Click here to load reader
Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
1
2
3
4
5
A
Tohopekaliga Water Authority101 North Church Street, 2 nd Floor
Kissimmee, FL 34741
www. tohowater. com
Board of Supervisors
Bruce R. Van Meter, Chairman
John E. Moody, SupervisorJames W. Wells, Vice - Chairman
Fernando E. Valverde, Supervisor
Richard L. Hord, Supervisor
Raul S. Banasco, Supervisor
Brian L. Wheeler, Executive Director
Mike Davis, AttorneyNilsa C. Diaz, Executive Assistant
AGE1%IIIII
DA
AUGUST 12, 2009
5: 00 PM
MEETING CALLED TO ORDER
INVOCATION AND PLEDGE OF ALLEGIANCE
APPROVAL OF THE AGENDA
AWARDS AND SPECIAL PRESENTATIONS:
RECOGNITION OF THE EMPLOYEE AND THE TEAM OF THE QUARTER
FOR THE SECOND QUARTER OF 2009
HEAR AUDIENCE (Anything requiring a vote will be heard at a later date)
The Consent Agenda is a technique designed to expedite handling of routine and miscellaneous business of the Board ofSupervisors. The Board of Supervisors in one motion may adopt the entire Agenda. The motion for adoption is non - debatable and must receive unanimous approval. By request of any individual member, any item may be removed fromthe Consent Agenda and placed upon the Regular Agenda for debate.
TOHO_MAIN_HQ\THUNTERhttp://www.tohowater.com/
A. APPROVAL OF MEETING MINUTES FROM JULY 22, 2009
B. OSCEOLA PARKWAY PHASE 1 ROAD WIDENING INTERLOCAL
AGREEMENT WITH OSCEOLA COUNTY
C. APPROVAL OF CHANGE ORDER NO. 7 TO THE CONTRACT
WITH JR. DAVIS CONSTRUCTION FOR THE NEPTUNE ROAD
WATER AND SEWER ADJUSTMENT PROJECT
D. APPROVAL OF CLANCY & THEYS CONSTRUCTION COMPANY' S
GUARANTEED MAXIMUM PRICE FOR THE JOHN YOUNG PARKWAY
ROAD WIDENING PROJECT
E. APPROVAL OF BID FOR THE PURCHASE OF FORKLIFT FOR
WAREHOUSE
F. BID RECOMMENDATION FOR TOHOPEKALIGA WATER AUTHORITY
POINCIANA WWTP # 1 FLOW• PUMP STATION
FORCE MAIN
8. INFORMATIONAL PRESENTATIONS ( REQUIRING NO ACTION)
9. UNFINISHED BUSINESS:
A. REPORT ON " ANALYSIS OF THE AUTHORITY' S FIXED COSTS"
10. NEW BUSINESS
11. STAFF REPORTS
12. BOARD OFFICIALS
RECOGNITION OF THE EMPLOYEE AND THE TEAM OF THE QUARTER FOR THE
SECOND QUARTER OF 2009
Explanation: On a quarterly basis, the Employee Recognition Committee meets toreview nominations submitted by fellow employees and supervisors for the Employee ofthe Quarter and the Team of the Quarter. For the third quarter of FY 2009, April to June
2009, nominations for the Employee and the Team of the Quarter were received. Jason
Diefenbaugh was selected as the Employee of the Quarter. Field Operations
Construction Crew; Les Powell, John Partin, Fernando Fontanez, Mike Sayoc, and
Mitchell Watford, was selected as the Team of the Quarter.
Jason Diefenbaugh was selected as Employee of the Quarter. Jason joined the
Authority in August 2003 as a Temporary Construction Inspector. His position was
subsequently reclassified to a permanent position and today Jason is being recognizedfor his work as the Construction Inspector assigned to the Camelot WRF Rehabilitation
and Expansion project. This plant has undergone several expansion projects in the past
however; underground piping, electrical duct banks, and other buried appurtenancesremained undocumented. The lack of proper documentation is one of the main reasons
for unforeseen conditions being encountered during projects and typically results inincreased project costs. Jason has provided exemplary support and assistance to theengineering staff, plant operations staff, and the contractor in trying to determine whatunderground piping and electrical services operational or abandoned, and confirmed theoverall operation of the plant. He relentlessly and tirelessly explored the workings of theplant to make the job run efficiently for the contractor and to assist engineering andoperations staff with making better informed decisions. Jason' s proactive efforts helpavoid increases in project construction costs due to unforeseen conditions. Jason has
proven himself to be an excellent inspector and an asset to the Authority.
It is for these reasons that Jason Diefenbaugh was selected Employee of the Quarter.
TEAM OF THE QUARTER:
Field Operations Construction Crew; Les Powell, John Partin, Fernando Fontanez, Mike
Sayoc, and Mitchell Watford, was selected as team of the quarter. The construction
crew recently began working on larger projects normally reserved for outside
contractors. The work performed thus far has been outstanding. The formation theconstruction crew has increased productivity by shortening project completion times. This crew operates as a quick strike team available to respond immediately whenneeded and flexible enough to assist other crews and divisions on a continuous basis
when called to do so. The results of an efficiently run Field Operations ConstructionCrew is increased service and productivity along with a realized cost savings to theAuthority.
