KEYS AQUEDUCT AUTHORITY

BOARD OF DIRECTORS’ MEETING Open to the Public

Florida Keys Electric Cooperative, Inc. Board Room 91630 Tavernier, Florida 33070

Wednesday, May 23, 2018

10:30 a.m.

REGULAR MEETING AGENDA

INVOCATION

PLEDGE OF ALLEGIANCE

EMPLOYEE OF THE QUARTER

Ryan Arnette 12 Years of Service

APPROVAL OF MINUTES: April 18, 2018 CIP Workshop April 25, 2018 Regular Board Meeting

ADDITIONS/DELETIONS TO AGENDA

ACCEPTANCE OF AGENDA

CONSENT AGENDA ITEMS

OFFICE OF COUNSEL

1. OOC – 01. Consideration to approve payment to Allen, Norton & Blue, P.A. for April 2018 ($85.50)

Note: The Board of Directors does allow time for comments from the public, who have completed sign-in cards, on any Agenda Item or any specific areas of concern. Individuals will be allotted 3 minutes to make presentation. Representatives from established groups will be allotted 5 minutes to make presentation. FKAA Agenda – May 23, 2018 Page 2

DIVISION OF UTILITY OPERATIONS

2. DUO – 01. Consideration to approve the purchase of four blower enclosures for the Big Coppitt Wastewater Treatment Plant ($45,300.00) 3. DUO – 02. Consideration to approve a three-year contract renewal for Flowers Chemical Laboratories ($137,500.00 estimate)

REGULAR AGENDA ITEMS

EXECUTIVE DEPARTMENT

EO – 01. Executive Director’s Report •Drop Saver Poster Contest Winners •FPL Update-Lee Hefty, Miami-Dade Director Division of Environmental Resources Management (DERM)

OFFICE OF COUNSEL

OOC – 01. Consideration to approve a resolution 18-05 of the Aqueduct Authority, establishing its intent to reimburse certain costs incurred relating to water projects from proceeds of a future tax-exempt financing; authorizing the Deputy Executive Director as the Authority’s Compliance Officer for purposes of preparing policies and procedures for post issuance compliance with the internal revenue code, as amended; providing certain other matters in connection therewith; and providing an effective date

DIVISION OF ADMINISTRATION

DOA – 01. Summary of Financial Information for October 2017 through April 2018 DOA – 02. Summary of Contractual Commitments through April 30, 2018 DOA – 03. Consideration to approve a Budget Amendment for direct emergency repair expenses of damage sustained during and the replacement of a 40- ton AC Chiller for the J. Robert Dean Treatment Facility ($2,700,000.00)

DIVISION OF UTILITY OPERATIONS

DUO – 01. Review of the structural status of the existing Administration Building, and consideration to approve a site selection for the new Key West Administration Building DUO – 02. Status Report on Wastewater Projects DUO – 03. Consideration to approve contract with Black & Veatch Corporation to prepare a planning level cost estimate for three (3) alternatives for Project # 1150-17 Reverse Osmosis upgrades ($45,726.00) DUO – 04. Consideration to approve the award of IFB-0007-18 to Ferguson Waterworks for FKAA Agenda – May 23, 2018 Page 3

the purchase of pipe for water construction activities related to the College Road, Stock Island Project #2328-17 by the Florida Keys Aqueduct Authority Construction Crew (not to exceed $174,000.00) DUO – 05. Consideration to approve the award of IFB-0008-18 to True Haul, LLC for the purchase of DOT Crushed Rock and Pearock #89 (not to exceed $266,000.00) and Charley Toppino & Sons, Inc. for the purchase of Flowable Fill (not to exceed $187,000.00) for water construction activities related to the College Road, Stock Island- Project #2328-17 DUO – 06. Consideration to award the Trumbo Point Tank and Pump Station Replacement, Project #8034-17, to Charley Toppino and Sons, Inc. ($2,186,500.00) DUO – 07. Consideration to approve services from Jones Edmunds & Associates to digitize as-builts and perform Cogsdale GIS integration in the amount of $122,200.00

BOARD OF DIRECTORS

BOD – 01. Board of Directors Discussion

MINUTES OF A WORKSHOP

OF THE

BOARD OF DIRECTORS

FLORIDA KEYS AQUEDUCT AUTHORITY

HELD ON

April 18, 2018

CITY OF MARATHON COUNCIL CHAMBERS ROOM 9805 OVERSEAS HIGHWAY MARATHON, FLORIDA 33050

10:00 A.M.

The following MEMBERS were present:

J. Robert Dean ...... Chairman Richard J. Toppino ...... Vice Chairman David C. Ritz...... Secretary/Treasurer Antoinette M. Appell...... Member Cara Higgins ...... Member

Kirk C. Zuelch ...... Executive Director Kerry G. Shelby ...... Deputy Executive Director Kent Nelson ...... Deputy Executive Director Robert T. Feldman ...... General Counsel Timothy Esquinaldo ...... Internal Auditor

A LIST OF ATTENDANCE IS RETAINED WITH THE PERMANENT RECORD OF THIS MEETING. FKAA Board Minutes April 18,2018 Page 2

CIP WORKSHOP

Chairman Dean called the Meeting to order at 10:05 a.m.

Mr. Zuelch opened the Workshop stating that the objective for the Capital Improvement Plan (CIP) Workshop is to give the Board an update on projects that are underway and possible upcoming projects. Mr. Zuelch explained that the cost associated with these projects will be brought to the Board at the Budget Workshop that will be held in May.

Mr. Nelson explained the Presentation will focus on the operational needs and the methodology of project prioritization.

Mr. Nelson explained Maintenance Management and Capital Planning have a current disconnect due to not having an active maintenance management data-base where we can gather current maintenance information and use it effectively for capital planning. Mr. Nelson stated that City-Works will give us that ability and help us manage our assets more effectively.

Mr. Nelson reviewed the processes currently in place at the Florida Keys Aqueduct Authority (FKAA) and proposed to build on the existing strategy in an effort to optimize capital planning. Mr. Nelson stated that a new Master Plan exercise will be completed, adding that one should be done every two years. Mr. Nelson explained the importance of the life cycle analysis on assets with maintenance we can extend the life of the asset instead of replacing items.

Mr. Ritz inquired when the capital asset is acquired, if the life cycle cost is reviewed at that time. Mr. Nelson stated that it was.

Mr. Nelson reviewed a recent Transmission Break at mile marker 86 in lslamorada as an example of operational needs. Mr. Nelson reported that a rather insignificant spike in pressure caused the break. It appears tidal action had caused corrosion to weaken the pipe. Mr. Nelson added that there are other known areas in the transmission system where this is occurring, and likely more that are unknown.

Mr. Nelson advised that two major projects have been intentionally omitted from the CIP prioritization exercise, the Stock Island Reverse Osmosis Plant and the Key West Administration Building. Mr. Nelson explained that once there has been a discussion with the Board we will have a better sense of direction on how to incorporate these two projects into the CIP.

Mr. Nelson reported on current projects that are underway this year:

• C905 Project- up to Ocean Reef • Design for -Islamorada Transmission Main • Ongoing work on Key Haven • Rehabilitation to the Stock Island R.O. Facility FKAA Board Minutes April 18, 2018 Page 3

Mr. Shelby explained that there are many options to consider for funding. The pay as you go approach is one, which under our current operating rates would give us $5,000,000.00 to $6,000,000.00 a year to spend on capital over a 5-year period for an estimated $25,000,000.00 without borrowing or raising rates. Mr. Shelby further advised that a $50,000,000.00 borrowing target would result in two 4% to 5% rate increases per year for a 5-year window. Mr. Shelby suggested that once the projects have been prioritized and we have estimated costs we can address at that point which option for funding will work best. Mr. Shelby added that with the state of our infrastructure and the issues and projects that Mr. Nelson has presented to the Board it is going to be difficult to fund these projects without borrowing and raising rates.

Chairman Dean commented that the R.O. Plant, The Key West Administration Building and the Transmission Line are the top three areas of concern. Chairman Dean asked that Staff bring estimated cost associated with these projects to the Board for consideration. Mr. Zuelch advised that Staff will bring numbers to these projects at May's Workshop.

ADJOURNMENT

A copy of the CIP Workshop Presentation may be found with the permanent record.

With there being no further discussion, the meeting was adjourned at 11 :29 p.m.

***********************************************

FLORIDA KEYS AQUEDUCT AUTHORITY

By: ______Attest: J. Robert Dean, Chairman

David C. Ritz, Secretary/Treasurer FKAA Board Minutes April 18, 2018 Page 4

ATTENDANCE

BOARD MEMBERS

J. Robert Dean Richard J. Toppino David C. Ritz Antoinette M. Appell Cara Higgins

FKAASTAFF

Kirk C. Zuelch Maghan Barber Kerry G. Shelby Pam Albury Kent Nelson Jerry Jarrett Robert T. Feldman Timothy Esquinaldo Julie Cheon MINUTES OF REGULAR MEETING

OF THE

BOARD OF DIRECTORS

FLORIDA KEYS AQUEDUCT AUTHORITY

HELD ON

APRii 25, 2018

KEYS ENERGY SERVICES BOARDROOM 1001 JAMES STREET KEY WEST, FLORIDA 33040

10:00 A.M.

The following MEMBERS were present:

J. Robert Dean...... Chairman Richard J. Toppino ...... Vice-Chairman David C. Ritz ...... Secretary/Treasurer Antoinette M. Appell...... Member Cara Hi ggins ...... Member

Kirk C. Zuelch ...... Exec utive Director Kerry G. Shelby ...... Deputy Executi ve Director Kent Nelson...... Deputy Executive Director Robert T. Feldman ...... General Counsel

A LIST OF ATTENDANCE IS RETAINED WITH THE PERMANENT RECORD OF THIS MEETING. FKAA Board Minutes April 25, 2018 Page 2

REGULAR MEETING

Chairman Dean called the Regular Meeting to order at 10:12 a.m.

Pam Albury presented the invocation and Chairman Dean led the Pledge of Allegiance.

EMPLOYEE AWARDS

Service Awards

Mark Joiner - Stock Island Plant Operator, Operations Division, Lower Keys, 30 Years of Service

Melinda Rodriguez - Buyer, Administration Division, Lower Keys, 30 Years of Service

Patrick Barroso - Stock Island Plant Operator, Operations Division, Lower Keys, 25 Years of Service

Peter Gomez - Area Manager, Operations Division, Lower Keys, 25 Years of Service

Rudy Rivas - Field Representative, Customer Service Division, Lower Keys, 25 Years of Service

Bubba Osterhoudt - Construction Manager, Operations Division, Lower Keys, 25 Years of Service

Teri Veliz -Executive Assistant- Internal Auditor, Executive Division, Lower Keys, 20 Years of Service

Ronald Moore - Distribution System Operator C, Operations Division, Lower Keys, 15 Years of Service

David Jackson - Procurement and Inventory Manager, Administration Division, Lower Keys, 15 Years of Service

Dave Hoffman - Wastewater Treatment Plant Operator C, Operations Division, Middle Keys, 10 Years of Service

APPROVAL OF MINUTES

On motion of Mr. Ritz, seconded by Mrs. Higgins, the Board unanimously approved the Minutes of an Audit Committee Meeting held on March 27, 2018 and the Minutes of a Board Meeting held on March 28, 2018 as presented. FKAA Board Minutes April 25, 2018 Page 3

APPROVAL OF AGENDA

On motion of Mrs. Toppino, seconded by Mr. Appell, the Board unanimously approved the Agenda as presented.

CONSENT AGENDA WATER/WASTEWATER

On motion of Mr. Ritz, seconded by Mrs. Higgins, the Board unanimously approved the following items by Consent:

1. OOC - 01 Approval of payment to Allen, Norton & Blue for February 2018 ($85.50)

2. OOC - 02 Approval of payment to Bryant, Miller & Olive for professional services rendered and expenses incurred for the month of March 2018 regarding claims against TKW Consulting Engineers for defective design of Cudjoe Regional Wastewater System (CRWS) solids processing facility ($120.00 Monroe County)

3. DOA - 01 Approval of an addendum to the purchasing policy for use when goods and services are being procured with federal funds.

4. DOA - 02 Approval of City-Works software support renewal at an annual cost ($45,000.00)

5. DOA - 03 Approval of changing the threshold for capital fixed assets ($1,500.00 to $5,000.00)

6. DU0 - 01 Approval to award Bid #:FKAA-IFB-0005-18 to West Florida Maintenance for painting of the Upper Keys Water Tanks ($96,000.00)

7. DU0 - 02 Approval to award Bid #:FKAA-IFB-0002-18 to Allied Universal for a I-Year Contract-Liquid Chlorine for use at the J. Robert Dean WTP at a cost of $0.3475 per pound ($208,500.00)

8. DUO - 03 Approval to award Bid #:FKAA-IFB-0004-18, for the purchase of a 10,000 gallon above ground diesel fuel storage tank at Ramrod Pump Station to Envirosafe ($43,700.00)

9. DUO - 04 Approval of abandonment of a portion of the Bow Road Public right of way and the unnamed 15 foot wide alleyway Public right of way, adjacent to Lots 27,28,29,30 and 31, Sugarloaf Townsite, according to the Plat thereof as recorded in Plat Book 3, Page 180, of the Public Records of Monroe County, Florida. The FKAA has no facilities located within the area of requested abandonment

10. DUO - 05 Approval of Resolution # 18-04 delegating representatives of the Florida Keys Aqueduct Authority (FKAA) to sign State of Florida permit applications FKAA Board Minutes April 25 , 2018 Page 4

REGULAR AGENDA ITEMS

EXECUTIVE DEPARTMENT

E0-01. EXECUTIVE DIRECTOR'S REPORT

The Board accepted the Executive Director's Report with additional comments as presented.

Mr. Zuelch thanked Keys Energy Service for allowing us to utilize their Board Room.

Florida Power and Light Turkey Point Update

Mr. Zuelch advised the Board that Mr. Lee Hefty from the Division of Environmental Resources Management (DERM) is unable to attend today's meeting but will be attending May's Board Meeting.

Mr. Zuelch reported that the Florida Keys Aqueduct Authority received support from the Momoe County Commission and Representative Raschien whom all sent letters of concern to the Miami-Dade Commission.

Mr. Zuelch added that Florida Power Light (FPL) spoke at Ocean Reefrecently. Mr. Ritz reported that they presented a similar Presentation that had been shown at the Authority's previous meeting, adding that the only changes to the Presentation were errors that Mr. Nelson had pointed out to FPL. Chairman Dean thanked Mr. Ritz for staying in touch on the FPL issue. Mr. Ritz thanked staff for doing a great job.

Mr. Zuelch advised that due to the fires on Big Pine Key staff would like to give a rebate to the residents that had higher than normal water usage due to the fire. Mr. Zuelch explained that the amount over the residents normal bill would be rebated. The Board unanimously approved.

OFFICE OF COUNSEL

OOC-01. GENERAL COUNSEL'S REPORT

Florida Power and Light

Mr. Feldman advised the Board that he met with FPL Representatives and their Legal Counsel. He stated that the timing is not ri ght to prepare an Amicus Brief for filing. He will keep the Board advised as the case proceeds in Federal Court.

Delaney and Kulikowsky vs. FKAA and Monroe County FKAA Board Minutes April 25, 2018 Page 5

Mr. Feldman advised that a hearing will be held on July 25, 2018 on both the Plaintiffs and Defendant's Motion to Summary Judgement before the Honorable Timothy J. Koenig for his consideration.

FKAA Cudjoe Regional Wastewater Treatment Plant

Mr. Feldman advised that TKW and its subcontractors Black and Veatch Corporations designed and supervised the construction of the Plant Centrifuge. The location of the Centrifuge is designed in such a manner that it can't be serviced or repaired due to its location. He further advised that a conference will be held on April 30, 2018 to review plans to correct the Centrifuge problem.

OOC-02. APPROVAL OF RESOLUTION #18-03, ADOPTING THE MONROE COUNTY 2015 LOCAL MITIGATION STRATEGY AS REQUIRED BY STATE AND FEDERAL REGULATIONS TO QUALIFY FOR CERTAIN MITIGATION GRANT FUNDING

On recommendation of Mr. Feldman and motion of Mr. Ritz, seconded by Mrs. Appell, the Board approved Resolution # 18-03, adopting the Monroe County 2015 Local Mitigation Strategy as required by state and federal regulations to qualify for certain mitigation grant funding.

DIVISION OF ADMINISTRATION

DOA-01. SUMMARY OF FINANCIAL INFORMATION OCTOBER 2017 THROUGH MARCH 2018

Mr. Shelby reported on financials through March 31, 2018, stating that we are at mid­ point of our year and at 48% of budget. He went on to say that we are behind in revenue, and have spent $3.5 Million on Capital Projects to date. Mr. Shelby added that the cash position is still very healthy. Mr. Toppino asked if any progress had been made in streamlining of the Authority's inventory, which had been discussed at a previous meeting. Mr. Shelby advised that since that meeting the Purchasing Supervisor prepared reports showing the inventory that has not been issued in the past 12 months, adding that staff will meet with Water and Wastewater Departments to review the reports and eliminate some of the items that are not used on a regular basis.

DOA-02. SUMMARY OF CONTRACTUAL COMMITMENTS THROUGH MARCH 31, 2018

Mr. Shelby reported that contractual commitments total approximately $14,500,000.00 of which the Authority is responsible for approximately $7,000,000.00.

DIVISION OF UTILITY OPERATIO NS FKAA Board Minutes April 25, 2018 Page 6

DU0-01. STATUS REPORT WASTEWATER PROJECTS

Mr. Nelson presented an update on wastewater projects as follows:

Key Haven: 73% project completion Big Coppitt / Bay Point I : 100% completion with ongoing connection installation Layton / : 98% project completion with ongoing connection installation Cudjoe Regional: 94% project completion with continued ongoing connections and grinder station installation, as well as punchlist items for the Outer Islands contract

DU0-02. APPROVAL OF CHANGE ORDER NUMBER 27 WHICH REPRESENTS A FINAL ACCOUNTING OF ALL CONTRACT COSTS FOR THE CUDJOE REGIONAL ADVAN CED WATER RECLAMATION FACILITY CONTRACT WITH WHARTON­ SMITH, INC. {$1,000.00)

On recommendation of Mr. Nelson and motion of Mr. Ritz , seconded by Mrs. Higgins, the Board approved Change Order No. 27 which represents a final accounting of all contract costs for the Cudjoe Regional Advanced Water Reclamation Facility Contract with Wharton­ Smith, Inc. in the amount of $1,000.00.

DU0-03. APPROVAL OF CHANGE ORDER 2 FOR PROJECT #4062-16 BOCA CHICA NAVAL AIR STATION PUMP STATION AND FORCE MAIN EXTENSION TO CHARLEY TOPPINO AND SONS, INC. FOR THE DEMOLITION AND REMOVAL FROM SITE THE NON-ESSENTIAL WASTEWATER TREATMENT PLANT INFRASTRUCTURE AND THE INSTALLATION OF MONORAIL SYSTEM, MANUAL INFLUENT SCREEN, AND ELECTRICAL EQUIPMENT {$546,174.23)

On recommendation of Mr. Nelson and motion of Mrs. Appell, seconded by Mrs. Higgins, the Board approved Change Order 2 for Project #4062-16 Boca Chica Naval Air Station Pump Station and Force Main Extension to Charley Toppino and Sons, Inc. for the demolition and removal from site the non-essential wastewater treatment plant infrastructure and the installation of monorail system, manual influent screen, and electrical equipment in the amount of $546,174.23 .

Mr. Toppino declared a conflict of interest and abstained from the vote on Item DU0-03.

DU0-04. APPROVAL TO AWARD C-905 TRANSMISSION WATER MAIN REPLACEMENT-PHASES llA & llB TO FERREIRA {$8,784,445.94)

On recommendation of Mr. Nelson and motion of Mr. Ritz, seconded by Mrs. Appell, the Board approved to award C-905 Transmission Water Main Replacement-Phases llA & llB to Ferreira in the amount of $8,784,445.94.

Mr. Toppino declared a conflict of interest and abstained from the vote on Item DU0-04. FKAA Board Minutes April 25, 2018 Page 7

DUO-OS. APPROVAL OF THE CONTRACT CLOSEOUT OF PROJECT #2327-17- UNITED STREET WATERMAIN REPLACEMENT-PHASE 1 AND AUTHORIZE FINAL PAYMENT TO CHARLEY TOPPINO AND SONS, INC. ($30,835.51)

On recommendation of Mr. Nelson and motion of Mrs. Higgins, seconded by Mrs. Appell, the Board approved the Contract closeout of Project #2327-17- United Street Watermain Replacement-Phase 1 and authorize final payment to Charley Toppino and Sons, Inc. in the amount of $30,835.51.

Mr. Toppino declared a conflict of interest and abstained from the vote on Item DU0-05.

DU0-06. APPROVAL TO AWARD BID#:FKAA-IFB-0003-18, 2-YEAR CONTRACT­ GRANULAR/RICE QUICKLIME, TO LHOIST NORTH AMERICA ($3,639,500.00)

On recommendation of Mr. Nelson and motion of Mrs. Appell, seconded by Mr. Ritz, the Board approved to award Bid#: FKAA-IFB-0003-18, 2-Year Contract-Granular/Rice Quicklime, to Lhoist North America in the amount of $3,639,500.00.

Mrs. Appell asked how many days are the Authority's bids advertised. Mr. Shelby advised a minimum of 10 calendar days. Mr. Ritz suggested we check in with bidders to verify why they are not participating. Mr. Shelby added it could be length of time of the advertisement or where its being advertised that is affecting the response from participants, adding that staff will be reviewing both.

BOARD OF DIRECTORS

BOD-01. BOARD OF DIRECTORS DISCUSSION

ADJOURNMENT

With there being no further business, the meeting was adjourned at 11 :01 p.m.

********************************** *********** **

FLORIDA KEYS AQUEDUCT AUTHORITY

By:______Attest: J. Robert Dean, Chairman

David C. Ritz, Secretary/Treasurer FKAA Board Minutes April 25, 2018 Page 8

ATTENDANCE

BOARD MEMBERS

J. Robert Dean Richard J. Toppino David C. Ritz Antoinette M. Appell Cara Higgins

FKAA STAFF

Kirk C. Zuelch Julie Cheon Dana Vega Kerry G. Shelby Pam Albury Freddie Guieb Kent Nelson Jerry Jarrett Rudy Rivas Robert T. Feldman Maghan Barber Melinda Rodriguez Brian Rodriguez Patrick Barroso Bubba Osterhoudt Teri Veliz Mark Joiner Jolynn Reynolds Ron Moore David Jackson Dave Hoffman Jay Miller Peter Gomez BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: OOC- 0 / TAB: I CONSENT: [X] REGULAR: D

MEETING DATE: May 23, 2018 DIVISION: OFFICE OF COUNSEL

AGENDA TITLE: Consideration to Approve Payment to Allen, Norton & Blue, P.A. for April 2018 in the amount of $85.50.

ITEM BACKGROUND: Allen, Norton & Blue, P.A. handles all outside legal matters relative to personnel and Union Contract issues.

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS:

STAFF RECOMMENDATION (MOTION): Board approve payment to Allen, Norton & Blue, P.A., Florida Keys Aqueduct Authority Labor Attorney, for services rendered in April 2018 in the amount of $85.50

SUPPLEMENTAL INFORMATION: DOCUMENTATION: Included: D To-Follow: D Not Required: D Cost to FKAA: $ ____85_. 5_0_ BUDGETED: YesD No CJ Cost to Others: $ ----- Total Cost $ ______:_85-'- .-'--50_

DEPARTMENT: DEPARTMENT DIRECTOR APPROVAL:

DIVISION DIRECTOR APPROVAL:.--->.(J3""==-"'~....::...._::...... i...~~· -,1,. ;..,::~ ::...... ;..______

Reviewed by: Internal Audftor. General Counsel: f;(f: Executive Direc!Dr.~

BOARD ACTION:

Approved: o Tabled: 0 Disapproved: o Recommendation Revised: o Comments:------Date:. ______Recording Clerk:______ALLEN, NORTON & BLUE, P.A. 121 M~ Avenue Coral Gables, R. 33134-4599 (305) 445·7801 Fax (305) 442·1578 Tax l,D, #59-1287650

May 3, 2018 Florida Keys Aqueduct Authority Bill Number 132137 Attn: Deanna Esquinaldo Billed through 04/30/2018 Executive Department email: [email protected] Key West, FL 33040

General Matters 0307 00000 WLH

Balance forward as of bill dated 03/15/2018 $85.50 Payments received since last bill 05/02/2018 $85.50 CR

Net balance forward $0.00

FOR PROFESSIONAL SERVICES RENDERED

04/26/18 WLH Phone conference with Zuelch re: employee matter 0.30 hrs 90.00

TOTAL HOURS: 0.30 TOTAL FEES: $90.00

Shareholder, Wayne L. Helsby 0.30 300.00 $90.00

EXPENSES ------MATTER BILUNG SUMMARY

TOTAL FEES $90.00 ------TOTAL CHARGES FOR THIS BILL $90.00 PLUS BALANCE FORWARD $0.00 ------TOTAL BALANCE NOW DUE $90.00

PREPAID BALANCE $0.00

AGED ACCOUNTS RECEIVABLE

0-30 Days 30-60 Days 60-90 Days 90-120Days 120 + Days iMQ $Q.QQ iQ.QQ 1QJ!Q $Q..QQ BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: DU0- 0/ TAB: CONSENT: ~ REGULAR: D

MEETING DATE: 05/23/18 DIVISION: UTILITY OPERATIONS

AGENDA TITLE: Consideration to approve the purchase of four blower enclosures for the Big Coppitt Wastewater Treatment Plant (WWTP).

