , o ~ . <1! , o z ;; M ~ v. ;:; ;; M '" v. ;:; is N ~ ;:; o o N ~ ;:; o o .,; M v. ;:; o o .,; M v. ;:; , .g '6 ? x w " o ~ o o o N ii . . ;! ;; M ~ v ;:; ;; M ~ v. ;:; o o N ~. ;:; o o N o ;:; o o .,; M v. ;:; o o .,; M v. ;:; , g 1 x w " o ~ " o N ii . . ~ ;; M ~ v. ;:; ;; M ~ v. ;:; o o N o ;:; o o N o ;;; o o .,; M v. ;;; o o .,; M v. ;;; , o ~ '6 ~ x W " o ~ ~ o o N ii . . ~ 00 ~~ ""':o::i M_ rov N": ~~ 00 roro o::io::i ;-;- ;;;;;; 00 00 ..iN 00 N_ N": ~~ 00 00 NN 00 ;;;; 00 00 OU) ~~ ~M N": ~~ 00 00 u)u) ~~ (")-("). ;;.:.; u u 55 B e e "" "E"E 00 ~~ 1\t; 00 NN iiii . . . . N_ ~ro ~ N m ~ ro ~ o ~ N m ~ o ~ ~ o o ci M M ~ ro ~ Cj ;; o >- ~ o o M ;; Z ~ o o M ;; Z ~ o o M ;; Z ~~ !ll~ ~IZ "' E !!' c . E > . "- E e "- o Z o Z o Z ~ E ~ . "- 1l o ~ o Z o Z o Z o Z -. . c u . ~ u . -. ~ u "' ~ , u . . ~ u "' , g E -'l o 8 '" c . ~ "' i 1i ~ , :; ! i ! l , ~ " I ! ., I ~ " o o ~ , . E " e " > ~ t , o " . i :g ~ ~ -~ "B in ~~ ~ ~ .. . : ~ '~ i! ." !~ ~~ :~ llS H -sg t! ! ~ ,. ~~ ". ~ -~ .. ~i , 0 ~~ "' . . E ;: EXECUTIVE SUMMARY Recommendation to adopt a resolution approving amendments (appropriating grants, donations, contributions or insurance proceeds) to the Fiscal Year 2007-08 Adopted Budget OBJECTIVE: That the Board of County Commissioners adopts the attached resolution and the related amendments that amend the Fiscal Year 2007-08 adopted budget in accordance with Section 129.06, Florida Statutes. CONSIDERATIONS: Section 129.06, Florida Statutes defines how an annual budget, as adopted by the Board, can be amended. Budget amendments recognizing grants, donations, contributions, or insurance proceeds that increase the total appropriations of a fund over the adopted annual budget must be approved by resolution of the Board of County Commissioners. The budget amendments in the attached resolution cover Board approved items for the period of 6/25/08 through 7/22/08. Each of the budget amendments in the attached Resolution has been reviewed and approved bv the Board of County Commissioners via separate Executive Summaries. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier Coun/y only to the extent authorized by law in the absence of such ratification by that Board FISCAL IMPACT: The amendments and executive swnmaries, which were previously considered and approved by the Board, contained their respective fiscal impact statements. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: The County Attorney's Office has reviewed and approved the attached resolution for legal sufficiency - JAK. RECOMMENDATION: That the Board adopts the attached resolution amending the Fiscal Year 2007 -08 adopted budget Prepared by: John A. Yonkosky, Director, Office of Management and Budget RESOLUTION NO. 08- A RESOLUTION PURSUANT TO SECTION 129.06(2), FLORiDA STATUTES, TO AMEND THE BUDGET FOR THE 2007-08 F1SCAL YEAR. WHEREAS, Section 129.06(2), Florida Statutes, provides that the Board of County Commissioners (hereinafter also referred to as "Board") at any time within a fiscal year may amend a budget for that year, and provides the procedures therefore; and WHEREAS, the Board of County Commissioners of Collier County, Florida, has received copies of budget amendments which provide for but are not limited to: revenue from grants, donations or contributions, or insurance proceeds for a designated purpose. WHEREAS, the Board has determined that it is appropriate to amend the Budget for Fiscal Year 2007-08 by resolution pursuant to Section 129.06, Florida Statutes. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the budget amendments to the FY 2007-08 Budget described below are approved and hereby adopted and the FY 2007 -08 Budget is so amended. BUDGET INCREASE INCREASE INCREASE AMENDMENT (DECREASE) (DECREASE) (DECREASE) FUND NUMBER RECEIPT EXPENDITURE RESERVES 001 08-374(7/22/08-1603) $3,300 $3,300 306 08-40 1(7/22/08-16D I 8) $15,122 $15.122 313 08-369(7/22/08-IOG) $3,000,000 $3,000,000 313 08-376(7/22/08-16B 12) $59,471 $59,471 427 08-380(7/22/08-16B 16) $61,160 $61,160 427 08-383(7/22/08-16B 18) $88,067 $88,067 495 08-402(9/9/08-16F I) $]24,000 $124,000 EXPLANATION FOR APPROPRlA nON Recognize funds from Pepsi Group for merchandise resale Recognize grant funds for the pet friendly shelter. Recognize contribution for Vanderbilt Dr. improvements. Recognize funds from developer for sidewalks/pathways. Recognize Transportation Disadvantaged grant funds. Recognize Transportation Disadvantaged grant funds. Recognize revenues from fuel sales to purchase fuel. BE IT FURTHER RESOLVED that the Clerk is hereby ordered and directed to spread this Resolution in full among the minutes of this meeting for permanent record in his office. This Resolution adopted this 12th day of August 2008, after motion, second and majority vote. ATTEST: DWIGHT E. BROCK, Clerk BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: D PUTY CLERK By: TOM HENNING, CHAIRMAN Appr . Jeffrey . KI -1- EXECUTIVE SUMMARY Recommendation to recognize farebox revenues collected from April 11, 2008 through August 4, 2008 for Collier Area Transit and to approve budget amendments. OBJECTIVE: To recognize farebox revenues