It is for these reasons that the Field Operations Construction Crew; Les Powell, John
Partin, Fernando Fontanez, Mike Sayoc, and Mitchell Watford, was selected Team of
the Quarter.
Recommendation: Staff requests that the Board of Supervisors present Jason
Diefenbaugh with the Employee of the Quarter Award, and employees Les Powell, John
Partin, Fernando Fontanez, Mike Sayoc, and Mitchell Watford with the Team of the
Quarter Award.
Awards and Presentations
PRESENTATION OF RICK KEY' S RETIREMENT GIFT
Attachments: None
Explanation: Rick Ley, a " B" level licensed wastewater operator, is retiring after 20 anda half years of combined service with the City of Kissimmee Water ResourcesDepartment and Toho Water Authority.
Rick started his employment with the City of Kissimmee on December 12, 1988. He worked at the South Bermuda WRF as an operator trainee. He became a licensed
C" level wastewater operator in 1990; he was transferred to the Parkway WRF in 1993. In 1994, he obtained his " B" level wastewater license and in the year 2000 he was
transferred to the Sandhill WRF where he spent the remainder of his service years. He
has served the company and its customers professionally and courteously over theyears. Rick is a valued member of the wastewater operation staff and he will be
sincerely missed.
Note: Rick is currently an amateur league bowler, but will now spend his free timepursuing a career in the " Professional Bowler Association" senior tour bowling league. That' s when he' s not riding around in his retirement gift; a 2005 Corvette Convertible)
We would like to recognize Rick for his many years of service and wish him well in hisfuture endeavors.
Recommendation: Staff recommends presentation of retirement gift to Rick Ley.
n
Description j Regular meeting of the Tohopekaliga Water Authority. Present at the 1,
meeting were Supervisor John Moody, Attorney Mike Davis, Chairman rBruce R. Van Meter, Vice Mayor Jerry Gemskie, Supervisor Jim Wells,! Supervisor Fernando Valverde, Executive Director Brian Wheeler, 1Executive Assistant Nilsa Diaz, Commissioner Harford, and Supervisor
Raul Banasco. Supervisor Dick Hord was not in attendance. r
Date 7/ 22/ 2009 1 Location j City of Kissimmee Commission ChambersTime Item Minutes
5: 00: 54 PM Meetingw w _------------------------------------------------ _
I Chairman Bruce Van Meter called the meeting to order atcalled to115: 00 PM. 1
order
5. 01. 47 PM Invocation The Invocation was given by the Executive Director, Brian Iand Pledge Wheeler and Supervisor John Moody led the audience inof Allegiance ; the Pledge of Allegiance.
5: 01: 51 PM i Executive Director Brian Wheeler requested the addition ofItem 9A. APPROVAL OF ADVERTISEMENT FOR A
PUBLIC HEARING FOR USER FEE AND RATE
Approval of j CHANGES ON AUGUST 26, 2009. the Agenda 1 z
Supervisor Moody moved for approval of the Agenda withthe addition of Item 9A; Supervisor Wells seconded the
motion. Motion carried 5 to 0.
5: 02: 59 PM Awards and
m _
Nonepresentations
w_ — ..
5: 03: 05 PM PublicNone
hearing
5: 03: 11 PM Hear theNo one came forth
audience
5: 03. 16 PM Executive Director Brian Wheeler asked to pull Item 7A and
Supervisor Wells asked to pull Item 7B. Supervisor Moody'; motioned for approval of the Consent Agenda with the
removal of Items 7A and 7B for discussion. Supervisor;
Valverde seconded the motion. Motion carried 5 to 0.
Consent
agenda 17A. The minutes for July 8, 2009 had to be corrected due totheir reflecting that Supervisor Valverde was present at themeeting but he was not present; the votes were publishedcorrectly. Supervisor Wells motioned for approval of Item7A with the corrections. Supervisor Banasco seconded the
motion. Motion carried 5 to 0.
7B. Supervisor Wells stated that he would move for
approval of the contract but only for the first year; does notlike 3 year contracts because of too much economic
uncertainty at the present time affecting the dynamics ofthe workload and the ability for people to bid on jobs. Supervisor Wells moved for approval of the contract for one
year with an option to renew. Supervisor Moody secondedthe motion. Motion carried 5 to 0.
5: 06: 39 PM Informational Investment Report Presentation for the Quarter Endingpresentation I June 30, 2009.