ITEM BACKGROUND: There are total of eight process blowers on the upper deck of the Big Coppitt WWTP exposed to extremely harsh conditions created by the weather and the surrounding quarry/concrete plant operations. As a result, the exterior steel cabinets of these blowers have significantly deteriorated, despite performance of routine maintenance. In response, staff have developed an annual program of replacing the existing steel blower enclosures with corrosion-resistant PVC enclosures. To date, two steel blower enclosures have been replaced and an additional four have been identified as needing replacement.

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: Board previously approved the purchase of two blower enclosures for the Big Coppitt facility and one blower enclosure for the Duck Key facility.

STAFF RECOMMENDATION (MOTION): Approve the purchase of four (4) PVC blower enclosures for the Big Coppitt WWTP, in the estimated amount $45,300.00.

SUPPLEMENTAL INFORMATION: N/A DOCUMENTATION: Included: 0 To-Follow: D Not Required: D Cost to FKAA: $ 45,300.00 BUDGETED: Yes [KJ No CJ Cost to Others: $ N/A Total Cost: $ 45,300.00 DEPARTMENT: Wastewater Operations DEPARTMENT DIRECTOR APPROVAL: L

DIVISION DIRECTOR APPROVAL:_-:c:li'f"''ff-~~------,-­ Reviewed by: Internal Auditor:----+-- General Counsel: ~p Executive Director:~

BOARD ACTION:

Approved: D Tabled: o Disapproved: D Recommendation Revised: D

Comments:______

Date: ______Recording Clerk:______Page 1 of 3 Proposal Number D/32437 rev 1

&ca Mr. Jay Miller March 7, 2018 EtfalNEEREO SYSTEMS Florida Keys Aqueduct Authority 3375 Overseas Highway Marathon, FL. 33050 Odor Control Systems, Fume Scrubbers, Aerators, Ph: 305-809-2623 Degasifiers, AMCA Email: [email protected] Certified Centrifugal Fans, Exhaust Hoods, Duct & Fittings KCH Engineered Systems is pleased to provide the following proposal to su I 100% Non-Corrosive, Blower Enclosure:

Description Qty Total Net PVC, Polypropylene, Dual Item Laminate, and FRP Price Ventilation Systems 1. Big Coppit Key K-Large Blower Enclosures KCH Engineered Systems will supply (2) 69" x 63" x 72" tall blower enclosure fabricated from heavy duty PVC material which will be painted white. The unit will be supplied with a sloped top to prevent rain from settling and also be supplied CORPORATE OFFICE AND MANUFACTURING with (4) eyebolts which will go in the top corners HEADQUARTERS for lifting purposes. The perimeter will have a LOCATED IN 1-1/2" flange around the entire bottom. NORTH CAROLINA Enclosures will include (2) doors with stainless steel hinges and handles. Including (2) 12" X 12" PO BOX 1287 PVC fresh air louvers will be included. I 44 Industrial Dr. Forest City, NC 28043 (828) 245-9836 TOTAL NET PRICE ...... 2 $27,250.00 Fax (828) 245-1437 [email protected] www.KCHServices.com 2. Big Coppit Key Roots Blower Enclosures KCH Engineered Systems will supply (2) 58" x 44" x 48" tall blower enclosure fabricated from heavy duty PVC material which will be painted white. The unit will be supplied with a sloped top to prevent rain from settling and also be supplied with (4) eyebolts which will go in the top corners for lifting purposes. The perimeter will have a 1-1/2" flange around the entire bottom. Enclosures will include (2) doors with stainless steel hinges and handles. Including (2) 12" X 12" PVC fresh air louvers will be included.

TOTAL NET PRICE ...... 2 $14,553.00 FREIGHT TO THE FLORIDA KEYS 3.

"We Clean the World's Total freight cost for (4) enclosures ...... 1 $3,500.00 Air and Water" Prices do not include installation. Page 2 of 3 &ca Proposal Number D/3243 7 rev 1 E#GIIIEERED SYSTEMS PAYMENT TERMS: • 100% DUE NET 30 DAYS AFTER SHIPMENT • Any Engineering/Autocad Drawings, etc., will not commence until down dayment and written purchase order is received at KCH. Odor Control Systems, • LEAD TIME IS BASED ON RECEIPT OF WRITTEN PURCHASE ORDER AND Fume Scrubbers, Aerators, Degasifiers, AMCA APPROVAL OF DRAWINGS. Certified Centrifugal Fans, Exhaust Hoods, Duct & SHIPPING POINT - Forest City, NC - FREIGHT INCLUDED. Fittings F.O.B. POINT - Forest City, NC - FREIGHT INCLUDED. Note: *There will be a 3% charge on MasterCard and Visa transactions to cover the bankcard processing fees.

PVC, Polypropylene, Dual GENERAL NOTES: Laminate, and FRP I. Infonnation contained in this quotation is considered confidential and proprietary and not to be used, copied and Ventilation Systems distributed without the pennission ofKCH. It is to be returned to KCH immediately upon request. 2. Quote is good for 90 days.

KCH Contact -Dan Ching Municipal Sales Manager Email: [email protected] Ph# 828-748- 7722 CORPORATE OFFICE AND MANUFACTURJNG HEADQUARTERS LOCATED IN NORTH CAROLINA

PO BOX 1287 144 Industrial Dr. Forest City, NC 28043 (828) 245-9836 Fax (828) 245-1437 [email protected] www.KCHServices.com

"We Clean the World's Air and Water" Page 3 of 3 Proposal Number D/32437 rev 1

TERMS AND CONDITIONS By Acceptance of thi s Offer the Buyer Expressly Agrees:

1. AGR EEMENT. This offer is expressly limited to the acceptance of the exact terms and conditions contained herein and any acceptance by Buyer shall be deemed an acceptance of each and every said term and condition. This Offer contains a final and exclusive state ment of the terms and cond itions of the Contract between KCH Se

AGENDA ITEM: DU0- 0:;J TAB: 3 CONSENT: ~ REGULAR: D

MEETING DATE: 05/23/18 DIVISION: UTILITY OPERATIONS

AGENDA TITLE: Consideration to approve a three-year contract renewal for Flowers Chemical Laboratories, in the estimated amount $137,500.00 annually.

ITEM BACKGROUND: This contract renewal is the first of two, three-year contract renewals for Flowers Chemical Laboratories for wastewater treatment and water reclamation independent laboratory services, for all FKAA wastewater treatment facilities, as required by Florida Department of Environmental Protection (FDEP).

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: Board approved Agenda Item DU0-07 at the June 24th, 2015 Board meeting which awarded the initial contract, along with the possibility of two, three-year renewals for wastewater treatment and water reclamation laboratory services, to Flowers Chemical Laboratories.

STAFF RECOMMENDATION (MOTION): Approve the first of two, three-year laboratory analysis contract renewals with Flowers Chemical Laboratories, in the estimated amount $137,500.00 annually.

SUPPLEMENTAL INFORMATION: Flowers Chemical Laboratories has agreed to honor existing pricing for the next three years if the contract is renewed, and Wastewater Operations has enjoyed a professional working relationship with Flowers Chemical Laboratories for many years. DOCUMENTATION: Included: 0 To-Follow: D Not Required: D Cost to FKM: $ 137,500.00 BUDGETED: Yes [KJ No ~ Cost to Others: $ NIA Total Cost: $ 137,500.00 DEPARTMENT: Wastewater Operation DEPARTMENT DIRECTOR APPROVAL: l

Reviewed by: Internal Auditor:--+--- General Counsel: }< ff Executive Director:~

BOARD ACTION:

Approved: D Tabled: D Disapproved: D Recommendation Revised: D

Comments:______

Date: ______Recording Clerk: ------f°LOW~l?~ Ct-111:MICU. LWO~TOC?ll:S INC. @ PO Box 150597, Altamonte Springs FL 32715-0597 Phone:407·33~5984 / Fax: 407·260-<;l 10 EB3018 (Main Lab) 571 NW Mercantile Pl. Suite 111, Pon St. Lucio FL 34986 Phone: 772-343-8006 / Fax: 772-343-8089 E86S62 (South Lab) PO Box 1200, Madison FL 32341 Phone:850-973·6878 / Fax: 850-973-6878 E82405 (North Lab) 3980 Overseas Hwy Suite 103, Marathon FL 33050 Phone: 305-743-8$98 / Fax: 30S-743·8598 E35834 (Keys Lab)

May 8, 2018

Jay Miller Florida Keys Aqueduct Authority 3375 Overseas Hwy Marathon, FL 33050

RE: CONTRACT RENEWAL #FKAA-IFB-0010-15 WASTE WATER TREATMENT INDEPENDENT ANALYSIS & REPORTING SERVICES

Dear Mr. Miller,

On behalf of Flowers Chemical Laboratories, Inc., we are pleased to extend the existing contract pricing and terms for the next three years, as indicated in the above named contract.

We appreciate the opportunity to provide analytical and sampling services to the Florida Keys Aqueduct Authority and we look forward to our continued relationship.

Feel free to contact me at 407-339-5984 x212 [email protected].

Sincerely, FlowersrJ~ww- Chemical Laboratories, Inc., June S. Flowers Quality Systems Director Secretary of FCL

Cc: John W. Lindsey Jr., FCL Business Development Director a.\fW iKCH Date Here ENGINEERED SYSTEMS To Whom It May Concern:

Odor Control Systems, Fume Scrubbers, Aerators, I am writing this letter to inform the necessary persons that TSC­ Degasifiers, AMCA Jacobs, Inc. of Tampa, FL is the exclusive representative in the Certified Centrifugal Fans, Exhaust Hoods, Duct & state of Florida for KCH Engineered Systems municipal market Fittings products. They are the sole source in the state of Florida for all products designed and manufactured by KCH Engineered Systems for the municipal market. The product line includes PVC, Polypropylene, Dual KCH corrosion resistant fans and KCH air quality control and Laminate, and FRP water treatment systems. Ventilation Systems This exclusivity applies to all new equipment sales as well as start-up, testing, maintenance and repair services provided by Jacobs Air Water Systems (JAWS), a sister company to TSC­ Jacobs. The companies can be reached at the following addresses:

CORPORATE OFFICE AND MANUFACTURING TSC-Jacobs, Inc. Jacobs Air Water Systems HEADQUARTERS 11021 Countryway Blvd 11023 Countryway Blvd LOCATED IN Tampa, FL 33626 Tampa, FL 33626 NORTH CAROLINA 813-888-5556 813-854-2354

PO BOX 1287 144 Industrial Dr. Forest City , NC 28043 W e look forward to a continued relationship and service. (828) 245-9836 Should you have questions or need additional information, Fax (828) 245-1437 [email protected] please do not hesitate to contact me. www.KCHServices.com Respectfully, AJu~ KCH Services, Inc. Contact - Dan Ching Municipal Odor Control & W ater Treatment Systems Email: [email protected] Ph# 828-748-77 22

All Equipment is designed to meet the standards ofS.P.I. and the American Conference of Governmental Industrial Hygienists. "We Clean the World's ACCEPTANCE OF THIS ORDER IS LIMITED TO THE ATT ACHED TERM AND CONDITIONS. Air and Water" WHICH TERMS AND CONDITIONS ARE HEREBY MADE A PART OF. J. Robert Dean Chairman Florida Keys District 3 Aqueduct Authority Richard J. Toppin< Vice-Chairman 1100 Kennedy Drive District 2 Key West, Florida 33040 Telephone (305) 296-2454 David C. Ritz www.fkaa.com Secretary/Treasur, District 5

Antoinette M. App, District 4

Cara Higgins District 1

Kirk C. Zuelch MEMORANDUM Executive Director

TO: Board of Directors

FROM: Kirk C. Zuelch, Executive Director~

DATE: May 15, 2018

SUBJECT: Executive Director's Report - Board of Directors Meeting May 23 , 2018

Below is an outline of issues that I'll be discussing in my Executive Director's report:

1. Florida Section of the American Water Works Drop Savers Poster Contest The Authority annuall y sponsors the Drop Savers Poster Contest for all Monroe County schools. The posters have a water conservation theme. We recognize division winners based on grade groups from the schools. We have invited the six overall Monroe County and State winners to our Board Meeting to recognize their achievements.

2. Florida Power and Light Update Mr. Lee Hefty, Miami-Dade County Director Division of Enviromnental Resources Management (DERM), will be updating the Board on the status of the Florida Power and Light Consent Order and answering any questions the Board has regarding the Miami-Dade/FPL Wastewater Reuse Agreement. 2018

WATER CONSERVATION POSTER CONTEST Monroe County Division Winners Awards Presentation

American Water Works Association AWWA AFlORIDA Division 1 (K-1st Grade) Winner Jasmine Lavryk Kindergarten, The Basilica School Teacher: Nancy La Re Division 2 (2nd_3rdGrade) Winner Joe Melvin 2nd Grade, Big Pine Academy Teacher: Sarah Butler "'~ I I \ .. JI Division 3 (4th_5th Grade) Winner Evelina Zaute 5th Grade, Horace O'Bryant School Teacher: Ashlie Hood Division 4 ( 6th_gth Gra d e) Winner ~ta I Angelina Bello 7th Gra d e, Key Largo School Teacher: Kirsten Burns Save

Division 4 (6th_gth Grade) Runner Up Wa.ter, Makayla Dudley 7th Grade, Key Largo School Su.\Je Teacher: Kirsten Burns Life F\:N}) Su~e 1nt

WOVlCDc1 Division 5 (High School) Winner State First Place Winner Mackenzie Emrich 11th Grade, Coral Shores High School Teacher: Carmen Kelley SAVEWATER The Division Winners were on display in each of FKAA's Customer Service Offices during National Drinking Water Week, May 7--13, 2017.

Key West Customer Service Team Back Row: Pam Oropeza, Amanda Blanco, Diancy Fundora, Raquel Ladino Middle Row: Ashley Roberts, Amanda Malott, Olivia Reyes Front: Ariel Sanchez

Tavernier Customer Service Team Marathon Customer Service Team Sue Reich, Barbara Baker and Christi Meder Ashley Schindler, Sherry Alana, Yusi Bonachea BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: OOC- 6 / CONSENT: D REGULAR: [KJ

MEETING DATE: May 23, 2018 DIVISION: OFFICE OF COUNSEL

AGENDA TITLE: Consideration to approve a resolution 18-05 of the Florida Keys Aqueduct Authority, establishing its intent to reimburse certain costs incurred relating to water projects from proceeds of a future tax­ exempt financing; authorizing the Deputy Executive Director as the Authority's compliance officer for purposes of preparing policies and procedures for post issuance compliance with the internal revenue code, as amended; providing certain other matters in connection therewith; and providing an effective date.

ITEM BACKGROUND: The Authority issues new debt from time to time to finance capital projects. In order to provide for reimbursement for any capital costs incurred prior to the actual issuance of debt, the board must pass a resolution to assure compliance with rules and regulations regarding proceeds from the issuance of bonds. This resolution provides that compliance.

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: The Board previously adopted a reimbursement resolution on ~pr;-/ .. ~ 201117.

STAFF RECOMMENDATION (MOTION): Approve a resolution of the Florida Keys Aqueduct Authority, establishing its intent to reimburse certain costs incurred relating to water projects from proceeds of a future tax­ exempt financing; authorizing the Deputy Executive Director as the Authority's compliance officer for purposes of preparing policies and procedures for post issuance compliance with the internal revenue code, as amended; providing certain other matters in connection therewith; and providing an effective date.

SUPPLEMENTAL INFORMATION:

DOCUMENTATION: lnctuded: D To-Follow: D Not Required: D Cost to FKAA: $ ------BUDGETED: Yes D No CJ Cost to Others: $ ______Total Cost: $ _ _ ___

DEPARTMENT: ,a=RECTOR APPROVAL:

DIVISION DIRECTOR APPROVAL:. _ _ ~.....~=- -'---"f .....[;fa - ~~---:...;;.._------

Reviewed by: Internal Auditor. _ ___ General Counsel: V)r£ Executive Director.~

BOARD ACTION:

Approved: o Tabled: D Disapproved: D Recommendation Revised: D

Comments:. ______

Date:. ______Recording Clerk:. ______RESOLUTION NO. 18-05

A RESOLUTION OF THE FLORIDA KEYS AQUEDUCT AUTHORITY, ESTABLISHING ITS INTENT TO REIMBURSE CERTAIN COSTS INCURRED RELATING TO WATER PROJECTS FROM PROCEEDS OF A FUTURE TAX-EXEMPT FINANCING; AUTHORIZING THE DEPUTY EXECUTIVE DIRECTOR AS THE AUTHORITY'S COMPLIANCE OFFICER FOR PURPOSES OF PREPARING POLICIES AND PROCEDURES FOR POST ISSUANCE COMPLIANCE WITH THE INTERNAL REVENUE CODE, AS AMENDED; PROVIDING CERTAIN OTHER MATTERS IN CONNECTION THEREWITH; AND PROVIDING AN EFFECTIVE DATE.

WHEREAS, the Board of Directors of the Florida Keys Aqueduct Authority (the "Issuer") has determined that the future need exists to issue bonds in order to finance certain capital improvements for the water system consisting of the water projects listed for the years 2018 through 2022 on the Issuer's 5-year Capital Improvement and Capital Financing Plan on file with the Issuer (collectively, the "Project"); and

WHEREAS, the Issuer desires to preserve its right to reimburse for eligible costs of any

Projects from the proceeds of future bond issues; and

WHEREAS, in order to maintain preferential tax status, tax-exempt bonds of the

Authority are subject to certain federal tax law requirements both upon issuance of the bonds and on an ongoing basis for the life of the bond issue; and

WHEREAS, the ongoing nature of post-issuance tax compliance concerns requires issuers such as the Authority to actively monitor compliance throughout the entire period bonds remain outstanding; and WHEREAS, the Internal Revenue Services (the "IRS") actively encourages issuers such as

the Authority of tax-exempt and tax-advantaged obligations to adopt effective post-issuance

compliance procedures;

NOW, 1HEREFORE, BE IT RESOLVED BY TI-IE BOARD OF DIRECTORS OF THE

FLORIDA KEYS AQUEDUCT AUTHORITY THAT:

SECTION 1. AUTHORITY. This Resolution (hereinafter called the "Resolution") is

adopted pursuant to the provisions of the Florida Constitution, Chapter 76-441, Laws of Florida,

as amended and supplemented, and other applicable provisions of law.

SECTION 2. DECLARATION OF INTENT. The Issuer hereby expresses its intention to

be reimbursed from proceeds of a future tax-exempt financing for all or a portion of

expenditures to be paid by the Issuer for the purpose of equipping, constructing and acquiring

the Project. Pending reimbursement, the Issuer expects to use funds on deposit in the Water

Revenue Fund and other funds on hand available to pay such costs including but not limited to

capital expenditures, costs of design and engineering, and other costs associated with the

Project. It is reasonably expected that the total amount of debt to be incurred by the Issuer with

respect to the Project will not exceed [$100,000,000]. This Resolution is intended to constitute a

"declaration of official intent" within the meaning of Section 1.150-2 of the Income Tax

Regulations (the "Regulations") with respect to the bonds to be issued to finance the Project.

SECTION 3. POST ISSUANCE COMPLIANCE. The Authority recognizes that the IRS intends for issuers of tax-exempt bonds such as the Authority to take a more proactive role in monitoring compliance with the Internal Revenue Code and Regulations after the issuance of bonds. Therefore, in order to support the compliance initiatives described herein, the Authority

2 hereby authorizes the Deputy Executive Director to prepare, or cause to be prepared by Bond

Counsel, policies and procedures of the Authority for monitoring compliance with the Code

and Regulations (the "Compliance Policy"). By authorizing this Compliance Policy and by

requiring staff to adhere to the Compliance Policy, the Authority hereby formalizes the

appropriate procedures and documents existing practices for complying with the Code and

Regulations for its bonds.

SECTION 4. SEVERABILITY. If any one or more of the provisions of this Resolution

shall for any reason be held illegal or invalid, such illegality or invalidity shall not affect any

other provision of this Resolution, but this Resolution shall be construed and enforced as if such

illegal or invalid provision had not been contained therein.

SECTION 4. REPEALING CLAUSE. All resolutions or orders and parts thereof in

conflict herewith to the extent of such conflicts, are hereby superseded and repealed.

SECTION 5. EFFECTIVE DATE. This Resolution shall take effect immediately upon its

adoption this 23rd day of May, 2018.

FLORIDA KEYS AQUEDUCT AUTHORITY

(SEAL) By:.______Title: J. Robert Dean, Chairman ATTEST:

By:. ______~ Title: David C. Ritz, Secretary/freasurer

3 BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: DOA-01 CONSENT: D REGULAR: Ii]

DIVISION: Administration MEETING DATE: May 23, 2018

AGENDA TITLE: Summary of financial information for October 2017 through April 2018.