collected from April 11, 2008 through August 4, 2008 for Collier Area Transit (CAT) and to approve budget amendments. CONSIDERATIONS: Prior to October I, 2007, all farebox revenues had been collected and reported by McDonald Transit each month on their invoices. The total charges invoiced to the County had been credited by the farebox revenue amount. In FY08, a new procedure for farebox collection has been established. All farebox revenues are now collected and deposited into Collier County Fund 426 (for fixed route farebox revenues) and Fund 427 (for paratransit farebox revenues). Consequently, the farebox revenues received needs to be recognized and appropriated within each of the Fund budgets. Approval of this document by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this document shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: Approve budget amendments to recognize the farebox revenue and appropriate within the budget for CAT Fund 426 Project 61011 in the amount of $310,851.64 and in Transportation Disadvantaged Fund 427 Project 31427 in the amount of$9,892.93. GROWTH MANAGEMENT IMPACT: Consistent with the Transportation Elements in Objectives 10 and 12 of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners recognizes farebox revenues collected from April II, 2008 through August 4, 2008 for Collier Area Transit and Paratransit and approve necessary budget amendments. Prepared by: Sue Faulkner, Principal Planner, Alternative Transportation Modes BUDGET AMENDMENT REQUEST For Budget/Finance Use Only BA#.... JE#.. BAR#.. A.P.IL Date.. Fund Number 426 Fund Description CATT Transit Enhancement Date Prepared: 4/15/08 Approved by BCC on: Attach Executive Summary Item No.: Fund Center Title: WBS Element Title: Expense Budget Detail CATT Tran Enhanc CAT 426 Fd Ctr No.: 138336 WBS No.: 610111 (Provide the Fund Center or WBS element information; it is not re uired to rovide both. Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description I (Decrease) Budpet Budl!et 138336 610111 634999 Other Contractual Svs 310,851.64 2,861,515.67 3,172,367.31 Net Change to Budget 310,851.64 Expense Budget Detail Fund Center Title: WBS Element Title: Fd Ctr No.: WBS No.: (Provide the Fund Center or was element information; it is not required to rovide both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budpet Budl!et Net Change to Budget Expense Budget Detail Fund Center Title: WBS Element Title: Fd Ctr No.: WBS No.: (Provide the Fund Center or WBSelement information; it is not reauired to orovide both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budl!et Budget Net Change to Budget Fund Center Title: WBS Element Title: Revenue Budget Detail CA TT Tran Enhanc CAT 426 Fd Ctr No.: 138336 WBS No.: 610111 (Provide the Fund Center or WBS element information; it is not re;:;uired to provide both. Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budl!et Budl!et 138336 610111 344300 Fare Box Revenue 310.851.64 467,608.00 778,459.64 Net Change to Budget 310,851.64 EXPLANA nON Why are funds needed? Funds are needed to appropriate fare box revenues into operating to cover expenses of the transit system. Where are funds available? Funds are available in revenue from fares collected from the transit system. BUDGET AMENDMENT REQUEST For Budget/Finance Use Only BA#..... JE#...... BAR#.. A.P.H.Date. Fund Number 427 Fund Description Transportation Disadvantaged Date Prepared: 8/4/08 Approved by BCC on: Attach Executive Summary Item No.: Fund Center Title: WBS Element Title' Expense Budget Detail Transportation Disadv Fund 427 Operating Fd Ctr No.: 138337 WBS No' 314271 -- (Provide the Fund Center or WBS element information; it is not reQuired to rovide both. Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budl!et Budl!et 138337 314271 634999 Other Contractual Svs 9,892.93 2,080,980.50 2,090,873.43 Net Change to Budget 9,892.93 Expense Budget Detail Fd Ctr No.: WBS No.: Fund Center Title: WBS Element Title: (Provide the Fund Center or WBS element information; it is not required to rovide both. Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budl!et Budl!et Net Change to Budget Expense Budget Detail Fd Ctr No.: WBS No.: Fund Center Title: WBS Element Title: (Provide the Fund Center or WBSelement information; it is not required to nrovi e both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Description (Decrease) Budl>et Budl!et d Net Change to Budget Fund Center Title: WBS Element Title: Revenue Budget Detail Transportation Disadv Fund 427 Operating Fd Ctr No.: 138337 WBS No' 314271 -- (Provide the Fund Center or WBS element information; it is not ff".Iluired to nrovide both.) Fund WBS Commit Commitment Item Increase Current Revised Center Element Item Descrintion (Decrease) Budl1:et Budl'et 138337 314271 344300 Fare Box Revenue 9,892.93 46,443.80 56,336.73 Net Change to Budget 9,892.93 EXPLANA nON Why are funds needed? Funds are ueeded to appropriate fare box revenues into operating to cover expenses of the Para-transit system for the Disadvantaged. Where are funds available? Funds are available in revenue from fares collected from the Para-transit system.