ITEM BACKGROUND: Financial highlights Percentage of fiscal year elapsed 58.33% Percentage of budgeted revenue earned 58.10% Percentage of operating budget expended 54.20% Budget amendments year to date 9 Budget line item transfers year to date 2 Operating revenue increase (decrease) year over year -0.30% Operating expense (less depreciation) increase (decrease) year over year 19.00%

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS:

STAFF RECOMMENDATION (MOTION): Informational only

SUPPLEMENTAL INFORMATION:

DOCUMENTATION: Included: D To-Follow: D Not Required: D Cost to FKAA: $ BUDGETED: Yes[!] No O Cost to Others: $ Total Cost: $ ______

DEPARTMENT: Finance DEPARTMENT DIRECTOR APPROVAL:

DIVISION DIRECTOR APPROVAL:·------.....+------­

Reviewed by: Internal Auditor: ____ Executive Directoc~

BOARD ACTION:

Approved: o Tabled: o Disapproved: D Recommendation Revised: D

Comments:·------

Date: ______Recording Clerk:______FLORIDA KEYS AQUEDUCT AUTHORITY Financial Analysis .'A.yri{ 30, 2018 Balance sheet summary Increase (decrease) Increase (decrease) Current month-end from last month from last year-end Cash, cash equivalents and investments $ 42,904,096 3.9% -15.3% Capital assets, net of depreciation 266,003,136 0.3% -0.7% Other assets 15,803,079 7.2% 15.6% Total assets 324,710,311 0.1% -2.1% ::: : : ·: ···:::?t//\/ ...... Deferred outflow of resources 37,254,401 0.00% -0.02% :: :::: :::: ::: :;: ;:; ~~ ~ ~ ~ ~~ ~ ~~ ~ ~ ~ ~ ~~ ~ ~~ ~ ~ ~ ~~ ~~ ~ ~ ~ Long-term debt (including current portion) 203,556,821 0.0% -0.3% Other liabilities 10,868,524 -3.6% -33.8% Total liabilities 214,425,345 -0.2% -3.7% :>t(\·.·.·.· .·i.:·.·.:)it:·.·.·.·.·.·.·.·.it:i:i·:)it:i.·.·.·.·.·.· ...... Deferred Inflow of resources 1,678,306 0.00% 0.00%

Net assets $ 145,861,061 0.7% 0.8%

Revenue and expense summary Increase (decrease) Increase (decrease) from same month from year-to-date Month-to-date last year Year-to-date last year Net operating revenues $ 5,810,538 10.7% $ 35,759,948 -0.3% Interest income 80,990 690.8% 373,031 112.0% Other income 755,641 1285.7% 1,400,662 102.6% Total income 6,647,169 24.0% 37,533,641 2.0% Operating expenses (less depreciation) 3,689,808 21.3% 23,553,221 19.0% Depreciation 186,805 17.3% 2,566,224 124.4% Interest expense (457,727) -9.9% 3,240,089 9809.4% Other expenses 75,541 150,033 Total expenses 3,494,427 4.5% 29,509,567 11.3% Excess of revenues over expenses 3,152,742 8,024,074 System development fees and other contributions 211,665 -61.0% 2,049,573 -12.5% Change in net assets $ 3,364,407 $ 10,073,647

Net Operating Revenues Capital Expenditures $7,500,000 ..------.. Last ten fiscal years $6,500,000 11------1 35,000,000

30,000,000 25,000,000

20,000,000 15,000,000 $2,500,000 10,000,000 $1,500,000 .______.. 5,000,000 ,l,l.s,/' .S- .~1~ <:f'o ~·if' ,;,•~ ')•~ #" #' t' 2009 2010 2011 2012 2013 2014 2015 2016 2017 2018

1 ~ _ ::18 _:_ 2017 --201 6

Financial indicators Current month-end Last month-end Last ear-end W Unrestricted net assets $ 9,653,844 $ 9,014,983 $ 9,746,645 • Current cash and investments to current liabilities 2.4 2.4 2.1 # months operating expenses in cash and investments 3.9 4.6 2.3 Working capital (current assets less current llabllltles> to total assets 0.1 0.1 0.1 Net assets to total assets 0.4 0.4 0.4 Average rate of return on investments (year to date) 1.35% 1.31% 0.73% % of total annual budgeted revenue earned (year to date) 58.1% 48.5% 103.8% % of total annual budget expended (year to date) 54.2% 45.9% 100.8% W Total capital expenditures (year-to-date) $ 5,162,256 $ 3,409,352 $ 12,202,582 ll Total capital improvement commitments $ 6,782,784 $ 7,373,349 $ 8,374,324

5/3/201 8 Florldi Keys Aqueduct Authority

STATEMENT OF NET POSITION April 30, 201 8

Assets Current assets Unrestricted current assets Cash and cash equivalents 11 ,598,068 Investments 20 ,000,000 Recel\lables: Accounts - customers 5,384,845 Accounts - other 3,567,126 Interest 238,655 Current portion of assessments 341,919 Material and supplies 2,494,341 Prepaid expenses and other current assets 1.329 448 Total unrestricted current asset s 44,954,402 Restricted current assets Cash and cash equivalents 8,393,921 Investments Interest rate swap collateral Total restricted current assets 8 393 921

Total current .asset s 53,348 323

Noncurrent assets Restricted noncurrent assets Cash and cash equivalents 2,912,1 07 Investments Total restricted noncurrent assets 2,912,107

Capital assets Capital assets In service 504,173,738 Construction in progress 20,713,833 Less accumulated depreciation (258,884,435)

Capital asset s, net of accumulat ed depreciation 266,003 136

Assessments receivable, net of current portion 2 446,745 Total noncunont assets 271 361,988

Total assets 324,710,311

Deferred outflow of resources Accumulated change in fair value of hedging derivatives 10,838,557 Deferred amount on debt refundings 2,528,525 Pension 8,691 ,842 Navy Wastewater 15.195,477 37,254,401

Liabilities Current liablilties Current liabilrties payabkl from unrestricted assets Accounts payable 1,524,665 Accrued wages and benefits 593,930 Unearned receipts other liabilities 2,649 800 Total curre nt liabilities payabkl from unrestricted asset s 4 768,395 Current liabilittes payable from restricted assets

Customer deposits 2,912,107 Interest payable 427,515 Advances from other governments 2,760,507 Current portion of credit due to US government 937,646 Current portion of bonds payable 4,368,1 74 Curent portion of compensated absenses 305, 216 Total current liabilities payable from rest ricted assets 11,711165

Total current liabilities 16,479 560

Long-term liabilities Credit due to US government 28,223,396 Bonds payable 137,058,022 Derivative instrument - swap 10,838,557 Compensated absences 3,052,156 Not OPEB obligation 2,675,695 Net pension liabilities 21,708,995 203,556,821 Less current portion (5,611,036) Total long-term liabilities 197 945 785

Total liabilities 214,425,345 Deferred Inflow of resources Pension 1,678,306

Net position Invested in capital assets, net of related debt 129,284,277 Restricted: Debt service 2,964,474 Capff:al projects 1,046,359 Other purposes 2,912,107 Unrestricted 9,653,844

Total net position $ 145,8611061 Florida Keys Aqueduct Authority

STATEMENTS OF REVENUES, EXPENSES AND CHANGES IN NET ASSETS For the seven months ending April 30, 2018

Month-to-date Year-to-date Increase Increase This :tear Last :tear (decrease) This :tear Last :tear (decrease) Operating revenue Metered revenue water: Residential $ 2,668,100 $ 2,187,987 $ 480,113 $ 15,020,811 $ 15,326,557 $ (305,746) Commercial 1,798,991 1,718,004 80,987 11 ,569,276 11,715,994 (146,718) U.S. Navy 84,957 111 ,162 (26,205) 645,551 662,967 (17,416) Other governmental 1,146 (1,146) (30) 73,929 (73,959) Senior citizens 40,542 31,611 8,931 260,884 213,030 47,854 Reclaimed water 10,267 10,638 (371) 59,772 72,183 (12,411) Metered revenue wastewater: Residential 532,102 538,610 (6,508) 3,610,433 3,261,357 349,076 Commercial 79,580 82,390 (2,810) 526,155 499,901 26,254 U.S. Navy 122,11 4 155,283 (33,169) 908,916 891,280 17,636 Other governmental 503 737 (234) 3,630 5,957 (2,327) Senior citizens 15,467 11 ,378 4,089 89,737 54,985 34,752

Total metered revenue 5,352,623 4,848,946 503,677 32,695,135 32,778,140 (83,005) Other operating revenue 511,136 429,552 81,584 3,307,896 3,322,439 (14,543)

Total operating revenue 5,863,759 5,278,498 585,261 36,003,031 36,100,579 (97,548) Less: abatements (53,221) (29,685) (23,536) (243,083) (233,061) (10,022)

Net operating revenue 5,810,538 5,248,813 561,725 35,759,948 35,867,518 (107,570)

Operating expenses Source of supply 181 ,001 43,925 137,076 464,982 340,953 124,029 Water treatment 304,224 305,386 (1 ,162) 2,189,938 2,131,392 58,546 Transmission 548,714 462,459 86,255 3,203,169 2,941,653 261,516 Distribution 782,780 602,573 180,207 5,666,068 4,273,248 1,392,820 Customer accounts 314,253 275,378 38,875 1,966,540 1,943,829 22,711 General and administration 1,446,628 1,228,841 217,787 9,358,948 8,392,815 966,133 Wastewater treatment 112,208 117,537 (5,329) 703,576 781,695 (78, 119) Wastewater collection 186,805 159,222 27,583 2,566,224 1,143,469 1,422,755 Depreciation 1,424,761 1,816,882 (392,121) 8,787,863 9,035,066 (247,203)

Total operating expenses 5,301,374 5,012,203 289,171 34,907,308 30,984,120 3,923,188

Utility operating income 509,164 236,610 272,554 852,640 4,883,398 (4,030,758)

Non-operating revenues (expenses) Interest income 80,990 10,242 70,748 373,031 175,960 197,071 Other income 674,651 44,290 630,361 1,027,631 401 ,305 626,326 Gain (loss) on disposal of assets and inventory 9,294 9,294 243,375 2,456 240,919 Interest expense (457,727) (508,182) 50,455 (3,240,089) (3,169,455) (70,634) Other financing fees (75,541) (65,207) (10,334) (150,033) (216,863) 66,830 Bond issuance costs (23,467) 23,467 Amortization Total non-operating revenues (expenses) 231,667 (518,857) 750,524 (1,746,085) (2,830,064) 1,083,979

Net income before contributions 740,831 (282,247) 1,023,078 (893,445) 2,053,334 (2,946,779) Capital contributions 211 ,665 542,339 (330,674) 2,049,573 2,341,669 (292,096)

Change in net position $ 952,496 $ 260,092 $ 692,404 $ 1,156,128 $ 4,395,003 $ (3,238,875) Net position, beginning of period 144,908,565 144,704,933

Net position , end of period $ 145,861,061 $ 145,861,061

5/3/2018 Florida Keys Aqueduct Authority

SCHEDULE OF OPERATING EXPENSES For the seven months ending April 30, 2018

Month-to-date Year-to-date Increase Increase This lear Last lear (decrease) This lear Lastlear (decrease)

Salaries $ 1,570,731 $ 1,400,195 $ 170,536 $ 10,484,984 $ 9,865,771 $ 619,2 13 Salaries (capitalized) Overtime 72 ,100 62,880 9,220 462,210 314,538 147,672 Overtime (capitalized) Retirement 154,240 138,962 15,278 1,231 ,085 1,021 ,587 209,498 Payroll taxes 126,005 11 5,516 10,489 827,662 787,464 40,198 Employee health insurance 340,982 325,080 15,902 2 ,269,468 2,092,359 177,109 Other benefits 15,058 6,041 9,017 73,143 44,898 28,245 Electricity 260,804 266,381 {5,577) 1,622,261 1,619,526 2,735 Fuel for power production 12,366 4,006 8,360 90,395 32,596 57,799 Chemicals 163,201 152,413 10,788 982,424 1,075,463 (93,039) Maintenance and materials 464,063 372,414 91 ,649 2,524,885 2,118,247 406,638 Maintenance and materials - construction 8,468 (37,986) 46,454 227,683 164,484 63,199 Emergency materials and suppies 24,862 24,862 2,293,442 2,293,442 Engineering services 11 ,212 2,130 9,082 46,472 10,328 36,144 Accounting and auditing services 14,829 (14,829) 88,489 79,500 8,989 Legal services 86 3,376 (3,290) 2,874 12,416 (9,542) Other consulting and support services 149,097 95,786 53,311 643,779 659,495 (15,716) Outsourced operations 88,915 47,863 41,052 347,879 359,042 (1 1,163) Sludge removal 17,019 19,866 (2,847) 61 ,572 74,838 (13,266) Rental of building - re al property 1,328 {1 ,328) 4,638 10,565 (5,927) Rental expense - equipment 1,506 1,624 (118) 16,688 14,981 1,707 Transportation expense 49,510 6,415 43,095 234,145 168,356 65,789 Insurance-vehicle 5,585 6,526 (941) 38,927 45,257 (6,330) V ehicle repairs (net of insurance reimbursements) 25,000 25,000 {2,696) 7,086 (9,782) Insurance-general liabilities 9,363 8,563 800 67,177 59,361 7,816 General liability claims (net of insurance reimbursements) 25,000 25,000 25,979 10,265 15,714 Insurance-workers' compensation 23,946 22,346 1,600 167,624 156,420 11 ,204 Workers compensation (net of insurance reimbursements) 3,786 3,786 35,686 23,273 12,413 Insurance-other 86,211 69,893 16,318 520,122 509,952 10,170 Other claims and damages 2,944 2,944 (231 ,532) (290) (231,242) Advertising 8,063 4,52 1 3,542 31 ,499 27,378 4,121 Bad debt expense 10,000 6,750 3,250 37,140 47,250 (10,110) Office supplies 7,407 9,391 (1 ,984) 45,878 45,669 209 Bank charges 60,925 37,649 23,276 324,015 291 ,303 32,7 12 Cashiers over/short (1) (1) 42 (53) 95 Other utilities and technical services 53,436 40,110 13,326 432,977 259,734 173,243 Postage 1,262 254 1,008 12,181 15,777 {3,596) Travel 13,514 3,047 10,467 39,876 30,559 9,317 Training 5,410 1,468 3,942 22,223 19,210 3,013 Miscellaneous 8,701 12,700 (3,999) 84,628 81 ,603 3,025 Public Information and outreach 2,581 8,352 (5,771 ) 12,604 29,069 (16,465) Misc. Freight 6 16 187 429 2 ,725 3,847 (1 ,122) Less: administrative overhead (capitalized) (7,361) (35,555) 28,194 (83,808) (240,070) 156,262

Total operating expenses before depreciation 3,876,6 13 3, 195,32 1 681 ,292 26,119,445 21 ,949,054 4,170,391 Depreciation 1,424,761 1,816,882 (392,121 ) 8,787,863 9,035,066 (247,203)

Total operating expenses $ 5,301 ,374 $ 5,012,203 $ 289,171 $ 34,907,308 $ 30,984,120 $ 3,923,188

513/2018 Florida Keys Aqueduct Authority

BUDGETARY COMPARISON SCHEDULE For the seven months ending April 30, 2018

Budgeted exeenditures Actual exeenditures % of budget Budget Original Adjusted Month-to-date Year-to-date exeended remaining Capital expenditures: Additions to capital assets $ 3,732,300 $ 4,361,000 $ 366,444 $ 1,521 ,361 34.9% $ 2,839,639 Salaries (capitalized) 1,033,800 1,033,800 59,581 311,379 30% 722,421 Overtime (capitalized) 8,607 19,537 na (19,537) Total Caeital Outlal 4,766,100 5,394,800 434,632 1,852,277 3,542,523

Operating expenses: Personnel services Salaries 18,932,100 18,932,100 1,570,731 10,484,984 55% 8,447,116 Overtime 483,600 483,600 72 ,100 462,210 96% 21,390 Retirement 1,797,400 1,797,400 154,240 1,231 ,085 69% 566,315 Payroll taxes 1,564,500 1,564,500 126,005 827,662 53% 736,838 Employee health insurance 3,600,000 3,600,000 340,982 2,269,468 63% 1,330,532 Other benefits 229,000 229,000 15,058 73,143 32% 155,857 Total eersonnel services 26,606,600 26,606,600 2,279,116 15,348,552 11,258,048

Other operating expenses Electricity 3,192,500 3,192,500 260,804 1,622,261 51% 1,570,239 Fuel for power production 83,500 83,500 12,366 90,395 108% (6,895) Chemicals 2,157,700 2,157,700 163,201 982,424 46% 1,175,276 Maintenance and materials 3,975,900 4,327,900 464,063 2,524,885 58% 1,803,015 Maintenance and materials - construction 8,468 227,683 na (227,683) Emergency materials and suppies 1,407,500 24,862 2,293,442 163% (885,942) Engineering services 290,000 290,000 11,212 46,472 16% 243,528 Accounting and auditing services 89,500 89,500 88,489 99% 1,011 Legal services 30,000 30,000 86 2,874 10% 27,126 Other consulting and support services 1,579,700 1,579,700 149,097 643,779 41% 935,921 Outsourced operations 1,681,300 1,896,300 88,915 347,879 18% 1,548,421 Sludge removal 294,000 294,000 17,019 61,572 21% 232,428 Rental of building - real property 14,000 10,400 4,638 45% 5,762 Rental expense - equipment 63,000 59,400 1,506 16,688 28% 42,712 Transportation expense 495,600 502,800 49,510 234,145 47% 268,655 Insurance-vehicle 110,000 110,000 5,585 38,927 35% 71,073 Vehicle repairs (net of insurance reimbursements) 25,000 (2,696) na 2,696 Insurance-general liabilities 137,000 137,000 9,363 67,177 49% 69,823 General liability claims (net of insurance reimbursements) 25,000 25,979 na (25,979) Insurance-workers' compensation 270,000 270,000 23,946 167,624 62% 102,376 Workers compensation (net of insurance reimbursements) 3,786 35,686 na (35,686) Insurance-other 993,300 993,300 86,211 520,122 52% 473,178 Other claims and damages 2,944 (231 ,532) na 231 ,532 Advertising 69,000 69,000 8,063 31 ,499 46% 37,501 Bad debt expense 81,000 81 ,000 10,000 37,140 46% 43,860 Office supplies 144,000 144,000 7,407 45,878 32% 98,122 Bank charges 520,000 520,000 60,925 324,015 62% 195,985 Cashiers over/short (1) 42 na (42) Other utilities and technical services 819,900 819,900 53,436 432,977 53% 386,923 Postage 38,300 38,300 1,262 12,181 32% 26,119 Travel 162,400 162,400 13,514 39,876 25% 122,524 Training 153,400 153,400 5,410 22,223 15% 131 ,177 Miscellaneous 163,000 163,000 8,701 84,628 52% 78,372 Public Information and outreach 129,000 129,000 2,581 12,604 10% 116,396 Misc. Frei9ht 10,000 10,000 616 2,725 27% 7,275 Total other oeeratlng exeenses 17,747,000 19,721,500 1,604,858 10,854,701 8,866,799

Total operating expense budget 44,353,600 46,328,100 3,883,974 26,203,253 20,124,847

Total operating budget 49,119,700 51,722,900 4,318,606 28,055,530 23,667,370

4,318,606 28,055,530 I 54.2%1 $ 23,667,370 Less: Capital expenditures (434,632) (1,852,277) Administrative overhead capitalized (7,361) (83,808) Add: Depreciation 1,424,761 8,787,863 Total actual operating expenses $ 5,301,374 $ 34,907,308 Florida Keys Aqueduct Authority Cash Summary April 30, 2018

Cash $ 22,904,095.68 Investments 20,000,000.00 Total cash and investments 42,904,095.68

Externally restricted by statute or covenant Debt service reserves (4,564,812.72) Monroe County funds advanced for wastewater construction (3,374,912.31) Grant match for on-site wastewater project (1,296,050.00) Bond proceeds held for future projects (2,070,253.00)

Cash and investments at board's discretion 31,598,067.65

Board restrictions Contingency fund for unanticipated losses (2,982,531.81) Operating reserve (3 months of minimal operating expenses) (9,000,000.00)

Cash and investments after board restrictions 19,615,535.84

Other set asides Customer deposits (2,912,107.00) Reserve for self-retained health care claims {1,050,282.34)

Cash and investments available for capital projects 15,653,146.50 Capital project contract balances outstanding funded from reserves (6,782,783.94)

Cash and investments available for future projects $ 8,870,362.56 Florida Keys Aqueduct Authority

BUDGET AMENDMENTS AND TRANSFERS For the year ending September 30, 2018

Original Budget Adjusted budget Amendments transfers budget Capital expenditures: Utility plant in service $3,732,300 $ 614,700 $ 14,000 $ 4,361,000 Salaries (capitalized) 1,033,800 1,033,800 Overtime (caeitalized) Total operating capital expenditures 4,766,100 614,700 14,000 5,394,800

Operating expenses: Personnel services Salaries 18,932,100 18,932,100 Overtime 483,600 483,600 Retirement 1,797,400 1,797,400 payroll taxes 1,564,500 1,564,500 Insurance 3,600,000 3,600,000 Other 229,000 229,000 Total personnel services 26,606,600 26,606,600

Other operating expenses Electricty 3,192,500 3,192,500 Fuel for power production 83,500 83,500 Chemicals 2,157,700 2,157,700 Maintenance and materials 3,975,900 366,000 (14,000) 4,327,900 Emergency materials and supplies 1,407,500 1,407,500 Engineering services 290,000 290,000 Accounting and auditing services 89,500 89,500 Legal services 30,000 30,000 outsourced operations 1,681 ,300 215,000 1,896,300 Other consulting and support services 1,579,700 1,579,700 Sludge removal 294,000 294,000 Rent expense-building 14,000 14,000 Rent expense-equipment 63,000 63,000 Transportation expenses 495,600 495,600 Insurance - vehicle 110,000 110,000 Insurance - general liabilities 137,000 137,000 Insurance - workers' compensation 270,000 270,000 Insurance - property and flood 993,300 993,300 Advertising 69,000 69,000 Bad debt expense 81 ,000 81,000 Office supplies 144,000 144,000 Other utilities and technical services 819,900 819,900 Postage 38,300 38,300 Travel 162,400 162,400 Training 153,400 153,400 Miscellaneous other 163, 000 163,000 Bank charges 520,000 520,000 Public information and outreach 129,000 129,000 Miscellaneous-freight 10,000 10,000 Total other operating expenses 17,747,000 1,988,500 (14,000) 19,721,500 Total operating expense budget 44,353,600 1,988,500 (14,000) 46,328,100

Total operating budget $ 49,119,700 $ 2,603,200 $ - $ 51,722,900 prepared by Denise Preuss Florida Keys Aqueduct Authority

BUDGET AMENDMENTS For the year ending September 30, 2018

Date of Board Amendment# Approval Account Description and justification Amount

11/15/2017 1-4108-10100-99 Purchase of new vehicles 345,000 11/15/2017 1-4208- 10100-99 Purchase of new vehicles 95,500 2 12/20/2017 1-4001-10100-99 Purchase of new gas fueling stations 33,600 2 12/20/2017 1-5060-10100-99 Purchase of new gas fueling stations 13,500 3 1/31/2018 1-4214-62003-14 Emergency Services & Repairs to Infrastructure 627,100 3 1/31/2018 1-4101-62003-08 Emergency Services & Repairs to Infrastructure 104,500 3 1/31/2018 1-5001-62003-04 Emergency Services & Repairs to Infrastructure 147,800 4 1/31/2018 1-4201-10100-99 Purchase of backhoe 87,300 5 1/31/2018 1-5060-10100-99 Emergency purchase of a Centrifuge Control System 39,800 6 1/31/2018 1-4101-62003-08 FlaWarn Mutual Aid Agreement provided after Hurricane Irma 170,700 7 2/28/2018 1-2021-63500-10 Purchase of e-builder, a web based cons! mngmt software 215,000 8 2/28/2018 1-4301-62003-08 Emergency Services & Repairs to Infrastructure 17,900 8 2/28/2018 1-4214-62003-14 Emergency Services & Repairs to Infrastructure 95,000 8 2/28/2018 1-2021-62003-10 Emergency Services & Repairs to Infrastructure 244,500 9 3/28/2018 1-2027-62001-08 Water Meter Interface units 366,000

Total amendments $ 2,603,200

prepared by Denise Preuss Florida Keys Aqueduct Authority

BUDGET TRANSFERS For the year ending September 30, 2018

Account# Accountdescriotion Oct Nov Dec Jan Feb Mar Apr Mav Jun Jul Aua Seo Total 10100 Utilitv plant in service $ 7,000 $ 7,000 $ 14,000 60101 Salaries . 60102 Utilitv olant in service . 60103 Overtime . 60104 Overtime (caoitalized) 60401 Retirement . 60402 oavroll taxes . 60403 Insurance . 60404 Other . 61500 Electrictv . 61600 Fuel for cower oroduction . 61800 Chemicals . 62001 Maintenance and materials (7,000) (7,000l (14,0001 63100 Em:iineerina services . 63200 Accountina and auditina services . 63300 Leaal services . 63400 Other consultina and support services . 63500 outsourced ooerations . 63600 Sludae removal . 64100 Rent exoense-building . 64200 Rent expense-eauipment . 65000 Transoortation expenses . 65601 Insurance - vehicle . 65701 Insurance - aeneral liabilities . 65801 Insurance - workers' compensation . 65901 Insurance - orooertv and flood . 66000 Advertising . 67000 Bad debt expense . 67501 Office suoolies . 67502 Bank charges . 67505 Other utilities and technical services . 67506 Postaae . 67507 Travel . 67509 Trainina . 67510 Miscellaneous other . 67511 Communitv Relations . 67512 Water conservation and outreach . 67515 Miscellaneous-freiaht .

. . $ $ - $ $ . $ - $ - $ . $ - $ - $ - $ - $ - $ .

prepared by Denise Preuss Florida Keys Aqueduct Authority Capital Improvement Plan and Debt Service Budget to Actual Comparison April 30, 2018

Re maining Bu dgeted costs Actual costs bu dget Capital Improvement Plan Distribution replacement 4,000,000 1,280,873 2,719,127 Transmission main improvements C-905 Key Largo 4,000,000 865,548 3,998,920 Transmission main replacements-Grassy Key, lslamorada 500,000 1,080 493,244 Cathodic protection, metal piping, tanks 500,000 6,756 493,244 Valve replacement program-Key West 100,000 100,000 Gateway meter reading data collectors 350,000 78,230 271,770 Stock Island seawater reverse osmosis plant 400,000 400,000 demo/replace water storage tanks-C69 Trumbo Point 550,000 58,460 491,540 Collection system improvement-Key Haven 4,000,000 1,866,811 2,133,189 Connection of Navy system to Big Coppitt 1,100,000 909,451 190,549 Onsite wastewater program 500,000 633 499,367 Storage tank flow control 36,106 (36,106) Collection system R/R system wide 250,000 250,000 Swim Well 38,865 (38,865) Design of emergency operation plans 7,442 {7,442) Hurricane IRMA Fema projects 3,483 (3,483} Capital salaries to be allocated 8,518 (8,518)

$ 16,250,000 $ 5,162,256 $ 11,946,536 Debt Service Interest expense $ 4,519,000 $ 3,240,089 $ 1,278,911 Principal payments 4,345,000 4,345,000

$ 8,864,000 $ 3,240,089 $ 5,623,911 BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: DOA- O;;i.. CONSENT: D REGULAR: . ~

MEETING DATE: May 23, 2018 DIVISION: Administration

AGENDA TITLE: Summary of contractual commitments through April 30, 2018.

ITEM BACKGROUND:

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: As requested by the Board of Directors, task order approvals by the Executive Director in the previous month are included in this report and highlighted in yellow.

STAFF RECOMMENDATION (MOTION):

SUPPLEMENTAL INFORMATION:

DOCUMENTATION: Included: D To-Follow: D Not Required: D Cost to FKAA: $ BUDGETED: YesD No [:=J Cost to Others: $ Total Cost: $ _ ____

DEPARTMENT: Finance DEPARTMENT MANAGER APPROVAL: Digitally signed by Kerry Shelby K erry Sh e lb Y Date: 2018.05.03 16:09:38 DIVISION DEPUTY EXECUTIVE DIRECTOR APPROVAL: -o4·oo·

Reviewed by: Internal Auditor Geraa Cwnsel: ~ Executive Directo,r

BOARD ACTION:

Approved: n Tabled: ll Disapproved: D Recommendation Revised: D

Comments: ______

Date:______Recording Clerk:______flcrldov 1<.ey~Aquedu.ct-A~ Summary of contractual commitments Mo~ • t,-~30, :WU

Awarded contract Amendments J Remaining Total FKAA Capital Vendor name Contract # Project Approved Total paid to date amount change orders commitment Commitments

Water construction contracts S/3/2011

J.A. l.3Rocco Enterprises 1094-08 Ocean Reef Transmission Replacement Board 3,225,656.30 (79,930.54) 3,140,710.76 5,015.00 5,015.00 Florida Design Contractors, Inc. 1141-15 Chlorination lmprovments Florida City P1ant Board 106,900.00 104,762.00 2,138.00 2,138.00 NVS, Inc. 1145-16 Biscayne Aquifer Saline Water Monitoring Wells Board 93,935.00 6,400.00 98,385.00 1,950.00 1,950.00 Florida Design Contractors, Inc. 1157-17 Tank Demolition and Misc. Water System Improvements Board 320,600.00 119,871.90 200,728.10 200,728.10 Douglas N. Higgins, Inc. 2323-16 Key Haven Utility Improvement'!. (8 & CJ Board 1,430,000.00 769,245.98 660,754.02 660,754.02 Charley Toppino and Sons, Inc. 2324-16 Key Haven Utility Improvements (0, E, & F) Board 800,000.00 723,706.10 76,293.90 76,293.90 Charley Toppino and Sons, Inc. 2327•17 United St White St to Whitedhead St Water Main Replacement Phase I Board 527,921.24 (53,711.12) 443,374.61 30,835.51 30,835.51

Total water construction contracts 977,714.53 977,714.53

Water project design contracts

CH2MHill CH4-15 Emergency operations plan for transmission main crossings Board 45,648.00 59,163.00 49,706.08 55,104.92 55,104.92 Engineering Svcs for t he Assessments & Design of Cathodic Protection CH2MHill CH6-17 Board Systems on FKAA's Water Trilnsmission Mains 211,964.00 119,202.20 92,761.80 92,761.80 Black and Veatch 1130-14 Water/revenue loss management Board 139,596.00 35,355.70 165,560.81 9,390.89 9,390.89 Atkins 1133·15 Marathon distribution system & integration hydraulic model support Exec. Dir. 21,580.00 31,820.00 47,754.04 5,645.96 5,645.96 AECOM 1137-15 C·lll t ransmission main crossing Board 204,545.00 200,248.34 4,296.66 4,296.66 Mathews Consulting 3224·16 Marathon distribution improvements Board 184,726.00 3,399.50 166,251.14 21,874.36 21,874.36 Water Science Associates 1130-14 Professional service agreement Exec. Dir. 45,000.00 200,485.00 244,519.59 965.41 965.41 Water Science Associates 1145-16 Modify swim data Board 29,500.00 58,000.00 87,325.00 175.00 175.00 Water Science Associates 1159-18 Services to plug and abandon three wells Exec. Dir. 29,700.00 29,700.00 29,700.00 Water Science Associates 1160-18 Hydrogeological services realted to Mechanical Integrity Testing Exec. Dir. 19,500.00 19,500.00 19,500.00 CSA Central INC 1161-18 Genral Engineering Services Exec. Dir. 25,000.00 25,000.00 25,000.00

Total water project and design contracts 264,415.00 264,415.00 Total water capital Improvement comm itments 1,242, 129.53 1,242,129.53

Wastewater construction contracts

3rd Generation Plumbing Inc. 4029-09 Decentralized Wastewater Treatment Oemostration Project Board 362,967.00 177,076.80 185,890.20 185,890.20 Whart on.Smith Inc. 4051-12 CudjoeSWRF Board 21,872,000.00 1,107,616.98 22,978,616.98 1,000.00 Layne Heavy Civil, Inc. 4053-12 Cudjoe design build outer islands Board 74,558,000.00 26,475,828.47 96,941,854.34 4,091,974.13 Douglas N. Higgins, Inc. 4058-15 ABC Key Haven Utility Improvements (A, B, C) Board 4,387,000.00 564,000.00 3,188,423.25 1,762,576.75 1,762,576.75 Charley Toppino and Sons, Inc. 4058-15 DEF Key Haven Utility Improvements (D, E, F) Board 1,966,744.00 215,999.84 1,294,527.26 888,216.58 888,216.58 Layne Heavy Civil, Inc. 4059-15 long Key wastewate r system Board 921,475.00 379,509.93 541,965.07 Charley Toppino and Sons, Inc. 4062-16 8oc.a Chica NAS Key West Pump Station and FM Extension Board 1,847,000.00 719,642.23 1,814,944.59 751,697.64 751,697.64 Key Honey Contracting LLC 4067-16 Extension to the CRWS Board 2,435,400.00 30,742.00 2,059,621.20 406,520.80 Key Honey Contracting LLC 4068-17 low Pressure Sewer System Board 2,092,400.00 654,777.54 1,437,622.46 Charley Toppino and Sons, Inc. 4070-17 Key Haven FM Transmission System Board 2,762,000.00 968,561.50 1,793,438.50 l, 793,438.50

Total wastewater construction projects 11,860, 902.13 5,381, 819.67

Wastewater project design contracts

Chen & Associates 4044·10 J.R. Dean WTP wastewater meter Exec. Dir. 24,974.00 10,986.00 30,113.81 5,846.19 5,846.19 Chen Moore 4062·12 Navy transmission Board 187,600.00 115,740.00 235,082.67 68,257.33 68,257.33 CH2MHill CHl0-12 Programming pf.inning of Cudjoe Regional wastewater system Board 284,196.00 5,287,080.00 5,506,700.09 64,575.91 Mathews Consulting 4054-12 Engineer of record for Cudjoe inner islands Board 140,000.00 923,011.50 993,677.68 69,333.82 Wastewater Technologies 4029·09 Decentralized wastewater treatment demo Board 100,000.00 47,725.81 52,274.19 Mathews Consulting 4058-15 Key Haven Utility Improvements Board 135,181.00 123,792.73 11,388.27 11,388.27 Brown and Caldwell 4069-17 Big Coppitt WWTP Expansion Exec. Dir 34,745.00 $34,672.96 72.04 72.04 Mathews Consulting 4070-17 Key Haven Force Main Board 194,281.80 103,153.70 224,164.59 73,270.91 73,270.91 Total wastewater project design contracts 345,018.66 158,834.74 Total wastewater capital improvement commitments 12,205, 920.79 5,540, 654.41 Total contractu

..... FlorldcttKeyl-Aqueduct Autncr'(ty Summaryof contractualcommitments MO~AJ1 . AprU 30, :u>:t!l

Awarded task order Remaining task Vendor name TastOrder# Project Approved Amendments Total paid to date amount order Task orders I

CH2MHill 1-17 SCADA repair and upkeep Board 45,000.00 75,000.00 106,107.45 13,892.55 CH2MHill 1-18 SCADA repair and upkeep Board 100,000.00 100,000.00 CH2MHill 2-17 General Engineering Services Exec. Dir. 20,000.00 11,373.80 8,626.20 ACR, LLC 1132-15 Water portals Board 60,000.00 60,000.00 111,000.00 9,000.00 CH2MHill 2-16 SCADA repair and upkeep Board 45,000.00 45,000.00 84,123.78 5,876.22 CH2MHill 3-17 General technical electrical services Exec. Dir. 25,000.00 13,424.40 11,575.60 CH2MHill S-15 Technical and programming service Exec. Dir. 24,492.00 - 14,353.39 10,138.61 Douglas N. Higgins, Inc. ITB-15-021 Utility service contract Board 500,000.00 276,060.52 223,939.48 Data Flow Systems Data Flow Syster Remote Monitoring and Control System for Lift Stations Board 149,775.00 - 31,471.16 118,303.84 FJ Nugent E-One/Sentry Remote Monitoring Systems for Grinder Pumps Board 281,300.00 - 108,000.00 173,300.00 Mathews Consulting 1793 Engineering services Board 50,000.00 - 48,633.32 1,366.68 Mead and Hunt 1101-09 Technical and strategic assistance for NAS Key West water Board 30,000.00 43,480.00 61,145.62 12,334.38 Mead and Hunt 4037-09 NAS Wastewater utility services Exec. Dir. 24,600.00 53,670.00 74,895.00 3,375.00 Raftelis 01-2015 Utility financial consulting services Exec. Dir. 24,000.00 - 13,075.36 10,924.64 Raftelis 02-2014 System development charges Exec. Dir. 24,365.00 13,562.85 10,802.15 Raftelis 02-2016 Water Revenue Sufficiency Exec. Dir. 27,200.00 24,263.47 2,936.53 Raftelis 03-2016 Wastewater Revenue Sufficiency Exec. Dir. 18,900.00 16,176.75 2,723.25 CH2MHill 05-18 SCADA Modification to Tank Fill Flow Controls Exec. Dir. 34,729.00 26,195.89 Mathews Consulting 1136-18 General Engineering Services Board 50,000.00 50,000.00 Carollo 1158-18 General Engineering Services Board 50,000.00 50,000.00 Southeastern Investment Securities 01-18 General requirements Exec. Dir. 20,000.00 7,000.00 13,000.00 Carollo 7002-03 Hurrican Irma Damage Assessment Assistance Exec. Dir. 34,430.00 65,417.00 1,721.50 Carollo 8034-17 Trumbo Tank and Pump Station Replacement Board 136,667.00 51,896.25 84,780.75 CH2MHill 7002-03 Mech/Electrical Damage Assesment Assistance Post Irma Board 210,537.84 90,032.60 Carollo 1154-17 Grassy Key 30 inch Water Transmission main replacement Board 49,792.00 49,792.00 Carollo 4053-12 Cudjoe Regional Wastewater System Exec. Dir. S,472.00 5,472.00 CH2MHill 7-18 Emergency Recovery Assistance Exec. Dir. 24,000.00 $24,000.00

Total task orders s 1,114, 109.87 I

Ctir!ffll month.add,Oom; Of th.ances""' Uec\JIMDilKtot

Page 1 BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: DOA- 03 CONSENT: [ .J REGULAR: [gj

MEETING DATE: May 23, 2018 DIVISION: Administration

AGENDA TITLE: Consideration to approve a Budget Amendment in the amount of $2,700,000.00 for direct emergency repair expenses of damage sustained during Hurricane Irma and the replacement of a 40-ton AC Chiller for the J. Robert Dean Treatment Facility.

ITEM BACKGROUND: On September 10, 2017 Hurricane Irma came through the Florida Keys causing damage to the Authority's distribution system and numerous FKAA buildings. Emergency repairs and purchases were made to resume operations. On February 2018, the WTP's main A/C Chiller began to fail. Attempts to repair the unit were unsuccessful and a replacement was necessary. PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS:

Board of Directors approved Budget Amendments for Emergency Services, Repairs and Purchases in the amount of $1,494,800.00.

STAFF RECOMMENDATION (MOTION): Approve of Budget Amendment in the amount of $2,700,000.00.

SUPPLEMENTAL INFORMATION: See attached expense summary, Authorization for Emergency Purchase and quote from Biscayne Air.

DOCUMENTATION: Included: D To-Follow: D Not Required: D Cost to FKAA: $ 2,700,000.00 BUDGETED: YesD NoD Cost to Others: $ Total Cost: $ 2,700,000.00

DEPARTMENT: Finance

Reviewed by: Internal Auditor: ____

BOARD ACTION:

Approved: D Tabled: D Disapproved: D Recommendation Revised: D

Comments:------Date: ______Recording Clerk:. ______Hurricane Irma Emergency Expenses Salaries, Taxes and Benefits $ 1,331,997.00 Emergency Materials and Supplies $ 2,680,353.00 Fuel for Power Production $ 50,000.00 Roof Repairs - Ramrod Pump Station, Marathon Booster Station & Marathon Operations $ 74,875.00 $ 4,137,225.00 J. Robert Dean Treatment Facility 40-ton AC Chiller $ 57,575.00 FY 2018 Approved Emergency Budget Amendments $ (1,494,800.00) Requested Budget Amendment $ 2,700,000.00 BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: DUO- 01 CONSENT: D REGULAR: [KJ

MEETING DATE: May 23, 2018 DIVISION: UTILITY OPERATIONS

AGENDA TITLE: Review of the structural status of the existing Key West Administration Building, and consideration to approve a site selection for the new Key West Administration Building.

ITEM BACKGROUND: The attached presentation highlights the following: 1) Results of the second structural engineering assessment of the existing Key West Administration 2) Three options developed by our architect, Thomas E. Pope PA, with respect to the most viable sites for a new Key West Administration Building. The advantages, disadvantages and approximate project costs are listed for each option.

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: Award of space programming, planning and conceptual design for the new Key West Administration Building to Thomas E. Pope, PA in the amount of not to exceed $136,000.00 on March 28, 2018.

STAFF RECOMMENDATION (MOTION): Board of Directors to review of the structural status of the existing Key West Administration Building, and approve a site selection for the new Key West Administration Building.

SUPPLEMENTAL INFORMATION: Attached presentation. DOCUMENTATION: Included: 0 To-Follow: D Not Required: D Cost to FKAA: $ BUDGETED: YesD No CJ Cost to Others: $ Total Cost: $ DEPARTMENT: Engineering I DEPARTMENT DIRECTOR APPROVAL: L DIVISION DIRECTOR APPROVAL: Jj ~~ Reviewed by: Internal Auditor: r- Ge~eral Counsel: _.£I£._ Executive Director:..¢- I BOARD ACTION:

Approved: D Tabled: D Disapproved: D Recommendation Revised: D

Comments:

Date: Recording Clerk:

SCOPE OF WORK

• McCarthy and Associates, a Division of Pennoni has been retained to review the findings of the previous reports, perform a lim ited visual site visit to document structural damage, develop repair recommendations, review building code implications in repairing the structure and provide a summary report of our findings .

• Site observations were made during property visit on April 19, 2018 .

FK1\,\ KEY WEST C O ~l D I T I O N A S S E S S M E N T ~ 1Penno1Jil • M CC ART H v & ,\ S SOC I ,\ T ES ~ REVIEW OF PREVIOUS REPAIR ATTEMPTS REPORTS PEER REVIEW OF CONDITION ASSESSMENTS PEER REVIEW ASSESSMENTS

. As part of our evaluat ion, we were provided documentation of completed prior repairs and damage assessments done for this building. At least (3) major concret e restoration efforts were undertaken in approximately 1989, 2000 and 2011. The majority of the exterior exposed concrete columns and beams have been repaired in the past .

• Concrete testing approximately 20 years ago identified chloride levels has high as 12.9 Lb/ Cuyd. These levels exceed the allowable recommended by ACI by 100%. Current levels are likely fa r higher. The high chloride levels and water intrusion through cracks in the concrete have contributed to the extensive degradation of the concrete .

• Issues with previous repa irs included continually reoccurring damages and lim ited concrete repairs due to accessibility issues .

• Two additional condition assessments completed in 2005 (Bender & Associates) and 2018 (Carollo} were also provided for our review. Each condition assessment identified additional substantial damage to the concrete columns and beams that support the exterior of t he structure .

FKA,i KEY \VEST ~ CONDIT ON ASSESSMENT 1PennOf!Y • MCCARTHY & /\SSOU1\TES ~ CONCLUSIONS

• Extensive damage to the exterior concrete beams and columns that support the second floor and roof deck of the building was identified. In response to this, on April 26, 2018, we issued an urgent letter recommending protective measures at severa l locations that were found to be unstable .

• The concrete damage and spalling appears to be ongoing and has caused significant structural weakening of the building. Based on review of the previous repair attempts, it does not appear that the exterior curtain wall was removed during the repairs. Therefore, it is likely that there were damaged portions of the concrete beams and columns that were not adequately repaired .

• If further repairs are to be attempted, then the cost would likely exceed 50% of the building's fair market cost requiring the building to be upgraded to meet FEMA requirements. This would require the first floor of the building to be abandoned, flood proofed or elevated to be a minimum of 1 foot above the base flood elevation of 8 feet. Any of these options would be either highly cost prohibitive and/ or technically infeasible .

• The existing structure cannot be upgraded to meet the same requirements that a new building would be required to meet to withstand the current Code requirements for wind loading or flood protection .

• Based on the extensive level of damage and lack of previous successful repair attempts, the building appears to be at the end of its useful life and warrants replacement. FKA1\ KEV \VEST ~ CONDIT ON ASSESSMENT 1Penno1Jil • MCCARTHY & ASSOCIATES ~ RECOMMENDATIONS

• There exists a risk of a dangerous condition due to fa lling debris from the loose and damaged sections of concrete that are present at the front entry. Therefore, temporary shoring is recommended to be installed to support a portion of the second floor above the conference room .

• The building will likely sustain additional damage during a high wind event such as a hurricane .

• It is recommended the bu ilding be evacuated duri ng a high wind event such as a hu rricane .

• Based on the level of current damages and the previous unsuccessful repairs, the building appears to be at the end of its useful life .

FK/11\ KEV \VEST ~ coN01T ON 1,ssEssMENT 1PennoJJP • tvCCARTHv & ASSOCIATES ~

PROJECT OBJECTIVE

The new Florida Keys Aqueduct Authority Administration (FKAA) Building

located in Key West is the result of a collaborative effort between Thomas E.

Pope, P.A., the consult ant team, and the FKAA Employees with the goa l of

providing a Program Statement and Pre-Design Study. The Program

Statement will outline the proposed functions within the building and the

space allocated for each, while the Pre-Design Study will study the feasibility

of several sites located in Key West and Stock Island. There are two primary

objectives of this programming study. The first is to establish a new program

that address the current and f uture needs of daily operations and FKAA staff.

The second objective is to compare the existing faci lities operation with t he

proposed program .

l=K/1/1 KEY WEST PRQGqAMMING • fHOMI\S E POPE PA PROJECT GOALS CRITICAL GOALS

To improve the hea lth, safety, To create a building that To emphasize energy and welfare of t he public users represents FKAA's image and efficiency, future and bu ilding occupants. is consistent with the Florida maintainability and flexibility, • Keys culture . and long-term durability. To improve the customer and • staff experience from parking to entering and navigating To consolidate administration inside t he building. departments into one location To utilize modern technology for improved efficiency and and technological practices to • improve how employees and To provide a hurricane proof communication. To create the building operate. building for FKAAstaff to safely • work spaces that promote utilize as an operational center efficiency between individuals, • 0 during and after a storm . departments, and customers.

To provide a building To provide a high-performance To create work space substantially above the FEMA sustainable bu ilding with environments t hat allow for flood requirements. materials selected to minimize acoustical privacy and maintenance expenses over daylighting. the lifetime of the bu ilding . eKA/\• KEV \VEST • PROGRAMMING • THOMAS E POPE, PA SURVEY DATA

Only 19% of building 44% of building occupants occupants currently have currently have access to a access to a window in their natural light in their workspace . workspace.

FKA/\ KEY WEST PROGRAMMING • T H O M i\ S E P O P E P 1\ PROJECT PROGRAM

EXISTING PROGRAM PROPOSED PROGRAM

DEPARTM ENT AREA (Sf) DEPARTMENT AR.EA (Sf )

~ ~ C, C, "- z z

SITE ANALYSIS

The Thomas E. Pope, PA consultant team examined severa l

sites throughout Key West and Stock Island, including the

existing site, neighboring parking site, and FKAA owned site in

Stock Island. Each site was ana lyzed to determine its ( compatibility with the program data and square footages.

0 OBJECTIVE

FK/\/1 KEY WEST SITE .I\NALVSIS • THOMJ\S E POPE P1\ ~··-·C,• \ EXISTING SITE KENNEDY DRIVE \

Parking Analysis:

86 spaces required per City Parking Code

99 spaces for BB&T Easement

185 spaces required I 133 spaces provided

Parking Summary:

52 space nonconformity exists on current site.

Any redevelopment will require deficiency to be addressed and meet

current City Parking Requirements.

7!>•ee>OF1WO &TOIOY l:K.IIWtlC, uml~P.AflKN:i '~ 9f'ACD

FK/\1\ KEY WEST Site Study .l J S I TE /\NALYS S NT& @ • T H O M ,\ s E p O p E p 1\ ~ Site EXISTING SITE I 1100 KENNEDY OPTION 1

I ,, ) j) C----:-

) 'i/ ~ ~ C----~

";, ) ii C---- 5) .. I _..,______Parking Garage Height Diagram Height Diagram

MTS

~ K /I /1 K E V \V E S T SITE ANALYS S . THOMi\S E POPE, P/1 "!'· C:· Site EXISTING SITE! 1100 KENNEDY OPTION 1

Land Development Code Notes: Programming Notes: • Building too small for proposed program requirements. Requires Operations, Purchasing, IT, Operations, and IT, Purchasing Departments to be offsite (Approx. 5,000 SF} Additional Conference Rooms not • Cannot increase building size because FAR does not allow a variance. included on site. (Approx. 5,000 SF) • Existing footprint is not optimal for natural lighting . • Parking structure scale is larger than Administration Building. Parking structure requires setback variance and height variance for elevator • tower. Building will require height variance for elevator tower and any equipment • placed on roof. Although a height variance is required, it will not go to referendum. The • variance process can move concurrently with the development review process. Parking Analysis: Cost Analysis:

86 spaces required per City Parking Code Site Work: $2,500,000 1Et~SF1WO 99 spaces for BB&T Easement Office Building: $11,700,000 &~ORY l!lb ~ 12 ~.AIOKrNG 185 spaces required &l"ACaS Parking Garage: $5,400,000 j 210 spaces provided Owner Costs: $4,100,000 F K A K E Y \\/ E S T ,\ Project Cost Estimate: $23,700,000 SITE ANALYSIS icc •-z • • THOMAS E POPE P,\ *There will be additional costs for Program not included on site. Site EXISTING PARKING I 1010 KENNEDY OPTION 2

\l ii t ~

\l t: t, 9 .; a·, •,_ :, ,:

;._, 9 ITI ,, ::, ? 'i-· " ----- Parking Garage Height Diagram Height Diagram

HTS

FKA/\ KEV 1\/EST SITE /,N/1LYSIS T H O M 1\ S E P O P E P ,'I Site EXISTING PARKING I 1010 KENNEDY NTS OPT IO N 2 Land Development Code Notes:

• Parking structure requires height, lot coverage, and impervious area

variance .

• Building will require height variance for elevator tower and any

equipment placed on the roof.

• Although height variances are required, they will not go to

referendum. The variance process can move concurrently with the

development review process.

Parking Analysis: Cost Analysis: 105 spaces required per City Parking Code Site Work: $2,500,000 99 spaces for BB&T Easement Office Building: $11,800,000 207 spaces required Parking Garage: $5,400,000

i 218 spaces provided Owner Costs: $3,400,000

Project Cost Estimate: $23,100,000

FK/1/\ KEY \VEST SITE /\Nt'\LYSIS T H O M 1\ S E P O P E . P 1\ FKAA SITE I STOCK ISLAND OPTION 3

L-1:1-.--...l

- ...~,.______

Height Diagram Site Study

tlT$

FKA/\ KEY \VEST SITE ;\NALYSIS • T H O M 1\ S E P O P E P /\ FKAA SITE I STOCK ISLAND OPTION 3 Programming Notes:

• Customer Service, Board Room, and part of Engineering not included

on site. {Approx. 4,000 SF)

Parking Analysis: Cost Analysis:

87 spaces required per County Parking Code Site Work: $2,300,000 i 87 spaces required Office Building: $11,800,000 Parking Garage: N/A

Owner Costs: $2,700,000

Project Cost Estimate: $16,800,000

*There will be additional costs for Program not

included on site. Site Study

HTS

F K 1\ A K E Y W E S T SITE ANALYSIS T I-' 0 r-.,,i/\ S E P O P E P 1\ *Owner Costs Include:

NE Design and Const ruction Fees, Surveying, Decorating, Furnishings, Equipment, Art in Public Places, SITE COMPARISON Rent and Moving Expenses

Site Sludy

Cost Analysis: Opt ion 1 I 1100 Kennedy Cost Analysis: Option 2 1 1010 Kennedy Cost Analysis: Option 3 I Stock Island Site Work: $2,500,000 Site Work: $2,500,000 Site Work: $2,300,000 $11,700,000 Office Building: Office Building: $11,800,000 Office Building: $11,800,000 $5,400,000 Parking Garage: Parking Garage: $5,400,000 Parking Garage: N/A $4,100,000 Owner Costs: Owner Costs: $3,400,000 Owner Costs: $2,700,000 $23,700,000 Project Cost Estimate: Project Cost Estimate: $23, 100,000 Project Cost Estimate: $16,800,000 *There will be additional costs for

F K /1 A K E y W E S T Program not included on site. *There will be additional costs for Program not included on S I T E A N A LY S I S (Approx. minimum project site. (Approx. minimum project budget for 4,000 SF= • T H O M I\ S E p O p E , p A budget tor s,oooSF = $2,100,000) $1,700,000)

EXISTING SITE I 1100 KENNEDY

APPENDIX ENGINEER INC.

JLLINCs

2nd Level 1st Level

NT5 NTS

ENGINEER ING

ILL INC.

EX ECUTIVE

FKAA KEY \VEST Program Requ iring Relocation =G=r=o=u=n=d===L_ev_e_l_ APPEND X __ ~ NT5 NT& '\l[j • THOM1\S E POPE, PA ~ EXISTING PARKING I 1010 KENNEDY APPENDIX -lei'- ~ ·

OPERATIONS

Fk/11\ KEY WEST 3rd Level 2nd Level 1st Level Ground Level ~ APPENDIX =HTS======---- \J.JY NT& HTS NTS -- • THOMAS E POPE p" I}(/ FKAA SITE I STOCK ISLAN~.__....., .43'- 4 APPENDIX

6 B IKE 5FACE5

2':l 5FACE5

EXECUTIVE L 4e>·-0 • L ,( r\ Program Requiring Relocation Level Ground Level @ ~ NT& NT& NT& =====:::::::::::::==-----~ F K /\ /\ K E v \.\ E S T NT& flJ APPE~iDIX • T H O M 1\ S E . P O P E P ,\ p RO G RA M M I N G O"J' M.flMNt

ll ~ 8 i l :I J § ~ ; ; i ~ ; • ~ ~ ,; ~ ~ 0 I ~ ., ~ ~!U!~ l I~ I~ ~ p p 1i Ii OCCrc§riru. 0 -- · ... s.v-,--- . =•5j OP.-- =i.- r_ t,_OtJ,c& '"' ' · O M i-r ....'C'MOIIO"".. -0Y - -- ,..,... :,. ,_ 11 ,00 ·- O!lea - ·- "' ! ...... ',:"'e 1:0 -- ... ·~ =0 o,,.o,- ,oe 0 0 ...,.....__ De I :.°!,~ FKAA KEY \VEST ''" •• APPEI\JDIX .... THOMAS E POPE, PA 5 7 4.C: BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: DUO- O;;i._ CONSENT: D REGULAR: [KJ

MEETING DATE: May 23, 2018 DIVISION: UTILITY OPERATIONS

AGENDA TITLE: Status Report for Wastewater Projects.

ITEM BACKGROUND: The attached report provides the activities conducted over the past month and the upcoming activities planned and anticipated in the near future.

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: The Board requested staff to include this report as part of the monthly agenda package.

STAFF RECOMMENDATION (MOTION): N/A

SUPPLEMENTAL INFORMATION: Attached status report. DOCUMENTATION: Included: D To-Follow: D Not Required: D Cost to FKAA: $ BUDGETED: YesD No CJ Cost to Others: $ Total Cost: $ DEPARTMENT: Engineering EPARTMENT DIRECTOR APPROVAL: L DIVISION DIRECTOR APPROVAL: _ ___....:::..,Jlf,IE.~---"'~----:--=-=------­ Reviewed by: Internal Auditor:-----+- General Counsel: gff Executive Direct:&=-

BOARD ACTION:

Approved: D Tabled: D Disapproved: D Recommendation Revised: D

Comments: ______

Date: ______Recording Clerk: ______Florida Keys /) .. Aqueduct Authority /

I'.:! ~ ef ~v ~e)\~~~ .o···

CURRENT STATUSOF THE REGIONAL WASTEWATER PROJECT 23-MAY 2018

LITTLE RA_~ROD TORCH KEY KEY Work in the Central Sewer System is continuing with a focus on Key Haven and Cudjoe 2.

• Key Haven (75% project completion) • Key Haven - All lateral connections complete in Section A, MH testing - Continue lateral connections in Sections Band C; complete in Sections Band C complete electrical work in Sections D, E and F - Trench restoration complete in Section D, E and F - Final pavement scheduled in June for Sections D, E and F • Big Coppitt/Bay Point/Duck Key (100% project completion) and in July for Sections A, Band C - Continued ongoing connection installation • Big Coppitt/Bay Point/Duck Key • Layton/Long Key {98% project completion) - Continue ongoing connection installation - Continued ongoing connection installation • Layton/Long Key - Telemetry punchlist work nearing completion - Continue connection installation; complete punchlist for project closeout • Cudjoe Regional {95% project completion) • Cudjoe Regional - FDEP certification for Middle and Big Torches received and connection notices mailed to residents - Continue connection installation on No Name Key Ongoing grinder station and connection installation - Continue grinder station, chimney seal and telemetry throughout installation; closeout Outer Islands contract Contract for AWRF closed out - Start construction of Breezy Pines

• None A total of 162 new connections were made last month - all in Cudjoe Regional 3.

Central Sewer Connections by Region

10.000

8,000

6.000

System-Wide Central Sewer Connections 4,000

2,000

Key Haven 81gCopptt Bay Po,nl Duck Key Layton/lol"f: Cu~e Key Reg,onol

• Comec-ted • Yet to be Comrcted

Central Sewer Connections in Cudjoe Regional

4,000

3,000

• Comected a Yet to be Connected 2.000 ~ 2" 1.000 I 11!11 ' .... .

• Comttted a Yet to be Connecte d Total project expenditures (as of April 30, 2018) are approaching $192M 4.

(in $OOO's) Contractors 169,015 I I Direct Purchases 07,997 I Engineers o 6,985 I Labor 04,213

I Benefits ij 1,137

I Legal Matters ij 737

I Work Orders '429 I Utilities '424 I Operational Overhead 1306

I Consultants/Labs 1268 I Misc. Payments I 76 I Permitting I 1s Total Expenses 1------~· 191,603 I BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: DUO- 03 CONSENT: D REGULAR: ~

MEETING DATE: May 23, 2018 DIVISION: UTILITY OPERATIONS

AGENDA TITLE: Consideration to approve contract with Black & Veatch Corporation to prepare a planning level cost estimate for three (3) alternatives for Project# 1150-17 Stock Island Reverse Osmosis Upgrades in the amount of $45,726.

ITEM BACKGROUND: In 2016, the FKAA selected a design/build team to prepare a preliminary engineering and alternative analysis along with estimated cost for the different alternatives. In May 2017, an analysis of the different options for emergency water supply to the lower keys was presented. In June 2017, staff made a recommendation on the most favorable option. However, due to cost, the project was deferred.

This contract includes preparing cost estimates for three (3) alternatives:

• 2 MGD Capacity with new equipment but utilizing existing building and membranes • 2 MGD Capacity with new equipment, building, and membranes • 4 MGD Capacity with brand new equipment, membranes, and building

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: N/A

STAFF RECOMMENDATION (MOTION): Board approve contract with Black & Veatch Corporation to prepare a planning level cost estimate for three (3) alternatives for Project# 1150-17 Stock Island Reverse Osmosis Upgrades in the amount of $45,726.

SUPPLEMENTAL INFORMATION: See Attached.

DOCUMENTATION: Included: 0 To-Follow: D Not Required: D Cost to FKAA: $ $45,726 BUDGETED: Yes [KJ No D Cost to Others: $ Total Cost: $ ___$~ 4_5,~726_ _

DEPARTMENT: Engineering DEPARTMENT DIRECTOR APPROVAL:

Reviewed by: Internal Auditor: _____ General Counsel: d<~f f Executive Director~

BOARD ACTION:

Approved: D Tabled: o Disapproved: D Recommendation Revised: D

Comments: ______

Date: ______Recording Clerk:------CONTRACT FKAA PROJECT NO.

THIS AGREEMENT, made and entered into this day of ______, by and between the Florida Keys Aqueduct Authority, hereinafter "FKAA", and______hereinafter referred to as "CONSULT ANT".

WHEREAS, the FKAA has provided notice of the desired professional services and carried out the proper selection process pursuant to and in accordance with CONSULTANT's Competitive Negotiation Act, and;

WHEREAS, the FKAA represents that it is a Utility, organized under the State of Florida with the authority to engage CONS ULTANT and accept the obligation for payment for the services desired, and;

WHEREAS, the FKAA desires to engage CONSULTANT to perform certain professional services pertinent to such work in accordance with this AGREEMENT, and;

WHEREAS, CONSULTANT shall provide such professional services in accordance with this AGREEMENT.

NOW, THEREFORE, in consideration of the premises and the mutual benefits which will accrue to the parties hereto in carrying out the terms of this AGREEMENT, it is mutually understood and agreed as follows:

I. DEFINITIONS; GENERAL CONDITIONS

A. THE SCOPE OF SERVICES is to be implemented as set forth by this AGREEMENT and by Exhibit A, Project Documentation as attached to this agreement that are made part hereof.

B. CONSTRUCTION COSTS shall be the total estimated cost to the FKAA of all elements of the project designed or specified by CONSULTANT . Construction costs shall include the cost at current market rates of labor and materials furnished by the Contractor and equipment designed, specified, selected or specially provided fo r by CONSULTANT , plus a reasonable allowance for the contractor' s overhead and profit. In addition, a reasonable allowance for contingencies shall be included fo r market conditions at the time of bidding and for changes in the work during construction. Construction costs does not include the compensation of CONSULTANT or CONSULTANTS subconsultants, the cost of the land, rights-of-way, financing or other costs which are the responsibility of the FKAA. CONSUL TANT shall use its best judgment as a design professional familiar with the construction industry in estimating the construction cost. FKAA acknowledges that construction cost estimates, financial analyses and feasibility projections are subject to many influences including, but not limited to, price of labor and materials, unknown or latent conditions of existing equipment or structures, and time or quality of performance by third parties. FKAA acknowledges that such influences may not be precisely fo recasted and are beyond the control of CONSULTANT and that actual costs incurred may vary substantially from the estimates prepared by CONSULTANT. CONSULTANT does not warrant or guarantee the accuracy of construction or development cost estimates.

C. PHASES: A phased approach may be utilized. The FKAA and CONSULTANT shall have the right to negotiate the terms of each phase. In the event the parties cannot agree, the FKAA may select another CONSULTANT or go out for additional proposals in order to complete the subsequent phase(s) of the project. This phased approach shall not waive the FKAA' s right to terminate this AGREEMENT during any phase of the project. 1 II. GENERAL DUTIES OF CONSULTANT

A. The relationship of CONSULTANT to the FKAA will be that ofa professional CONSULTANT, and CONS ULTANT will provide the professional and technical services required under this AGREEMENT in accordance with acceptable practices and ethical standards which may include, but are not limited to professional engineering services as identified in the attached Exhibit A, Project Documentation. No employer/employee relationships shall be deemed to be established and CONSULTANT, its agents, subcontractors, and employee shall be independent contractors at all times.

B. Professional and Technical Services. It shall be the responsibility of CONSULTANT to work with the FKAA and appraise it of solutions to problems and the approach or technique to be used towards accomplishment of the FKAA's objectives as set forth in this AGREEMENT upon execution by both parties.

C. Exhibit A-1 establi shes a budget for the project. CONSULTANT shall be responsible for providing, at no additional cost to the FKAA, completed designs, drawings, specifications, reports and other applicable services if the budget for the entire project is exceeded during and up to completion of the final design phase of the project; however, nothing contained herein shall require CONSULTANT to bear additional costs if the additional costs are a result of a change in the scope of services directed by the FKAA.

D. CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion, compliance with regulations and rules, and the coordination with all appropriate agencies of all drawings, specifications, reports and other services furnished by CONSULTANT. CONSULTANT shall perform its services in accordance with generally accepted standards and practices customarily utilized by competent engineering firms in effect at the time CONSULTANT's services are rendered. CONSULTANT shall, without additional compensation, correct or revise said error or omissions to the satisfaction of the FKAA. CONSULTANT shall have no liability for defects in the services attributable to CONSULTANT's reliance upon or use of data, design criteria, drawings, specifications, or other information furnished by FKAA or third parties.

E. Approval by the FKAA of drawings, designs, specifications, repo1ts and incidental professional services or materials furnished hereunder shall not in any way relieve CONSULTANT of responsibility for the technical adequacy of its work. The FKAA's review, approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights under this AGREEMENT or of any cause of action arising out of the performance of this AGREEMENT.

F. CONSULTANT designates Ricardo Vieira, P.E., as its representative to act as liaison with the FKAA. The representative shall manage and coordinate FKAA projects and is hereby authorized to act on behalf of CONSULTANT to act on related matters with respect to performance of services for the FKAA in accordance with the AGREEMENT. Any change to name other person shall be requested in writing to the FKAA, and shall be approved by the FKAA.

G. CONSULTANT shall attend all meetings, as specified or as defined where the project is discussed, unless the FKAA's representative declares such attendance and participation is not necessary. In addition, CONSULTANT shall attend all additional meetings as may be required to facilitate the project.

2 III. DUTIES OF CONSULTANTS; STUDY AND REPORT PHASE THROUGH CONSTRUCTION PHASE AND RESIDENT PROJECT REPRESENTATIVE SERVICES PHASE - The following Duties of CONSULTANT are separated into phases of the project that shall be performed by CONSULTANT. The FK.AA may require additional requirements applicable to the project that will be specified in attached Exhibits. The FKAA must authorize the commencement of each phase of the work unless otherwise agreed upon.

A. Phase I - Study and Report Phase If the Study and Report Phase is authorized, the following requirements shall apply.

I. CONSULTANT shall consult with the FKAA to clarify and define the FKAA's requirements for the Project and review available data.

2. CONSULTANT shall advise the FKAA as to the necessity of the FKAA's providing or obtaining from others, data or services.

3. CONSULTANT shall identify and analyze permit and approval requirements of all governmental authorities having jurisdiction to approve the design of the Project and participate in consultations with such authorities.

4. CONSULTANT shall provide analyses of the FKAA's needs, planning surveys, site evaluations and comparative studies of prospective sites and solutions.

5. CONSULTANT shall provide a general economic analysis of Owner's requirements applicable to variable alternatives.

6. CONSULTANT shall prepare a Report contammg schematic layouts, sketches and conceptual design criteria with appropriate exhibits to indicate clearly the considerations involved (including applicable requirements of governmental authorities having jurisdictions as aforesaid) and the alternative solutions available to the FKAA and setting forth CONSULTANTS findings and recommendations. This Report will be accompanied by CONSULTANTS pre-design opinion of probable costs for the Project, including, but not limited to the following which will be separately itemized: Construction Cost, allowance for engineering costs and contingencies allowances for such other items, such as charges of all other professionals and consultants, for the cost of land and rights-of-way, for compensation for or damages to properties, and for permit, review and/or approval fees by other governmental agencies, if required. CONSULTANT shall also provide a preliminary evaluation of the FKAA's Project Schedule. The FKAA's Project Schedule and probable construction costs shall be evaluated and updated throughout subsequent phases of the work.

7. CONSULTANT shall furnish the number of copies of the Study and Report documents as provided in this AGREEMENT and review them with the FKAA.

B. Phase II - Preliminary Design Phase

If the Preliminary Design Phase is authorized, the following requirements will apply:

I. CONSULTANT , in consultation with the FKAA shall determine the general scope, extent and character of the Project.

2. Prepare Preliminary Design documents consisting of final design criteria, preliminary drawings, outline specifications and written descriptions of the Project. 3 3. Advise the FKAA if additional data or services are necessary and assist the FKAA m obtaining such data and services.

4. Furnish the specified number of copies of the above Preliminary Design documents as contained within the Project Documentation and present and review them with the FKAA.

5. CONSULTANT shall submit to the FKAA a preliminary estimate of construction costs based on current area, volume or other unit costs, which shall be updated throughout the design development phase.

6. CONSULTANT shall prepare a development schedule, which shall include, but shall not be limited to, the review and approval times by all governmental agencies as may be required.

7. CONSULTANT shall make available all design calculations and associated Data, and participate in meetings in which Value Engineering Analysis of the project takes place, at such times and places as shall be determined by the FKAA.

C. Phase III - Final Design Phase

If the Final Design Phase is authorized, the following requirements shall apply:

I. CONSULTANT shall prepare construction documents which shall include but not be limited to drawings and technical specifications, general and supplementary conditions, bid forms, invitations to bid, instructions to bidders, with technical criteria, descriptions and design data necessary for permitting by governmental authorities, and shall include any further adjustments in the scope or quality of the project or in the construction budget authorized by the FKAA.

2. CONSULTANT shall in the preparation of construction documents, technical criteria, written descriptions and design data, take into account all currently prevailing codes and regulations governing construction in the Florida Keys and shall meet the requirements of all other agencies or governmental authorities having jurisdiction over the project.

3. CONSULTANT shall prepare a detailed opinion of probable cost that shall be reviewed by the FKAA prior to going out fo r bids.

4. CONSULTANT shall provide the required documents and attend meetings as necessary, for the approval of governmental boards, agencies or authorities having jurisdiction over the project.

5. CONSULTANT shall use front end bid documents provided by the FKAA including bidding forms, conditions of the contract, and form of AGREEMENT between the FKAA and CONTRACTOR.

6. CONSULTANT shall prepare all documents including design and plan revisions required for the approval of governmental authorities having jurisdiction over the project. Said approvals are required prior to the public notice for the Invitation to Bid and submission of application and therefore are the responsibility of CONSULTANT.

a. CONSULTANT shall provide the FKAA the number of copies of contract documents as specified in this AGREEMENT. 4 D. Phase IV - Bidding/Negotiation Phase

If the biding phase is authorized, the following requirements shall apply

I. CONSULTANT shall assist the FKAA in obtaining bids or negotiated proposals, assist in awarding and preparing contracts for construction, attend pre-bid conferences, prepare addenda, provide written recommendation of award, assist in the compilation/preparation of contract documents, and after the award assist the FKAA in securing the required bonds and certificates of insurance, and in the review of the contract documents for completeness.

2. CONSULTANT shall attend the bid opening, prepare bid tabulation sheets and assist the FKAA in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services.

3. CONSULTANT shall issue addenda as appropriate to interpret, clarify or expand the Bidding Documents.

4. CONSULTANT shall consult with and advise the FKAA as to the acceptability of subcontractors, suppliers and other persons and organizations proposed by the prime contractor(s) (herein called CONTRACTOR(S)) for those portions of the work as to which such acceptability is required by the Bidding Documents.

5. Consult with the FKAA concerning and determine the acceptability of substitute materials and equipment proposed by CONTRACTOR(S) when substitution prior to the award of contracts is allowed by the Bidding Documents.

E. Phase V - Construction Phase

If Contract Administration is authorized, the following requirements shall apply:

I. CONSULTANT shall provide administration of the contract for construction as set forth herein and as contained with the general conditions of the contract for construction.

2. CONSULTANT shall be a representation of and shall advise and consult with the FKAA during construction and until final payment to the contractor is due. CONSULTANT shall have authority to act on behalf of the FKAA only to the extent provided in this AGREEMENT and as provided in the contract for construction unless otherwise modified by written instrument.

3. CONS ULTANT shall visit the site at regular intervals appropriate to the stage of construction or as otherwise agreed to by the FKAA and CONSULTANT, in writing, to become generally fam iliar with the progress and quality of the work completed and shall determine in general if the work is being performed in a manner indicating that the work when completed wi ll be in accordance with the contract documents. CONSULTANT shall keep the FKAA informed of the progress and quality of the work and shall provide certification to the FKAA of satisfactory completion of all phases of the work in compliance with the plans, specifications, and/or approved changes or modifications thereto.

4. CONSULTANT shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures of construction or for safety precautions and programs in connection with the work, since these are solely the 5 CONTRACTOR'S responsibility under the contract for construction. CONSULTANT shall make every reasonable effort to ensure that the CONTRACTOR completes the work in accordance with the current approved schedule and carries out the work in accordance with the contract documents. CONSULT ANT makes no warranty or guarantee with respect to the performance of a CONTRACTOR.

5. CONSULTANT based on observations and evaluations of CONTRACTOR'S applications for payment, shall review and certify the amounts due the CONTRACTOR within seven (7) days of receipt.

6. CONSULTANTS certification for payment shall constitute a representation to the FKAA, based on CONSULTANTS observations at the site as provided herein and on the data comprising the CONTRACTOR'S application for payment, that the work has progressed to the point indicated and that, to the best of CONSULTANTS knowledge, information, and belief, the quality and quantity of work is in accordance with the contract documents. The foregoing representations are subject to an evaluation of the work for conformance with the contract documents, correctable prior to completion and to specific qualifications expressed by CONSULTANT. The issuance of the certificate of payment shall further constitute a representation that CONSULTANT has made observations to review the quality or quantity of the work.

7. CONSULTANT shall recommend disapproval or rejection of CONTRACTOR'S WORK to the FKAA which does not conform to the contract documents. CONSULTANT will have authority to require additional inspection or testing of the work in accordance with the provisions of the contract documents, whether or not such work is fabricated, installed or completed.

8. CONSULTANT shall review and approve or take other appropriate action upon CONTRACTOR'S submittals such as shop drawings, product data, and samples for the purpose of checking for conformance with information given and the design concept expressed in the contract documents. CONSULT ANT shall evaluate and determine the acceptability of substitute materials and equipment proposed by CONTRACTORS.

9. CONSULTANT shall prepare change orders and construction change directives with supporting documentation and data if deemed necessary by CONSULTANT , for the FKAA's approval and execution in accordance with the contract documents, and may authorize minor changes in the work not involving an adjustment in the contract sum or an extension of the contract time which is consistent with the intent of the contract documents.

I 0. CONSULTANT shall conduct inspections to determine the date or dates of substantial completion and the date of final completion, shall receive and forward to the FKAA for the FKAA's review and records, written warranties and related documents required by the contract documents and assembled by the CONTRACTOR and shall issue a final certificate for payment upon compli ance with the requirements of the contract documents.

11. CONSULTANT shall interpret matters concerning performance of the FKAA and CONTRACTOR under the requirements of the contract documents on written request of either the FKAA or CONTRACTOR. CONSULTANT'S response to such requests shall be made with reasonable promptness and within any time limits agreed upon.

12. Interpretations of CONSULTANT shall be consistent with the intent of and reasonably inferable from the contract documents and shall be in writing or in the form of drawings. 6 When making such interpretations, CONSULTANT shall endeavor to secure faithful performance by both the FKAA and the CONTRACTOR.

13 . The FKAA shall be the final arbiter on matters relating to aesthetics.

14. CONSULTANT shall render written interpretations within a reasonable time on all internal disputes between the FKAA and CONTRACTOR relating to the execution of the progress of the work as provided in the contract documents. CONSULTANT'S interpretations on internal disputes are not binding on the FKAA and the FKAA may result to remedies afforded by this contract to resolve the issue.

15. CONS ULT ANT shall provide the number of sets of the construction documents to the CONTRACTOR as specified in this AGREEMENT

16. Upon completion of construction CONSULTANT shall provide to the FKAA, three sets of record drawings, signed and sealed, plus one electronic set incorporating record conditions and other data furnished by CONTRACTOR(S) to CONSULTANT.

I 7. In company with the FKAA, CONSULTANT shall visit the Project to observe any apparent defects in the complete construction, assist the FKAA in consultations and discussions with CONTRACTOR(S) concerning correction of such deficiencies, and make recommendations as to replacement or correction of defective work.

18 . The presence or duties of CONSULTANT's personnel at a construction site, whether as onsite representatives or otherwise, do not make CONSULTANT or CONSULTANT's personnel in any way responsible for those duties that belong to FKAA and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary fo r coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work.

19. CONSULTANT and CONSULTANT's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor(s) or other entity or any other persons at the site except CONSULTANT's own personnel.

20. The presence of CONSULTANT's personnel at a construction site is for the purpose of providing to FKAA a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). CONSULTANT neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents

F. Phase VI - Resident Project Representative Services Phase

If the Resident Project Representative Services Phase is authorized the following requirements 7 shall apply:

I. Resident Project Representative will be assigned to assist CONSULTANT in carrying out hi s responsibilities to FKAA at the site. Resident Project Representative is CONSULTANTS agent at site, will act as directed by and under the supervision of CONSULTANT, and will confer with CONSULTANT regarding Resident Representative's actions. Resident Representative's dealing in matters pertaining to the on-site work shall in general be with CONSULTANT and CONTRACTOR keeping the FKAA advised as necessruy. Resident Project Representative's dealings with subcontractors shall only be through or with the full knowledge and approval of CONTRACTOR. Resident Project Representative shall generally communicate with the FKAA with the knowledge of and under the director of CONSULTANT.

2. Resident Project Representative shall where applicable:

a. Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by CONTRACTOR and consult with CONSULTANT concerning its general acceptability.

b. Attend meetings with CONTRACTOR, such as preconstruction conferences, progress meetings, job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof.

c. Working principally through CONTRACTOR'S superintendent, assist CONSULTANT in serving as the FKAA's liaison with CONTRACTOR, when CONTRACTOR'S operations affect the FKAA's on-site operations.

d. Assist in obtaining from the FKAA additional detail s or informati on, when required for proper execution of the Work.

e. Record date of receipt of Shop Drawings and samples.

f. Receive samples which are furnished at the site by CONTRACTOR, and notify CONSULTANT of availability of samples fo r examination.

g. Advise CONSULTANT and CONTRACTOR for the commencement of any Work requiring a Shop Drawing if the submittal has not been approved by CONSULTANT.

h. Conduct on-site observations of the Work in progress to assist CONSULTANT in determining if the Work is, in general, proceeding in accordance with the Contract Documents. CONSULTANT makes no warranty or guarantee with respect to the performance of a CONTRACTOR.

i. Report to CONSULTANT whenever Residential Project Representative believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise CONSUL TANT of Work that Resident Project Representative believes should be uncovered for observation, or requires special testing, inspection or approval. Nothing herein shall relieve the CONTRACTOR or CONSULTANT from the duties imposed by the contract.

j. Verify that tests, equipment and systems start-up, and operating and maintenance training 8 are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records, thereof; and observe, record and report to CONSULTANT appropriate details relative to the test procedures and start-ups.

k. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to CONSULTANT.

I. Report to CONSULTANT when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarifications and interpretations as issued by CONSULTANT.

m. Consider and evaluate CONTRACTOR'S suggestions for modifications in Drawings or Specifications and report with Resident Project Representative's recommendations to CONSULTANT. Transmit to CONTRACTOR decisions as issued by CONSULTANT.

n. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, CONSULTANT'S clarifications and interpretations of the Contract Documents, progress reports, and other Project related documents. o. Keep a diary or log book, recording CONTRACTOR hours on the job site, weather conditions, data relative to questions of Work Directive Changes, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to CONSULTANT. p. Record all names, addresses and telephone numbers of the CONTRACTOR, all subcontractors and major suppliers of material and equipment. q. Furnish CONSULTANT periodic reports as required of progress of the Work of the CONTRACTOR' S compliance with the progress schedule and schedule of Shop drawing and sample submittals. r. Consult with CONSULTANT in advance of schedule maj or tests, inspections or start of impmtant phases of the Work. s. Draft proposed Change Orders and work Directive Changes, obtaining backup material from CONTRACTOR and recommend to CONSULTANT, Change Orders, Work Directive changes, and Field Orders. t. Report immediately to CONSULTANT and the FKAA upon the occurrence of any accident. u. Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to CONSULT ANT, noting particularly the relationship of the payment requested to the schedule of values, work completed and materials and equipment delivered at the site but not incorporated in the work. v. During the course of the work, verify that certificates, maintenance and operation 9 manuals and other data required to be assembled and furnished by CONTRACTOR are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to CONSULTANT for review and forwarding to FKAA prior to final payment for the work.

w. Before CONSULTANT issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring completion or correction.

x. Conduct final inspection in the company of CONSULTANT, the FKAA and the CONTRACTOR and prepare a final list of items to be completed or corrected.

y. Observe that all items on final list have been completed or corrected and make recommendations to CONSULTANT concerning acceptance.

3. The Resident Project Representative shall not:

a) Authorize any deviation from the Contract Documents or substitution of materials or equipment.

b) Exceed limitations of CONSULTANT'S authority as set fotth in the Contract Documents.

c) Undertake any of the responsibilities of CONTRACTOR, subcontractors, or CONTRACTOR'S superintendent.

d) Advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents.

e) Advise on, issue directions regarding or assume control over safety precautions and programs in connection with the work.

f) Accept Shop Drawing or sample submittals from anyone other than CONTRACTOR.

g) Authorize the FKAA to occupy the Project in whole or in part.

h) Participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by CONSULTANT.

IV. DATA AND SERVICES TO BE PROVIDED BY THE FKAA

The FKAA shall provide the following:

A. Furnish or cause to be furnished such reports, studies, instruments, documents, and other information as CONSULTANT and FKAA mutually deem necessary and which are under control of the FKAA.

B. Pay for all legal advertisements incidental to obtaining bids or proposals from contractors.

C. The Executive Director or his designee shall act as the FKAA's representative with respect to the work to be performed under this AGREEMENT. The Executive Director or his designee shall have the authority to the extent authorized by the FKAA Board of Directors to exercise the rights 10 and responsibilities of the FKAA provided in this contract. Said authority may include but is not limited to: transmit instructions, stop work, receive information, interpret FKAA's policies and decisions with respect to materials, equipment, elements, and systems pe1tinent to the services covered by this AGREEMENT.

D. Pay all permit application fi ling fees.

E. Provide access to FKAA facilities.

V. TIME OF PERFORMANCE

A. CONSULTANT will begin work promptly after issuance of a notice to proceed.

B. CONSULTANT'S services called for under the AGREEMENT shall be completed in accordance with the schedule contained in the Project Documentation. If CONSULTANT'S services are unreasonably delayed by the FKAA in excess of 180 days, the time of performance and compensation shall be renegotiated, provided, however, CONS ULTANT as a condition precedent to renegotiation shall notify the FKAA within fifteen (15) calendar days from the end of the delay of CONSULTANT'S proposed additional costs incurred by reason of said delay.

VI. AGREEMENT PERIOD

The period of service is from the date of execution of this AGREEMENT. This AGREEMENT will terminate at such time as the engineering services required by this AGREEMENT have been completed.

VII. COMPENSATION

A. The FKAA will compensate CONSULTANT for the services in accordance with a negotiated lump sum, or a not to exceed budgeted amount based on time charges which are based upon hourly rates, plus reimbursable expenses if compensation is based on Method II and other related costs as are specified in this AGREEMENT.

I. METHOD I - LUMP SUM

Wherever possible, the scope of services for Services, Projects or Programs shall be thoroughly defined and outlined prior to its authorization. The FKAA and CONSULTANT shall mutually agree to a lump sum amount for services to be rendered and a detailed scope of services. Should the FKAA deem that a change in the scope of services is appropriate, then a decrease or increase in compensation shall be authorized in writing. In lump sum contracts, CONS ULTANT shall submit the estimated man hours, wage rates and other actual unit costs supporting the compensation. CONSULT ANT shall submit a truth in negotiation ce1tificate stating that all data supporting the compensation is accurate, complete and current at the time of contracting.

2. METHOD II - TIME/CHARGES NOT TO EXCEED BUDGETED AMOUNT

When a service is to be compensated for a time charge/not to exceed basis, CONS ULTANT will submit a not to exceed budget cost to the FKAA for prior approval based on actual time charges which shall not exceed established hourly rates as shown in Exhibit B attached hereto, plus reimbursable expenses and other related costs. The FKAA shall not be obligated to reimburse CONS ULT ANT for costs incurred in excess of the not to exceed cost amount. 11 a. The FKAA agrees to pay CONSULTANT compensation for services rendered based upon the established raw hourly salary rates as shown in Exhibit B for services rendered on FKAA projects multiplied by an overhead factor containing a ten percent (I 0%) profit, which shall not exceed 3.0. The overhead factor may be subject to audit. The schedule of hourly rates as set fo1th in Exhibit B is attached hereto and made a part hereof. The rates listed in Exhibit B may be adjusted upon AGREEMENT ofthe parties.

b. In addition, the FKAA shall pay for reimbursable expenses invoiced at the actual cost of expenditures incurred by CONSULTANT if provided in this AGREEMENT as follows:

1. Transportation and subsistence when traveling in connection with the work required of this AGREEMENT shall be reimbursed in accordance with the FKAA Travel and Business Reimbursement Policy and Florida Statute; FS 112.061. The method of transportation shall be by the most efficient and economical means of travel ( considering time of the traveler, cost of transportation and per diem or subsistence required). Lodging of CONSULTANT'S while on official FKAA business in Monroe County should be arranged and paid for directly by CONSULTANT. FKAA will reimburse lodging for hotels in comparable value to Hampton Inn, Holiday Inn, Fairfied Inn, etc. Mileage and per diem will be reimbursed in accordance with the FKAA Travel and Business Reimbursement Policy and F.S. 11 2.061.

2. Actual expense of reproductions of documents in excess of that stipulated in the Project Documentation.

3. Actual expenses of testing, laboratory services, and field equipment, postage, supplies incurred directly for the project, and CONSULTANT'S standard project charges for special health and safety requirements of OSHA.

4. Actual expenses of overtime work requiring higher than regular rates, when authorized by the FKAA.

5. Express courier services shall only be utilized with the approval of the Director of Environmental Services or Director of Engineering.

6. T ravel expenses for CONSULTANT'S employees traveling to and from CONSULTANT'S offices shall not be reimbursable unless the travel is required fo r meetings with FKAA personnel, or as otherwise approved by the Director of Environmental Services or Director of Engineering.

B. Subcontractual service shall be invoiced at the actual fees paid by CONSULTANT , plus an additional ten percent (10%) of the cost of these services to compensate CONSULTANT, fo r the procuring and management of the subconsultant, and for the other financial and administrative costs. Subcontractual services shall be approved by the FKAA in writing prior to performance of the Subcontractual work.

C. Total Compensation (including, but not limited to compensation for subconsultants) for all services and expenses shall not exceed the budget cost listed in this AGREEMENT, without written approval.

D. If the FKAA determines that any price for services, however calculated, provided by CONSULTANT , including profit, negotiated in connection with this AGREEMENT or any cost 12 reimbursable under this AGREEMENT was increased by any significant sums because CONSULTANT or any subcontractor furnished incomplete or inaccurate costs or pricing data, then such price or cost of profit shall be reduced accordingly and the AGREEMENT shall be reduced accordingly and the AGREEMENT shall be modified in writing to reflect such reduction.

VIII. PAYMENT

The FKAA agrees that it will use its best effort to pay CONSULT ANT within thi1ty (30) calendar days from presentation of CONSULT ANTS itemized report and invoice and approval of the FKAA's representative, unless additional time for processing is required for payments for basic services, Subcontractual services, and reimbursable expenses as defined in Section VII. CONSULTANT shall submit monthly invoices, as required in this AGREEMENT, which shall include a report of work completed during the respective invoice period. Invoices shall be in a format consistent with those shown in Exhibit C. The report shall be adequate in detail to describe work progress (% completed for each task) and written summaries of work completed. No payment request shall exceed the value of work and services performed by CONSULTANT under this AGREEMENT. If FKAA fails to pay any invoiced amounts when due, interest will accrue on each unpaid amount at the rate of one and one-half percent per month.

IX. MISCELLANEOUS PROVISIONS

A. Ownership of Documents

A set of reproducible mylar drawings and electronic documents in a format compatible with AutoCadd, Latest Edition, FKAA's computer system, shall be given to the FKAA. Details, design calculations, and all other documents and plans that result from CONS ULTANT ' S SERVICES under this AGREEMENT shall become and remain the property of the FKAA, including patent and copyright rights, whether the project is completed or not, and will be delivered to the FKAA upon demand. CONSULTANT reserves the right to retain a copy of all such documents for record purposes. Where such documents are required to be filed with governmental agencies, CONSULTANT will furnish copies to the FKAA upon request. The contract work is represented by hard copy documentation; software, is provided to the FKAA for convenience only. Nothing contained in this Agreement shall be construed as limiting or depriving CONSULTANT of its rights to use its basic knowledge and skills to design or carry out other projects or work for itself or others, whether or not such other projects or work are similar to the work to be performed pursuant to this Agreement. At all times, CONSULTANT shall retain all of its rights in and to its designs, specification. databases, models, know how, computer software, copyrights, trade and service marks, patents, trade secrets, and any other proprietary property developed or otherwise obtained by or for CONSULTANT independent of this Agreement and any modification thereof ("Pre-existing Intellectual Property"). Rights to intellectual property developed, utilized, or modified in the performance of the services shall remain the property of CONSULT ANT. CONSULTANT hereby grants to FKAA an irrevocable, nonexclusive, royalty-free license to utilize CONSULT ANT's Pre-existing Intellectual Property provided to FKAA as part of the services.

B. Copies of Documents

CONSULTANT shall prepare sufficient copies of all documents necessary to obtain approval through the FKAA's processes, as well as other governmental authorities. See also Section III for additional requirements. The FKAA acknowledges that the materials cited in Paragraph IX and other data provided in connection with this AGREEMENT which are provided by 13 CONSULTANT are not intended for use in connection with any project other than the project for which such materials are prepared. Any use by the FKAA of such materials in connection with a project other than that for which such materials were prepared without prior written consent and adaption by CONSULTANT shall be at the FKAA' s sole risk, and CONSULTANT shall have no responsibility or liability therefore.

C. Insurance

Without limiting any of the other obligations or liabilities of CONSULTANT, CONSULTANT shall, at his own expense provide and maintain in force, until all of its services to be performed under this AGREEMENT have been completed and accepted by the FKAA (or for such duration as it otherwise specified hereinafter), the following insurance coverage:

1. Worker's Compensation Insurance to apply to all of CONSULTANT'S employees in compliance with the "Worker's Compensation Law" of the State of Florida and all applicable Federal Laws.

a. Employer's Liability with limits of $ I 00,000 per person, $500,000 per occurrence_and $ 100,000 per each disease.

2. Comprehensive General Liability with m1111mum limits of $ 1,000,000 per occurrence combined single limit for Bodily Injury Liability and Prope1ty Damage Liability. Coverage must be afforded on a fonn no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements other than ISO Endorsement G L 21 06 (Engineers, Architects, or Surveyors Professional Liability exclusion), as Filed by the Insurance Services Office and must include:

a. Premises and/or Operations

b. Independent Contractors

c. Products and Complete Operations - CONSULTANTS shall maintain in force until at least three years after completion of all services required under this AGREEMENT, coverage for Products and Completed Operations, including Broad Form Property Damage.

d. Broad Form Property Damage

e. Contractual Coverage applicable to this specific AGREEMENT.

f. Personal Injury Coverage with minimum, limits of coverage equal to those required for Bodily Injury Liability. g. Business Automobil e Liability with minimum limits of $ 1,000,000 per occurrence combined single limit for Bodily Injury Liability and Property damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office and must include:

i. Owned Vehicles

11. Hired and Non-Owned Vehicles

14 iii. Employer's Non-Ownership

3. Professional Liability Insurance with minimum limits of $1 ,000,000 per claim. Coverage shall be afforded on a form acceptable to the FKAA. CONSULT ANT shall maintain such professional liability insurance until at least one year after a Certificate of Occupancy is issued.

4. Prior to commencement of services, CONSULTANT shall provide to the FKAA Certificates of Insurance evidencing the insurance coverage specified in the foregoing Paragraphs. All policies covered within subparagraphs of section C shall be endorsed to provide the FKAA with thirty (30) days notice of cancellation and/or restriction (ten (I 0) days notice for cancellation due to non-payment of premium). The FKAA shall be named as an additional insured as to CONSULTANTS liability on policies referenced except Workers Compensation and Professional liability.

5. If the initial insurance policies required by this AGREEMENT expire prior to the completion of the services, renewal Certificates of Insurance of policies shall be furnished thirty (30) days prior to the date of their expiration. For Notice of Cancellation and/or Restriction; the policies must be endorsed to provide the FKAA with thirty (30) days notice of cancellation and/or restriction (ten (10) days notice for cancellation due to non-payment of premium).

6. CONSULTANT'S insurance, including that applicable to the FKAA as an additional Insured, shall apply on a primary basis.

D. Litigation Services

It is understood and agreed that CONSULTANT'S services include reasonable assistance with litigation or dispute resolution arising from this AGREEMENT; provided that such services will not require CONSUTLANT to testify or participate as an expert witness in the litigation or dispute resolution. CONSULT ANTS participation shall include up to 20 hours of services related to litigation or dispute resolution. Any such services in excess of 20 hours shall be an additional service.

E. Authority to Contract

The FKAA represents that it is an Agency of the State of Florida with the authority to engage CONSULT ANT for professional services and to accept the obligati on for payment for the services described in this Agreement.

F. Assignment

The FKAA and CONSUL TANT each binds itself and its successors, legal representatives, and assigns to the other party to this AGREEMENT and to the partners, successors, legal representatives, and assigns of such other party, in respect to all covenants of this AGREEMENT subject to budget considerations and requirements of law; and, neither the FKAA nor CONSULT ANT will assign or transfer their interest in this AGREEMENT without the written consent of the other.

G. Confidential Information

During all times that CONSULTANT is employed on behalf of the FKAA and at all times subsequent to the date of this contract, all discussions between the FKAA and CONSULTANT 15 and all information developed or work products produced by CONSULTANT during its employment and all matters relevant to the business of the FKAA not otherwise being a matter of public record shall be deemed to be confidential. All such information and work product shall be protected by CONSULTANT and shall not be revealed to other persons without the express written permission of the FKAA, unless mandated by order of the court.

H. Non-Exclusive Contract

The FKAA reserves the right to award projects to other firms pursuant to the Florida Statutes Consultant's Competitive Negotiations Act during the period of service of CONSULTANT. CONS ULTANT agrees to cooperate with the FKAA and other firms in accomplishing work that may require joint efforts to accomplish the FKAA's goals. This cooperation, when requested by the FKAA, will include but not be limited to:

1. Sharing technical information developed under contract with the FKAA.

2. Joint meeting for project coordination.

3. Establish lines of communication.

I. Subconsultants

In the event CONSULTANT, during the course of the work under this AGREEMENT requires the services of any subcontractors or other professional associates in connection with services covered by this AGREEMENT, CONSULTANT must secure the prior written approval of the FKAA.

J. Notices

Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the place last written, as the place fo r giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the representative places of giving notice to with:

Florida Keys Aqueduct Authority 1100 Kennedy Drive Key West, Florida 33040

CONSULTANT

Rafael E. Frias III 2855 North University Drive, Suite 2 10 Coral Springs, FL 33065

K. Attachments

Request for Qualifications is hereby incorporated within and made an integral part of this AGREEMENT.

L. T ruth-In-Negotiation Certificate 16 Signature of the AGREEMENT by CONSULTANT shall act as the execution of a truth in negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of this AGREEMENT are accurate, complete, and current. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which the FKAA determines the contract price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs.

M. Records

Records of all expenses relative to project shall be kept on a general recognized accounting basis and shall be available to the FKAA or its authorized representative at mutually convenient times.

N. Personnel

CONSULTANT represents that it has or will secure at its own expense, qualified personnel required in performing the services under this AGREEMENT. All work shall be performed under the direction of a professional, registered under the State of Florida in the field for which he is responsible for performing such services. The project manager shall be approved by the FKAA. Key personnel will be identified for each project and expected to perform the work assignment as can reasonably be expected, and as approved by the FKAA.

0. Equal Opportunity Employment; Non-Discrimination

CONSULTANT agrees that it will not discriminate against employees or applications for employment because of race, creed, color, religion, sex, age, handicapped status or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; lay-off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. CONSULTANT agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth this non-discrimination clause. This provision applies to all CONSULTANT'S subcontractors and it is the responsibility of CONSULTANT to ensure subcontractor's compliance.

P. Prohibition Against Contingent Fees

CONSULT ANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for CONSULTANT , to solicit or secure this AGREEMENT, and that he has not paid or agreed to pay any persons, company, corporation, individual or firm, other than a bonafide employee working solely for CONSULTANT any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this AGREEMENT.

Q. Termination

This AGREEMENT may be terminated by either party by seven (7) calendar days prior written notice, in the event of substantial failure to perform in accordance with the terms hereof by the other party through no fault of the terminating party. CONSULTANT and the FKAA shall also have a right to terminate this AGREEMENT fo r convenience at any time by thirty (30) calendar days written notice to either one or the other. In the event the project described in this AGREEMENT, or the services of CONSULTANT called for under this AGREEMENT, is or are suspended, canceled, or abandoned by the FKAA, CONSULTANT shall be given five days prior 17 written notice of such action and shall be compensated for the professional services provided and reimbursable expenses incurred up to the date of suspension, cancellation or abandonment. CONSULTANT agrees to provide all documents to the FKAA (specifically those referenced within). Further, prior to CONSULTANT'S destruction of any of the above referenced documents, the FKAA shall be notified and allowed a reasonable period of time to gain access to and make copies of any such documents. Upon any termination of this AGREEMENT, CONSULTANT agrees that it shall use its best efforts to work harmoniously with any successor who enters an AGREEMENT to provide services for the FKAA in order to provide for a smooth transition period.

R. Indemnification

CONSULTANT will at all times indemnify, save and hold harmless and defend the FKAA, its officers, agents (the term agents shall not include the CONTRACTOR(s), any subcontractors, any materialman or others who have been retained by the FKAA or CONTRACTOR, or materialman to supply goods or services to the project) and employees, from and against liability, claim, demand, damage, loss, expense or cause of action and costs based upon third party claims (including attorney's fees at trail or appellate levels) relating to property damages and personal injury to the proportionate extent arising out of negligent action of CONSULTANT, its agents, servants or employees in the performance of services under this AGREEMENT. The indemnifications contained herein shall survive the expiration or earlier termination of this AGREEMENT

Nothing in this AGREEMENT shall be deemed to affect the rights, privileges and immunities of the FKAA as set forth in Florida Statutes 768.28.

S. Interest of CONSULTANT

CONSULTANT covenants that it presently has no interest and shall not acquire any interest, direct or indirect, in any Project to which this AGREEMENT pertains or any other interest which would conflict in any manner or degree with the performance of its service hereunder. CONSULTANT further covenants that in the performance of this AGREEMENT, no person having such interest shall be employed.

T. Prohibited Practices

CONSULTANT during the period of this AGREEMENT shall not hire, retain, or utilize for compensation any member, officer, or employee of FKAA or any person who, to the knowledge of CONSULTANT , has a conflict of interest.

U. Compliance With Laws

I. CONSULTANT shall comply with the applicable requirements of State, Federal and applicable County laws and all Codes of Ordinances of the local municipality as amended from time to time, and that exist at the time of building permit issuance.

2. For Projects involving work under Federal or State Grantors or Approving Agencies, the FKAA and CONSULTANT shall review and approve the applicable required provisions or any other supplemental provisions as may be included.

V. Jurisdiction; Venue

18 CONSULTANT hereby covenants, consents and yields to the jurisdiction of the State Courts of 1 the l 6 " Judicial Circuit, in and for Monroe County, Florida. Any dispute between CONSULTANT and the FKAA shall be governed by the laws of Florida with venue in the State Courts of the 16111 Judicial Circuit, in and for Monroe County, Florida.

W. Attorney's Fees

ln the event a suit is filed in court arising out of this AGREEMENT, the prevailing party shall be entitled to recover from the other pa1ty all costs incun-ed, including reasonable attorney's fees and costs on appeal.

X. Internal Dispute Between FKAA and Consultant

The Executive Director shall be the I decision maker regarding internal disputes between FKAA and CONSULTANT;provided that this will not limit or waive either Party's right to seek review ofor relief from such decision as stated in section IX.V.

Y. Project Scheduling

CONSULTANT shall provide scheduling to FKAA, within ten (10) days of the date of commencement as contained within this AGREEMENT. During the course of the work, CONSULTANT shall provide monthly updates with a written description of any changes in the schedule.

Z. Extent of Agreement

T his AGREEMENT represents the entire integrated AGREEMENT between the FKAA and CONSULTANT and supersedes all prior negotiations, representations or AGREEMENTS, written or oral. This AGREEMENT may not be amended, changed, modified, or otherwise altered in any way, at any time after the execution hereof, except by approval of the FKAA Board of Directors and CONSULTANT.

AA. Audit and/or Access to Records

l . At all times during the period that the CONTRACT is in force and for a period of not less than three (3) years thereafter, the CONTRACTOR shall provide all authorized representatives of the FKAA with full access/audit to all its financial records that pertain to services performed and determination of amounts payable under the CONTRACT including access to appropriate individuals with knowledge of financial records and full access to all additional records, that pertain to services performed and determination of amounts payable under the CONTRACT, permitting such representatives to examine, audit and copy such records at the site at which they are located. Such access/audit shall include both announced and unannounced inspections and on-site audits.

2. Audits conducted under this provision shall be in accordance with generally accepted auditing standards and within established procedures and guidelines of the reviewing or auditing agency.

3. This right to access/audit clause applies to financial records pertaining to all contracts, all contract change orders, and all contract amendments. In addition, this right to access applies to all records pertaining to all contracts, additional work clause items and contract amendments. 19 4. To the extent the records pertain directly to contract performance. If there is any indication that fraud, gross abuse or corrupt practices may be involved; or if the CONTRACT is terminated for default or for convenience.

5. If an audit, litigation, or other action involving the records is started before the end of the three (3) year period, the records must be retained until all issues arising out of the action are resolved or until the end of the three (3) year period, whichever is later.

BB. Limitation of Liability.

Neither party shall be liable to the other party for loss of profits or revenue; loss of use; loss of opp01tunity; loss of goodwill; cost of substitute facilities, goods or services; cost of capital; cost of replacement power; governmental and regulatory sanctions; and claims of customers for such damages; or for any special, consequential, incidental, indirect or exemplary damages whether a claim for any such loss arises out of breach of contract, warranty, tort (including negligence), strict liability, indemnity, or another theory. Except for an obligation to make payments, neither patty shall be in default to the extent any nonperformance is caused by a circumstance beyond such patty's reasonable control. The warranties, obligations, liabilities and remedies of the parties, as provided herein, are exclusive and in lieu of any others available at law or in equity. CONSULTANT's total aggregate liability under this Agreement shall not exceed the compensation received by CONSULTANT under the Scope of Services. To the fullest extent allowed by law, releases from, and limitations of liability shall apply notwithstanding the breach of contract, tort including negligence, strict liability or other theory of legal liability of the party released or whose liability is limited. The benefit of such releases, waivers, or limitations of liability shall extend to the affiliates, successors, assigns and subcontractors of each party, and the directors, officers, partners, employees, and agents of such patties and their affiliates and successors and assigns.

IN WITNESS WHEREOF, the FKAA has caused these presents to be executed in its name by its Executive Director, and attested and its official Seal to be hereunto affixed by its Records Clerk, and CONSULTANT has hereunto set its hand and Seal the day and year first written above:

FLORIDA KEYS AQUEDUCT AUTHORITY

Date Kirk C. Zuelch, Executive Director ------

Date------Reviewed by: Legal Counsel

20 Witness:__::~:;;,i---~~==:....:..·---= ~=---- Rafael E. Frias ::E?~

Witness: ~~ BOARD APPROVAL DATE:------

21 CORPORATE ACKNOWLEDGMENT STATE OF FLORIDA COUNTY OF MONROE

The foregoing instrument was acknowledgment before me this day of 20_, by (name of officer or agent title of officer of agent, of (name of corporation acknowledging), a (State or place of incorporation) corporation, on behalf of the corporation. He/She is (personally know to me) (or has produced identification) (type of identification) as identification and (did/did not) take an oath.

Signature of Person Taking Acknowledgment

Name of Acknowledger - Typed Printed or Stamped

22 ACKNOWLEDGMENT IF PARTNERSHIP STATE OF

COUNTY OF

The foregoing instrument was acknowledged before me this day of by (name of acknowledging partner or agent) of (name of partnership), a partnership. He/she is (personally know to me) (or has produced identification) (type or identification) (as identification) and (did/did not) take an oath.

Signature of Person Taking Acknowledgment

Name of Acknowledger - Typed Printed or Stamped

BOARD APPROVAL DATE ______(Required if under $10,000.00)

23 ~ . BLACK&VEATCH Florida Keys Aqueduct Authority (FKAA) OPCC Stock Island RO Facility

Scope of Services

I. BACKGROUND

The Florida Keys Aqueduct Authority (AUTHORITY) operates four (4) water treatment facilities to meet its water supply needs. Two water treatment pl ants at Florida City - one lime-softening (source:Biscayne Aquifer) and one brackish RO (source: Floridan). Seawater from wells is desa lted using RO membrane technology at two emergency water supply plants, the Kermit H. Lewin Seawater Desa lination Facility at Stock Island and the Marathon Seawater Desa lination Facility at Marathon.

The Stock Island seawater RO facility was originally constructed in the early 1980s with a capacity of three (3) mgd. Today, the Stock Island desalting facility has a nominal ca pacity of two (2) mgd, consisting of four (4) parallel RO membrane trains.

The AUTHORITY is focusing on est ablishing a more res ilient system by planning for improvements to seawater treatment systems, proactively reducing risk for more reliable supply. Part of said improvements includes upgrades and expansion of the Kermit H. Lewin Seawater Desa lination Facility, and consideration of new building codes and st andards

AUTHORITY has requested Black & Veatch (CONSULTANT) under this Genera l Engineering Services Contract Agreement, to develop Opinion of Probable Construction Costs (OPCC) for three (3) altern atives for the Stock Island Reverse Osmosis Facility as follows;

1. 2MGD Capacity with new equipment but utilizing existing building and membranes 2. 2MGD Capacity with new equipment, building, and membranes 3. 4MGD Capacity with brand new eq uipment, membranes, and building

II. SCOPE OF SERVICES

Phase 100: Project Coordination Task 101 - Project Initiation Meeting

CONSULTANT will conduct a project initiation meeting at AUTHORITY'S office to clarify the requirements for the project, review pertinent available data, review project staffing and organization, present initial work plan, and present initial work schedule.

Task 102 - Project Controls and Team Coordin ation

CONSULTANT will perform general administrative duties associa ted with the Project, including project set-up, resource management, progress monitoring, scheduling, QA/QC plan development and updating, general correspondence, office administration, and invoicing.

1 ~ . BLACK&VEATCH Florida Keys Aqueduct Authority (FKAA) OPCC Stock Island RO Facility

Scope of Services

CONSULTANT will maintain an accurate project documentation and project cost accounting system throughout the project to include the following:

• Maintain a project filing system throughout life of Project to use for storage and retrieval of Project documents. • Prepare status reports and invoices for engineering services in format acceptable to AUTHORITY. Status reports will include a summary of work completed during the previous month.

CONSULTANT will update the project execution schedule based upon the AUTHORITY Notice to Proceed date and distribute the updated schedule at the project initiation meeting. The project schedule will identify the following information:

• Key project tasks and deliverables. • Meetings.

CONSULTANT will review, update and submit to AUTHORITY updated Project schedule upon completion of each Project Phase. Each updated schedule will track original target completion dates.

Task 103 - Design and Cost Review Meetings

CONSULTANT will prepare for and conduct (via telephone) up to two (2) review meetings. These meetings are to be held within a week after the submittal of the Draft and Final OPCC. CONSULTANT will prepare and distribute meeting minutes.

Task 104 - Quality Assurance/Quality Control (QA/QC)

CONSULTANT will maintain continuous control over the quality of all work effort and project deliverables. This will include oversight and review by the lead technical engineer(s), project manager, and senior technical specialists. In addition to this overall level of quality assurance, CONSULTANT will provide specific review and quality control throughout the project at key project milestones.

Phase 100 Deliverables: • Meeting minutes • Status reports with invoices • Project schedule updates

2 ~ . BLACK&VEATCH Florida Keys Aqueduct Authority (FKAA) OPCC Stock Island RO Facility

Scope of Services

Phase 200: Data Evaluation CONSULTANT will review gathered Kermit H. Lewin Seawater Desa lination Facilities Rehabilitation & Expansion TECHN ICAL MEMORANDUMS from AUTHORITY. Additionally, as part of this t ask, CONSULTANT will conduct a site visit accompanied by AUTHORITY's representative.

Phase 3 00: Development of Opinion of Probable Construction Costs (OPCC) CONSULTANT will prepare and submit a project OPCC for each of the 3 alternatives for the Stock Island Reverse Osmosis Facility according to AACE International Recommended Practice No.17R- 97A. The OPCC will be organized through a project Work Breakdown Structure (WBS). The WBS will be established to incorporate OWNER standard price sc hedule items for the project.

CONSUL TANT shall prepare the OPCCs as follows: Class 4 OPCC per t he Association for the Advancement of Cost Consulting International (AACE) Recommended Practice No.17R-97 A, inclusive of: preliminary quantity takeoff, equipment and unit cost estimates, and -3 0% to +50% expected accuracy level. OPCC's will be presented in spreadsheet format.

Cost estimates presented by CONSULTANT will be accompanied by an Estimate Report, which will consist of the basis of estimate, notes, clarifications, assumptions, inclusions, and exclusions made in preparing the estimate.

Deliverables • Draft OPCC and Estimate Report • Final OPCC and Estimate Report

III. SCHEDULE

Task completion schedule is 8 weeks from Notice-to-Proceed as identified in the following summarized schedule of deliverables.

Completion in Pha se Deliverable Description Weeks after NTP 100 Project Coordination 8

200 Data Eva luation 2

Development of Opinion of Probable Construction 8 300 Costs (OPCC)

3 ~ . BLACK&VEATCH Florida Keys Aqueduct Authority (FKAA) OPCC Stock Island RO Facility

Scope of Services

IV. COMPENSATION

CONSULTANT agrees to provide the scope of services above in a Lump Sum amount of $44,126 (in accordance with General Engineering Services Contract) for Pha ses 100 through 300 and Time & Materials Expenses in the amount of $1,600. Invoices will be submitted monthly based on CONSULTANT's percen( complete (Lump Sum). CONSULTANT will manage work hours between tasks and employee classifications, and/or utilize other appropriate employee classifications, provided that the work assignment total co mpensation is not exceeded.

The fees for the scope of work under this work order are listed in the following table.

Phase Description Method of Payment Amount 100 Project Coordination Lump Sump $5,663 200 Data Evaluation Lump Sump $3,508 Development of Opinion of Probable Constru ction Costs 300 Lump Sump $34,955 (OPCC) Subtotal: Lump Sump $44,126 Reimbursable Expenses Time & Materials $1,600 Subtotal: Time & Materials $1,600 Project Total: $45,726

See attachments for the compensation breakdown.

V. ASSUMPTIONS Work described herein is based upon the assumptions listed below. If co nditions differ from those assum ed in a manner that will affect schedule or Scope of Work, CONSULTANT shall advise AUTHORITY in writing of the magnitude of the required adjustments. Changes in co mpletion schedule or compensation to CONSULTANT will be negotiated with AUTHOR ITY.

1. CONSULTANT will be producing these alternative prices with our Design build group estimators that are at risk estimators that will produce estimates that are comparable to the Design builder that the owner is comparing to with extensive experience in the Florida Keys market place that is truly unique to any market in the state of Florida due to the logistics' of doing work in the sa id location that has distinct challenges to attach craft labor, house sa id labor, as well as difficulties

4 ~ . BLACK&VEATCH Florida Keys Aqueduct Authority (FKAA) OPCC Stock Island RO Facility

Scope of Services

in materials deliveries and such. 2. AUTHORITY will provide CONSUL TANT record drawings of all available existing facilities in the project area. 3. CONSULTANT assumes that there are no contaminated soils or groundwater in the project area. 4. CONSULTANT assumes no wetlands are in the project area. 5. CONSULTANT assumes the project area is not on Sovereign Submerged Land.

VI. EXCLUSIONS 1. Design consultants are not responsible for engineering the aforementioned Stock Island Reverse Osmosis Facility alternatives 2. CONSULTANT will not provide Value Engineering as part of the task

AUTHORIZATION

FLORIDA KEYS AQUEDUCT AUTHORITY

Date. ______Kirk C. Zuelch, Executive Director

Date______Jolynn Reynolds, P.E., Manager of Engineering

BLACK & VEATCH CORPORATION

Date_---'-M'""'a""y"""S~1~2~01=8~-- Ricardo Vieira, P.E. Project Manager. Client Director, South Florida

5 li1J. BLACK&VEATCH Florida Keys Aqueduct Authority (FKAA) OPCC Stock Island RO Facility

Scope of Services

Attachment A Engineering Services Labor and Expense

6 I Exhibit A - Fee Summary by l ask Florida Keys Aqueduct Authority OPCC Stock Island RO Facility ~ - BLACK & VEATCH Project Task/Level of Effort Development Table Re[!rese ntative le vel of Effort: This data is provided for inform ational purposes only, iind it is not intended t o be restrictive in the performance of the Work Scope.

Engineer 5 Enginel!!r 3 (Lead Analyst (Project Analyst Ensineer 5 (Cost Totaf B&V Principal (Senior technical technical Clerical Control) (St aff Engineer) Total Task Labor Expe nses Subconsultant Fee Total Task Cost specialists) engineer) Est imator) Hours !Task Description 100 Project Coordination

101 Project Initiation Meeting 2 2 2 2 8 Sl.217 $200 Sl.41 7 102 Project Controls and Team Coordinat ion 2 2 2 3 9 $1,297 $1,297 103 Design Review Meetings 2 4 2 2 10 $1,502 $1,502 104 Quality Assurance/ Quality Control (included in individual tasks) 2 4 2 8 $1,648 $1,648 Subtotal 8 4 10 2 4 7 35 $5,663 $200 $5,863 200 Data Evaluation 301 Data Evaluation 2 8 16 26 $3,508 $1,200 $4,708 Subtotal 2 a 16 26 $3,508 $1,200 $4,708 300 Oevelopment of Opinion of Probable Construction Costs (OPCC) Draft Opinion of Probable Construction Cost 1 8 120 129 $25,937 $200 $26,137 Final Opinion of Probable Construction Cost 1 4 40 45 $9,017 $9,017 Su btotal 2 12 160 174 ,-..ectTotal $34,955 $200 $35,155 u 4 30 2 20 160 7 235 44U6 1600 45726 Billable: Rates $273.00 $ 204.39 $142.20 $114.00 $ll 4.00 $204.39 $79.38 SCHEDULE OF HOURLY RATES EXHIBIT B - BLACK & VEATCH

Range of Hourly Raw Salary Rates Average Hourly Raw Salary Rate Times 3.00 Multiplier

Employer Category Avg. Raw Rate At 3.00 Mutt.

Professionals: Engineers, Architects, Planners, Economists, Scientists, Hydrologists, Hydrogeologists, Geologists

Engineer 9 $102.09 $306.27 Engineer 8 $ 98 .69 $296.07 Engineer 7 $ 96.22 $288.66 Engineer 6 $ 81.05 $243.15 Engineer 5 $ 68.13 $204.39 Engineer 4 $ 58.23 $174.69 Engineer 3 $ 47.40 $142.20 Engineer 2 $ 41.68 $125.04 Engineer I $ 39.97 $119.91 Analyst $ 38.00 $114.00 Senior Analyst $ 48.00 $144.00 Consultant $ 53.00 $159.00 Manager $ 75.00 $225.00 Principal $ 91.00 $273.00 Director $117.00 $35 1.00

Technicians: Drafters, Graphic Artists, Computer, Surveyors, Cartographies, Construction Inspectors

Technician 5 $ 58.23 $174.69 Technician 4 $ 49.69 $149.07 Technician 3 $ 45.78 $137.34 Technician 2 $ 37.75 $1 I 3.25 Technician 1 $ 34.69 $104.07 Technical Aide $ 29.21 $ 87.63

Project Manager $ 94.16 $282.48

Office Support $ 33.02 $ 99.06

Specification Processor Clerical/Office Support $ 26.46 $ 79.38

Note: Rates applicable through Apri l 2018. BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: DUO- OY CONSENT: D REGULAR: ~

MEETING DATE: May 23, 2018 DIVISION: UTILITY OPERATIONS

AGENDA TITLE: Consideration to approve the award of IFB-0007-18 to Ferguson Waterworks for the purchase of pipe for water construction activities related to the College Road, Stock Island Project# 2328-17 by the FKAA Construction Crew in the amount not to exceed $174,000. ITEM BACKGROUND: The FKAA Construction Crew will be installing and upgrading the water system on College Road, Stock Island. FKAA advertised IFB-0007-18, Purchase of 10", 12" and 16" PVC Pipe in the newspaper, website, and Demand Star. Five (5) bids were received. The lowest, responsible, responsive, and qualified bidder was Ferguson Waterworks with a total cost of $173,934.40. Results are summarized below.

Bidder's Name Total Price A&B Pipe $194,224.00 Ferguson Waterworks $173,934.40 Fortiline Waterworks $200,560.00 Core & Main $205,298.40 Western Natural Gas Products $279,660.00

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: Board approved Capital Improvement Plan - Distribution as part of 2018 Budget. STAFF RECOMMENDATION (MOTION): Staff recommends that the Board of Directors approve the award of IFB-0007-18 to Ferguson Waterworks for the purchase of pipe for water construction activities related to the College Road, Stock Island project by the FKAA Construction Crew in the amount not to exceed $174,000.

SUPPLEMENTAL INFORMATION: See attached. It is estimated that approximately 10,000 linear feet of pipe will be required to complete the water system on College Rd in Stock Island. DOCUMENTATION: Included: CK] To-Follow: D Not Required: D Cost to FKAA: $ 173,934.40 BUDGETED: Yes [KJ No CJ Cost to Others: $ Total Cost: $ __17_ 3~,9_34_._40_

DEPARTMENT: Engineering DEPARTMENT DIRECTOR APPROVAL:

DIVISION DIRECTOR APPROVAL:-=-::.1:.~~~------:------r.­ Reviewed by: Internal Auditor: ____ General Counsel: £:(f Executive Director~

BOARD ACTION:

Approved: D Tabled: o Disapproved: D Recommendation Revised: D

Comments: ______

Date:______Recording Clerk:______J. Robert Dean Chairman Florida Keys District 3 Antoinette M. Appell p Vice-Chairman Aqueduct Authority District4 1100 Kennedy Drive Key West, Florida 33040 d / David C. Ritz Telephone (305) 296-2454 ~ Secretary/Treasurer District 5 www.fkaa.com ~\\ 'i ~ e, Cara Higgins w~\i &Jblj)~ ,,, ..• District 1 Richard J.Toppino ~£5) District 2 Kirk C. Zuelch Executive Director

MEMORANDUM

TO: Jolynn Reynolds, Manager of Engineering

FROM: Krystal Waldner, Purchasing Office Administrator

DATE: May 10, 2018

SUBJECT: FKAA-IFB-0007-18, Purchase of PVC Pipe

Subject bid opening was conducted on May 10, 2018. This bid was advertised once in one newspaper, as well as being published on the Authority's website, and Demand Star. Five bids were received, which are as follows:

Vendor Total Price A&B Pipe $194,224.00 Ferguson Waterworks $173,934.40 Fortiline Waterworks $200,560.00 Core&Main $205,298.40 Western Natural Gas Products $279,660.00

It is recommended that we award the bid to Ferguson Waterworks as the lowest qualified bidder for this product. Please see the attached bid for your review. Please ensure that a purchase order is generated upon acceptance of the recommendation.

X ACCEPTED: ______UNACCEPTED: ______Reason for Not

Digitally signed by [email protected] j Oreyn OId s@fka a.c Om ON: [email protected] Accepting Bid: ______o_a_te _: 2_0_1a_.o_s_., _o_1 6_:s_3:_19_-_o4_'o_o_·__ ___

General Counsel' s Signature (If Bid Not Accepted): ------FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

MAIL BIDS TO: FlORU)A KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST. FLORIDA 33040 (No USPS dcti,·uits, FtdE.x and UPS only.)

bage I of 4 (305) 296-2454 PROJECT # flLE # BID #-fKAA-IFB-0001-18 BIDS WILL BE OPENED: May IO" , 2018 at 4:00pm BID TITLE: Purchase of 10", 12'' and 16" PVC Pipe for Project 2328- 17 7000 Front St. Key West, FL 33040 1'0 USPS Dcli\'cry, fed Ex or UPS ONLY ;ind may not be withdrawn within days atler such datt and time...... Dcliverv Date Will Be -~Ll· O:.ws Aft,;r Rcctipt of Purchase Order.

NAME orvENDOR: T~'{ln.A~\~ /\x~\N:"1.. 'c. \ MAILING DA'IE: ~ ~\- \ t\\\\ MAIUNG ADDRl!SS: \~\\) \k'\ \ Yl\.\ \\ ~\

CITY-STATE-ZlP: CERTIFTED OR CASHfER'S CHECK JS ATTA.Cl-tEO. ""'--s A,tv:. , , ~ ~~\"1 WHEN REOUJRED. IN THE AMOUNT OF S

TELEPHONE NUMBER: ~\':)\ - 't \K- \ \:)\ ·7 FAX Nl MBER: )\)" - G\ ~' - ~,~\ I certify that this bid is made without prior understanding, agreement, or PIY- connection wirh any corporation, tinn, or person submitting a bid for rhc same Authori till Signature (Manual) materials, supplies, or equipment and is in all respects fair and without collusion or fraud. \ ag1cc to abide by all condition; of rhis bid and certify that I arn authorized to sign this bid for the bidder and that the bidder is in compliance 1:J~~ ~ ~~ ! \\~U\-:. Sb'-\~ IC with al\ rcqui~mi:ms of the Invitation to Bid, including but not limited to, Authorized Signature (Typed) and Title certification requirements.

GENERAL CONDITIONS BIDDER: To insure acccntanc<: or the bid follow these in.,tructioos

SEALED BIDS: This fonn must be executed and rerumed with one copy of all 3 BrD OPE:,./ING: Shall be public, on tl,c date and at the time spccifo,d on bid sheets, as well as all addenda acknowledged. n,e face of \he envelope shall the bid fOllll. All bids received after that time sha ll bccorue the property contain, in addition ro the above address, the date and time of the bid opening, of the Authoriry and remain unopened. It is lhe bidder's responsibility to and the bid number. Do nm include more than one bid per envelope. All bids arc assUTc his bid is delivered at the proper time and pl~cc of the bid subject to tl1e conditions specified herein. Those that do not comply with these opening. Offers by facsimile, telegram or telephone are not acceptable. conditions arc subject to rejection. 4. PRICES QUOT ED: Deduct trade d iscounts and quote fim1 net prices. I. EXECUTION OF BfD: All bids must contain a manunl signature of an Unless ~dlc.rwisc specified, all prices quoted in this bid will rcn1ain fim1 authorized representative in the space provided ~bovc to be considered for a pcr:iod of 60 days. Give both unit price and extended total. In case fonnal. TI1e company name mu51 also appc11r on each page of the bid as of a mistake in cxtcnsioM, d,c uni\ price w ill take precedence. All prices required. F.O.B. destination (unless otherwise specifi ed in special conditions). Prices and extensions should be t)'!>cd or prin\cd in ink.. 2. NO BID: lf Ml ~ubmittit1i a bid, respond b)I rciuming one copy of this fo,m, marking it "NO BID". and explain below the reason. Repeated failure a) TAXES: The FKAA docs not 1>ny federal excise 11nd sutc sales taxes. to quote without sufficient just.ification shall be cau~e for removal of a Do not include these items on invoices. TI1c applicable tax exemption supplier's name from the bid mailing li st. NOTE: ,\ bidder; to qualify as a number is sb0\'11 on purchase orders. respondent, must submit a "NO BID", and s.ame must be received no later b ) DISCOUNTS: Cash di,counts for prompt payment shall 001 be than the stated bid opening date and hour: considered in detem1ining the lowest net cost for proposnl ewluation purposes. c) MISTAKES: Bidders are c,xpectcd to examine the specifications, REASON FOR "NO BID": delivery schedules, bid prices and extensions, and all instructions pertaining 10 supplies and services. Failure to do so will be at the bid.de,:'$ risk. In case of mislolte in the extension the unit price will govern. d) CONDITION AND l'A.CKAGCNG: 11 is understood and agreed chat any item offered or shipped aS a result of thi~ bid shall be new (current production model at llle time of this bid). uni~ otherwise specified. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. GENERAL CONDITIONS CONTINUED

4. (Continued) Diserepancies between lhe indicated sum of aoy column of figures and lhe e) SAFETY STANDARDS: Unless otherwise slipulated in ll1c bid, all concel sum thereof will be resolved in favor oflhc correct sum. Within 60 manufacrured items ind fabricated assemblies shall comply wilh calendar days after the: opening of Proposals, unless otbenvise stated in the applicable requirements of Occupational Safety and Health Act and (lny Supplementary Conditions of the Docurnems, the FJATh.fE),T: The vendor shall be paid upon submission of properly responsive bidder to med the requircmems of the Bid, the FKAA may ceni fied in\loiccs al the prices stipol:ued on the bid, ~fter delivery nnd award the Contract to the next \owe~t rc5ponsib\c and responsive Bidder. acceptance of the goods and.lor services, less deduclions if any, a,; Such award, if made by the FKAA will be made within 60 days afier the provided. opening of Proposals. 5. EQUCV A.LENTS: U11l<:f>S otherwise specified, any manufacrurer's name, 11 . ADVERTISING: In submit1i ng a proposal, bidder agrees not to use the trade nomes, brand names, information and/or catalog numbers listed in a res ul ts I.here from as a part of any commercial advertising. specification are for information and not to limit compC'!.ition. Bid an y 12. GOVERNMENTAL RESTRICTIONS: lo 1he event any govemmcnlal bractd which meets or exceeds lhe quality oi specifications listed for any restrictions may be imposed which would necessitate aJteralion of lhe item. If lhe bid is based on equivalent products, indicate on the bid fonn the material, quality, workmanship or performance of items offered on this bid manufacrurer's name and number and indicate any dcvialion from lhe prior to their delivery, it shall be lhe responsibility of the vendor to notify specifications as lisled. IJJclude fully descriptive literature on i\em(s). the FKAA at once, indicating in his letter the specific regula1ion which Lacking any \\Tittcn indication of inlent to quote an alternate brand or model required an alteration. The FKAA reserves the right to accept any such number, the bid will be considered as a quwtion in complete compliance alteration, including any price adjustments, or to cancel the contract al no with the specifications listed in lhe fo11!1. The FKAA reserves the right lo further expense to the FKAA. dctcnnine acceptance of ilcm(s) as an approved equivalent. 13. ASS!Gt-.'ME...'-H: Any purchase order issued pursuant to this bid invib1ion 6. NONCONfORMANCE TO CONTRACT CONDITIONS: hems may be and ihe monies which may become due arc not assignable except ,~ith tested for compliance with spccificalions under the direction of the Florida prior ",iu~n ap9roval .:iftnc FKAA. Depanmc:1\1 of Agriculture and Consumer Services. Items delivered not 14. CONFLICT OF INTEREST: The award hereunder is subject to Chapter confonning 10 specifications may be rejcclcd and returned at vendor's 112, Florida Statutes, wherein it stales, in part: " ... all biddm mus\ disclo:1e ci

NOTE: ANY AND ALI., SPECIAL CONOITJONS AND SPEClF!CATIONS AITACHED HERETO WHICH VARY FROM THESE GENERAL COND\TlONS SHALL HAVE PRECEDENCE.

2 FLORIDA KEYS AQUEDUCT AUTHORITY

IFB-0007-18

PliRCHASE OF PVC PIPE

The Florida Keys Aqueduct Authority seeks to purchase 1 o•·, 12", and 16" PVC pipe for project 2328-17 as specified in the desc1iptions below, no substituti.ons will be accepted:

PlPE DESCRIPTIONS - to•·. 12". and 16"

PIPE, C-900, 10", DR-18 CLASS l 50, BELL END WI EPDM GASKT, COLOR: BLUE, (20 FT LENGTHS ONLY).

PIPE, C-900, 12", DR-18 CLASS 150, BELL END W/ EPDM GASKET, COLOR: BLUE,(20 FT LENGTHS ONLY).

PIPE, C-905, 16", DR-18 CLASS 150, BELL END W/ EPDM GASKET, COLOR: BLUE, (20 FT. LENGTHS ONLY).

- All bids must be firm for a period of 6 months from the bid date.

All bids must be FOB destination to either of the addresses below:

Lower Key Warehouse 7000 Front St. (Stock Island) Key West, FL 33040

A firm delivery date is required.

Questions and Clarifications

Questions regarding this bid should be directed in writing via email to David Jackson, Purchasing Manager at [email protected]. Bid Requirements

Bids must be signed and clearly marked on the outside, "FKAA-IFB-0007-18 Purchase of PVC Pipe." Bids must 1 be received no later than 4:00pm Thursday, May , 0 h 20, 8. Any bids received after this time will remain unopened and become property of the Florida Keys Aqueduct Authority.

Bids should be sent via FedEx, UPS or Courier and addressed to:

FKAA Purchasing Department 7000 Front St. (Stock Island) Key West, FL 33040

***Be advised that the United States Postal Service does not deliver to this address.***

Bid Form

Please note that the quantities listed are not guaranteed and that the FK.AA reserves the tight to increase or decrease the order as needed. Bid will be awarded based on the lowest "Total Extended Price."

Pipe Size and Estimated Quantity Unit Cost

IO inch (80')

I 2 inch (8000')

16 inch ( 1600')

Total Extended Price:

The Governing Board of Directors of the Florida Keys Aqueduct Authority reserves the right to reject any and all bids, in whole or in part, to waive any irregularities or infonnalities in any bid, and to award to any party considered to be in the best interest of the Authority. SECRETARIAL CERTIFICATE OF AUTHORIZATION

The undersigned Assistant Secretary of Feq;,ruson Enterprises, Inc., a Virginia corporation

(the "Corporation,,), hereby certifies that: i) certain of the Corporation's facilities in Florida are

doing business as Ferguson Waterworks, and ii) Drew Petanick is Municipal Salesman in

Florida, and iii) that the resolutions adopted by the Corporation's Board of Directors effective

July 31, 2014, duly autholize certain of the Corporation's officers, including the Assistant

Secretary, to designate, and I hereby do so designate Drew Pctonick as an authorized

representative of the Corporation to act for and on behalf of the Corporation to prepare and

submit bids and proposals to the Corporation's customers, to enter into contracts, agreements or

other documents, and to execute such documents and undertake all such acts as may be deemed

in the best interest of the Corporation, including the execution of bonds and in doing so, to

contractually bind the Corporation. Unless withdrawn sooner, this certification of authorization

shall be effective until July 31, 2018.

,,1 11 11 //11 D ate d : June 14, 2017 ,,,,, ~ r.NTf,911.,., FERGUSON ENTERPRISES, INC. / ' ...._C) ...... ' ....~ ... co ... '°~·r. .,.,,,, ~ ~ .··'Q)ni-0~··. ~ ~ .... , ··;-· . //./ // . >·~ / . I . , . /_~~~~l(/·1 By· <. ___ _/f · -·.-- - .'A &if~4- • l:, ~ ;s • " • 7 ;• .A ::I;/P,/_\~~ \ !:;;= , I : fl&,, ~ David N: Meeket, Assistant Secretary -;:.,,. ••••, .si~ ,,/' ,C"'):::..... ~ t,.,'',.'-AL ,... ~ Commonwealth ofV1~~;·~j·; ,,,,, ' 'lf1)'11\\\\ City of Newport News )

My commission expires: August 31, 2020 BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: DUO- OS" CONSENT: D REGULAR: ~

MEETING DATE: May 23, 2018 DIVISION: UTILITY OPERATIONS

AGENDA TITLE: Consideration to approve the award of IFB-0008-18 to True Haul, LLC for the purchase of DOT Crushed Rock and Pearock #89 in the amount not to exceed $266,000, and Charley Toppino & Sons for the purchase of Flowable Fill in the amount not to exceed $187,000 for water construction activities related to the College Road, Stock Island - Project# 2328-17. ITEM BACKGROUND: The FKAA Construction Crew will be installing the water system on College Road, Stock Island. FKAA advertised IFB-0008-18, Purchase Rock and Fill in the newspaper, website, and Demand Star. Four (4) bids were received. The lowest, responsible, responsive, and qualified bidder was True Haul, LLC for a total cost of $121,083.20 and $144,704.00 for DOT Crushed Rock and Pea Rock, respectively. Charley Toppino & Sons was the lowest, responsible, responsive, and qualified bidder for the Flowable Fill FF500 psi mix at a total cost of $186,756.00. Results are summarized below.

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: Board approved Capital Improvement Plan - Distribution as part of 2018 Budget.

STAFF RECOMMENDATION (MOTION): Staff recommends that the Board of Directors approve the award of IFB-0008-18 to True Haul, LLC for the purchase of DOT Crushed Rock and Pearock #89 in the amount not to exceed $266,000, and Charley Toppino & Sons for the purchase of Flowable Fill in the amount not to exceed $187,000 for water construction activities related to the College Road, Stock Island - Project# 2328-17.

SUPPLEMENTAL INFORMATION: See attached. It is estimated that 4,256 tons of DOT Crushed Rock, 4,256 ton of Pearock #89 and 1, 182 yards of Flowable Fill will be utilized to complete construction for a total cost of rock not to exceed $453,000. DOCUMENTATION: Included: [KJ To-Follow: D Not Required: D Cost to FKAA: $ 452,543.20 BUDGETED: Yes -----'--- [KJ No CJ Cost to Others: $ Total Cost: $ 452,543.20 ------'--- DEPARTMENT: Engineering EPARTMENT DIRECTOR APPROVAL: L

Reviewed by: Internal Auditor: ____ Executive Director: ,~

BOARD ACTION:

Approved: D Tabled: D Disapproved: D Recommendation Revised: D

Comments:______

Date: ______Recording Clerk: ______J. Robert Dean Chairman Florida Keys District3 .. Antoinette M. Appell p Vice-Chairman Aqueduct Authority District4 1100 Kennedy Drive Key West, Florida 33040 d / David C. Ritz Telephone (305) 296-2454 ~ Secretary/Treasurer District 5 www.fkaa.com ~\\ '\ ~ Q Cara Higgins ~~\sDL}i~~-·· District 1 Richard J.Toppino ~v District2 Kirk C. Zuelch Executive Director

MEMORANDUM

TO: Jolynn Reynolds, Manager of Engineering

FROM: Krystal Waldner, Purchasing Office Administrator

DATE: Mayl0,2018

SUBJECT: FKAA-IFB-0008-18, Purchase of Rock and Fill for Project 2328-17, College Rd Stock Island

Subject bid opening was conducted on May 10, 2018. This bid was advertised once in one newspaper, as well as being published on the Authority' s website, and Demand Star. Four bids were received, which are as follows:

Vendor Total Price SDI $32.50/34.50/NO BID True Haul LLC $28.45/34.00/170.00 Charley Toppi no & Sons NO BID/NO BID/$158.00 Green Dream International $3 7 .08/$42. 75/$166.35

It is recommended that we award the bid to True Haul LLC and Charley Toppino & Sons as the lowest qualified bidders for the products. Please see the attached bid for your review. Please ensure that a purchase order is generated upon acceptance of the recommendation.

ACCEPTED:------X UNACCEPTED:------Reason for Not Digitally signed by [email protected] j Oreyn OId s@fka a.c Om ON: [email protected] Accepting Bid: ______o_at _e:_2_0,_s_.o_s.1_0_1_6:s_9_:3_4_-o_4'o_o_· ______

General Counsel's Signature (If Bid Not Accepted): BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: DUO- Q{p CONSENT: D REGULAR: ~

MEETING DATE: May 23, 2018 DIVISION: UTILITY OPERATIONS

AGENDA TITLE: Consideration to award the Trumbo Point Tank and Pump Station Replacement, Project #8034- 17, to Charley Toppino and Sons in the amount of$ 2,186,500.00.

ITEM BACKGROUND: This project generally consists of replacing a degraded underground potable water storage tank and pump station, located at the Trumbo Point Annex, with an aboveground glass-fused-to-steel tank and EFI pump station. Two (2) bids for this project were received on May 10, 2018. The lowest, responsive, qualified bidder is Charley Toppino and Sons in the amount of$ 2,186,500.00. This amount is lower than the Engineer's Estimate of $2,250,000.00 and is funded through Repair and Replacement contract with Navy.

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: Board approved Capital Improvement Plan - Navy as part of 2018 Budget. Board approval of engineering services agreement with Carollo Engineers Inc. , in the amount not-to-exceed $136,677, on November 15, 2017.

STAFF RECOMMENDATION (MOTION): Approval by the Board of Directors to award the Trumbo Point Tank and Pump Station Replacement, Project #8034-17, to Charley Toppino and Sons in the amount of $2,186,500.00 .

SUPPLEMENTAL INFORMATION: See attached contract, including scope of services.

DOCUMENTATION: Included: 0 To-Follow: D Not Required: D Cost to FKAA: $ 2,186,500.00 BUDGETED: Yes D No c=J Cost to Others: $ Total Cost: $ 2,186,500.00

DEPARTMENT: Engineering DEPARTMENT DIRECTOR APPROVAL:

DIVISION DIRECTOR APPROVAL:

Reviewed by: Internal Auditor: --+--- General Counsel: Q,Jf Executive Director:~

BOARD ACTION:

Approved: D Tabled: o Disapproved: D Recommendation Revised: D

Comments:------Date: ______Recording Clerk: ______FLORIDA KEYSAQUEDUCT AUTHORITY BID OPENING DEMOLITION-REPLACEMENT OF 500,000 GALLON CISTERN TANK ON TRUMBO POINT ANNEX FKAA PROJECT# 8034-17 DATE: 5/10/2018 TIME: 2:00pm

BIDDERS BID SEAL BID BOND ADDEN BID SIGNED TOTAL BID DNHI ,/ J J J $ 1- , '3 Lf ~ , Ooo , o o W£t

.(;;ar=elloE1 ,gine~ -Eft

Charley Toppi no & Sons / ./ ./' J $ z.I \

ENGINEER' ~MATE /'l .)_[)_i--i, y; ' ~ oS \·W.l'•, ?e.. CL-e.... ())J~ .T/iWa P& ct Manager oal,,udil?;rl,f Itit'J A~'/ ~8~ I Administrative and Contracts Supec:vism Purchasing ind In ntory Control M g r. BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: DUO- 07 CONSENT: D REGULAR: $J

MEETING DATE: May 23, 2018 DIVISION: UTILITY OPERATIONS

AGENDA TITLE: Consideration to approve services from Jones Edmunds & Associates to digitize as-builts and perform Cogsdale GIS integration in the amount of $122,200.00.

ITEM BACKGROUND: Funds have been identified in the 2018 budget to bring our current as-builts up to date within our GIS system as part of the implementation efforts for Cityworks CMMS. In addition, Jones Edmunds & Associates will integrate the current meter layer with the current Cogsdale customer database.

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: Jan. 25, 201 7 Board of Directors approved the proposed scope of work from Jones Edmunds & Associates for phase one of the installation and implementation of Cityworks Computerized Maintenance Management System in the amount of $198,500.00

STAFF RECOMMENDATION (MOTION): Board of Directors approve services from Jones Edmunds & Associates to digitize as-builts and perform Cogsdale GIS integration in the amount of $122,200.00.

SUPPLEMENTAL INFORMATION:

DOCUMENTATION: Included: [KJ To-Follow: D Not Required: D Cost to FKAA: $ --~122,---200.00 BUDGETED: Yes [X] No CJ Cost to Others: $ -----­ Total Cost: $ _ _ 12_2-'-,2_0_0._00_

DEPARTMENT: - -.>LJ=.=-"--L..------,ft1.-- DEPARTMENT DIRECTOR APPROVAL: ~

Reviewed by: Internal Auditor: ----1-- General Counsel: ~ f Execulive Director:9=,-

BOARD ACTION:

Approved: o Tabled: D Disapproved: o Recommendation Revised: D

Comments:______

Date: ______Recording Clerk: ______SCOPE OF SERVICES JonesEdmund~

Digitize As-Builts and Cogsdale/GIS Integration

BACKGROUND

Jones Edmunds is pleased to present this Scope of Services for consideration by the Florida Keys Aqueduct Authority (FKAA) . Jones Edmunds is helping FKAA move their GIS to an enterprise platform and this scope details the steps needed to build out their GIS and work through a backlog of hard copy asset information. Jones Edmunds will also develop a process to update service locations in GIS with customer information from Cogsdale.

1 DIGITIZE AS-BUILTS

Jones Edmunds will request a copy of the City's Cityworks and GIS databases. Jones Edmunds wi ll remotely perform a brief review of these data to prepare for the Cityworks PLL implementation.

The FKAA Design Group uses two tracking spreadsheets to track submitted projects. The spreadsheet to track contractor-submitted designs includes design projects and permit submittals ca ll ed Submittal Tracking. The submittals from 2009 to the present have not been digitized into GIS. This includes the 24 projects listed in Appendix 1 totaling approximately 309 CAD sheets (Submittal_Tracking.xls - 2/1/2018). In-house design projects are tracked in a separate spreadsheet called Drawing List. Projects dating from 2001, with the majority being from 2010 to the present, that were also not digitized into GIS. This includes the 44 projects listed in Appendix 2 totaling approximately 382 CAD sheets (Drawing No. List.xis - 2/1/2018).

Overall, FKAA has 68 projects totaling over 691 CAD sheets that need to be digitized into the GIS database. The majority of these are digital pdf files that will need to be georeferenced before digitizing.

Jones Edmunds will rectify and digitize these 691 CAD sheets to migrate the asset information into FKAA's GIS.

FKAA Responsibility - Review GIS deliverables in a timely manner.

Deliverables - Jones Edmunds will digitize the pertinent asset information from the 691 CAD sheets into FKAA's new enterprise GIS database. Jones Edmunds will work with FKAA to determine an appropriate deliverable schedule.

2 COGSDALE / GIS INTEGRATION

Jones Edmunds will develop a process to update FKAA's Service Connection/Meter Layer with the current customer billing information from the Cogsdale customer database. We are

1 May 2018 Digit ize As-builts and Cogsdale / GIS Integ ration proposing the following process, which we have performed for other Cogsdale clients. We will host a teleconference to discuss and finalize this process with FKAA before beginning.

• Existing records wi ll be updated with the customer information and the spatial information will be maintained.

• New accounts will be geocoded to the center of the parcel.

• Any accounts that cannot be automatically geocoded will be assigned an XY location in the middle of the ocean for their address to be updated and manually geocoded or to manually place the point in the correct location.

Jones Edmunds will spend up to 50 hours on this task. If additional time is needed, Jones Edmunds will work with FKAA to prioritize this work under Task 3.

FKAA Responsibility - Pertinent FKAA staff will attend and participate in the process discussion.

Deliverables - Jones Edmunds will provide FKAA with documentation working process to update service locations and customer information from Cogsdale.

3 AS NEEDED ENTERPRISE SUPPORT

Jones Edmunds will remotely provide ongoing support to FKAA. This task will cover additional items requested by FKAA as the project progresses. Jones Edmunds will provide up to 70 hours of as- needed support to FKAA, including up to one on-site visit.

ASSUMPTIONS

• FKAA will purchase all hardware and software to support the work for this project. FKAA will make the hardware and software (Cityworks Server, ArcGIS Server, SQL Server) for the project available to Jones Edmunds. Software and hardware costs are not included in this Scope of Services.

• FKAA will provide remote access to Jones Edmunds to complete the work outlined in this Scope of Work. The majority of the work on this project will be completed through remote access.

LUMP-SUM-FEE BREAKDOWN

Task 1: Digitize As-builts $98,000 Task 2: Cogsdale/GIS Integration $11,000 Task 3: As Needed Enterprise Support $13,200 Total $122,200 The Total Fee amount will be available under this Scope of Services. The billing for this project will be monthly on a lump-sum percent-complete basis by task and will not exceed the total fee listed.

2 May 201 8 Digitize As-builts and Cogsdale / GI S Integration Appendix 1 Submittal Tracking Projects to Convert to GIS Project Name FIRE HYDRANT: K.L. Shopping Center, Tarpon Basin Drive 1 101350 Overseas (Gulf-side) MM 101.4 Re# 00086770000000 RECLAIMED WATER: Hawk's Cay Marina 2 Utility Easement - NOT RECORDED 3 SEWER & RECLAIMED: U.S.1 to Rockland WWTP As-Builts PLANS: Proposed P678 Aircraft Crash Rescue & Fire Headquarters 4 Navy 5 WATER MAIN EXTENSION: Rock Harbor Club, 97652 Overseas, Key Largo FIRELINE: 100760 Overseas Highway - Hibiscus Drive 6 Commercial Building - David Thompson Re# 00523760-000000 FIRE HYDRANTS: Ocean Reef Marine Village - Ocean Reef Club 7 Various Locations, #8 and #14 Marina Drive, Key Largo WATER MAIN EXTENSION: JOBE Hangar - Marathon Airport 8 10094 Overseas (approximately 220 feet+/- northeast of 101st Street Ocean) Re# 00100881-000000 WATER MAIN EXTENSION: 15 Lakeview Drive, Lots 18, 19, and 20 9 Re# 00529150-000000, 00529160-000000, 00529170-000000 FIRE LINE/HYDRANT: Whale Harbor Restaurant 10 Key 83413 Overseas Highway Re# 00403980-000100 11 MISC HYDRANTS AND VALVES 11-2-15 WATERMAIN EXTENSION: Stock Island Marina Village 12 7009 Shrimp Road WATER MAIN EXTENSION: Truman Waterfront Park 13 35 East Quay Road WATER MAIN RELOCATE: US# 1 (As-Builts - Field Notes) 14 Along US Highway 1 - MM 31 (County Road to Industrial Road) FIRE LINE-HYDRANT RELOCATION: Postcard Inn 15 84201 Overseas High Re# 00093650-000000 16 RECLAIMED: Duck Key Reclaimed Water Storage and Pumping Facility - Record PLANS: City of Layton WWTP (Record) 17 67900 Overseas MM 67.9 PLANS: Duck Key WWTP Improvements (Bid Docs) 18 Greenbriar Road Re# 00378380-000100 RECLAIMED WATER : - Preliminary 19 US# 1

3 May 2018 Digitize As-builts and Cogsdale / GIS Integration Project Name 20 PLANS: Big Coppitt Wastewater Collection System Phasing Map Phase 1 21 AERIALS: Lower Keys Collection (Non-Central) Pre-Design 22 SURVEY: Lower Keys Collection (Non-Central) Pre-Design PLANS : Kermit H. Lewin SIRO Improvements (Record) 23 7200 Front Street Re# 00123610-000000 24 PLANS : K. W. Solid Waste Transfer Station 8-Inch Waterline (Record)

4 May 2018 Digitize As-bu ilts and Cogsdale / GI S Integration Appendix 2 Drawing List Projects to Convert to GIS Project Name 1 Vacation Harbor, Sugarloaf Water Main Upgrade/Hydrants Florida Keys Electric Cooperative (FKEC) Water Main Extension & Hydrants 2 91630 Overseas Highway Re# 00556440-000000 3 Tavernier, Bayridge and Snake Creek Water Distribution Upgrade 4 Summerland Key, USl 5 Summerland Cove Isle, Summerland Key 6 Second Avenue, Stock Island Water Main Upgrade 7 Russel and Knowles Street Water Main Upgrade 8 Tap #235, Feed Line, US1, 9 Caymen Drive, Lower - Water Main Extension 10 United and White Street Intersection Water Main Upgrade 11 Villa Mill Alley, Key West - Water Main Upgrade 12 United Street White to Whitehead Patterson Avenue, 10th Street and 12th Street, Distribution System Upgrade, Key 13 West 14 North Roosevelt Boulevard Phase 1 - Eisenhower to 4th Street 15 Sigsbee Road - Water Main Extension 16 Flagler White to Reynolds Water Main Upgrade 17 Flagler and White Street Intersection Water Main Upgrade 18 Flagler Water Main Replacement First to White Street 19 Elizabeth Street, Key West - Water Main Upgrade 20 Duncombe Street, Key West - Water Main Upgrade 21 D-S-U Key West - Sigsbee - Phase 3 (Farragut, Truxton, Dewey) 22 Truman Annex Phase 1 - Distribution Water Main Upgrade 23 6-Inch Water Main Replacement - Gilmore Circle - Sigsbee 24 Water main Upgrade - 14th Street (Northside Drive to North Roosevelt) 25 Key West - 14th Street - Distribution System Upgrade (aka Glynn Archer Drive) 26 D-S-U Sexton Cove Estates, Key Largo 27 Rock Harbor Pump Station Re -piping 28 Ocean Bay Drive Distribution System Upgrade 29 Chad's Deli - Water Main Relocate 30 Venture Out Water Main Upgrade, Cudjoe 31 South Street, Big Pine Key Water Main Upgrade Eden Pines Colony Distribution Upgrade, Big Pine Key 32 Viscaya As-Builts; also Field Notes 33 Water Main Extension - Beach Road, Big Pine Key - MM 31.6 34 14th Street and 21 st Street, Big Pine Key Water Main Upgrade 35 Sewer Force Main Extension - North Layton Drive, City of Layton 36 Duck Key Wastewater / Hawk's Cay Easement, Phase 7

5 May 2018 Digitize As -builts and Cogsdale / GI S Integration Project Name 37 Duck Key Wastewater / Hawk's Cay Easement, Phases 4, 5, and 6 38 Duck Key Wastewater/ Hawk's Cay Easement, Phase 3 39 Duck Key Wastewater / Hawk's Cay Easement, Phases 1 and 2 40 Conch Key Distribution: Water and Wastewater System Improvements Phase 1 41 Baypoint Sewer Survey Data FKAA Bay Point Drawing 42 Site Plan 43 Rockland Bridge Reclaimed Water Main 44 Water Main Upgrade and Reclaimed Water

6 May 2018 Digitize As-builts and Cogsdale / GIS I ntegration BOARD OF DIRECTORS, FLORIDA KEYS AQUEDUCT AUTHORITY AGENDA ITEM SUMMARY

AGENDA ITEM: BOD- 01 CONSENT: D REGULAR: [Kl

MEETING DATE: May 23, 2018 DIVISION: BOARD OF DIRECTORS

AGENDA TITLE: Board of Directors Discussion

ITEM BACKGROUND: The Board of Directors can bring up any subject they deem necessary to be discussed at this time.

PREVIOUS RELEVANT ACTION BY FKAA BOARD OF DIRECTORS: N/A

STAFF RECOMMENDATION (MOTION): N/A

SUPPLEMENTAL INFORMATION: N/A

DOCUMENTATION: Included: D To-Follow: D Not Required: D Cost to FKAA: $ BUDGETED: Yes D No D Cost to Oth ers: $ Total Cost: $

DEPARTMENT: Board of Directors DEPARTMENT DIRECTOR APPROVAL:

DIVISION DIRECTOR APPROVAL: ______f)"T1:- Reviewed by: Internal Auditor: ____ General Counsel: ~ Executive Directo~

BOARD ACTION:

Approved: o Tabled: o Disapproved: D Recommendation Revised: D

Comments: ______

Date: ______Recording Clerk:______