5: 28: 36 PM 19A. APPROVAL OF ADVERTISEMENT FOR A PUBLIC
HEARING FOR USER FEE AND RATE CHANGES ON
AUGUST 26, 2009. At the July17t"
Budget Workshop, theBoard gave direction to the staff to develop a proposedwater and wastewater rate adjustment for FY2010 which
provides an equal dollar amount impact to the average
residential bill for all the Toho Systems. Chairman Van
Meter asked why the proposed rates presented did notresult in an absolutely equal dollar impact on all of theprojected average residential bills. Executive Director
Wheeler explained that the nuances of the rates workingwith the different systems make it difficult to get the bills
equal to the penny. Rick Figueroa of Business Services, who worked on the rate design, advised the Board that a
one penny change in the rates resulted in a 6 cent changem the average bill. Supervisor Wells requested a
Unfinished breakdown of the Authority's fixed costs and asked if theBusiness information was to be analyzed in- house. Executive
Director Wheeler said that staff can go back to the rate
consultant who should have this information readilyavailable. Supervisor Wells made a motion to put this
issue on the next agenda and procure the information in
the most cost- effective way. Chairman Van Meter re -statedthe motion which was to direct the Executive Director to
provide the Board with the Authority' s fixed costs and howI they are dealt with in the rates.
Supervisor Wells made a motion to lower the base rate on
the Toho I system by one penny to result in the averageresidential water and wastewater utility bill being $ 1. 56. Supervisor Valverde seconded the motion. Motion carried
5 to 0. Chairman Van Meter added that Commercial
accounts are also included in the motion.
Supervisor Wells asked what the increase would be on the
commercial rates and was told it would be the same as
residential; 4. 9%. There was discussion of the Toho II
Harmony) System rates and how to adjust them to createthe equal bill impact desired. The procedure for setting aseparate tariff for Harmony was discussed. The proposed
rates will advertised for public hearing and at the hearingthe Board may lower the advertised rates but cannotincrease them.
Supervisor Wells made a motion to up the base rate onToho I; city and county and the averaging of the
commercial rate up to $ 9. 80 and develop a commercial ratefor Harmony that reflects the $ 9. 80. Supervisor Valverdeseconded the motion. Motion carried 5 to 0.
Chairman Van Meter said that there was something in thereport on the impact fees. Supervisor Wells commented
that there has to be a 90 day window between when it getsadvertised and it goes into effect. Supervisor Wells moved
for approval of advertising the impact fee increase basedon the Engineering News Record Construction cost index. Supervisor Banasco seconded the motion. Motion carried
5to0.
Supervisor Valverde asked in what newspapers the rate
hearing would be advertised. The advertisement for the
public hearing will be advertised in the Orlando Sentinel, Lakeland Ledger, Osceola Gazette, and the website. Mr.
Valverde asked if it could be sent out on the billing fromKUA because the Polk County portion of Poinciana doesnot receive the Osceola Gazette. Staff will look to insure a
publication that has circulation in the area carries the
advertisement. Supervisor Banasco asked if it was
advertised in bilingual papers and advised that the EI
Sentinel will carry the advertisement.
5: 58:42 PM a I Rick Figueroa presented the financial report for June 2009.
There were no questions on the Major Project Summaries
report.
Staff report
Executive Director Wheeler advised of the EPA Climate
Showcase Grant application submission and the
organizational changes at South Florida Water
Management District.
ii
Chairman Van Meter asked Commissioner Harford if he
had anything to say about the comments made at thecounty commission meeting and he said that he had asked
jthe Commission auditor, Kathy Wall, to look into some!
numbers having to do with the Authority. I
Supervisor Valverde wanted to discuss the sponsorship to rthe schools in Poinciana and Chairman Van Meter;
suggested he get with Mr. Wheeler. Supervisor Valverde
added that he was surprised with the money allotted formarketing and that he does not see a communications planfor the Authority. He says he found out at the workshop,
Ion Friday that the two outside Marketing firms had been! cut. He would like to submit to the board a letter;
crystallizing his thoughts and offered his help to work withstaff. He feels that the Authority is way behind in this area. Chairman Van Meter asked what Supervisor Valverde was
proposing and suggested he put his thoughts down onpaper and get them to the Executive Director so it can be
discussed at a future board meeting
6: 40. 49 PM There being no further business to come before the Board, Chairman Van Meter adjourned the meeting at 6: 40 PM.
Chairman Bruce R. Van Meter
Adjourned
Secretary John E. Moody
CATEGORY: Consent
Attachment( s): Interlocal Agreement
OSCEOLA PARKWAY PHASE 1 ROAD WIDENING INTERLOCAL
AGREEMENT WITH OSCEOLA COUNTY
EXPLANATION: Osceola County' s Osceola Parkway Phase 1 Road Widening projectextends from the Florida Turnpike to Buenaventura Boulevard. To avoid conflicts with
the proposed roadway improvements and improve water service the TohopekaligaWater Authority ( the Authority) will relocate approximately 200 lineal feet of existing 8 - inch force main and replace 5, 500 lineal feet of existing 12 -inch water main with 24 -inchwater main, the length of the project.
An Interlocal Agreement ( the Agreement) with the County has been negotiated toconstruct the utility work in conjunction with the roadway improvements under theCounty's Construction Manager at Risk ( CMAR) contract. The Authority's constructionplans and specifications govern the utility construction and the Authority' s staff hasapproval authority for the utility construction including acceptance of the work, payrequest approval and change order negotiation. The Authority will reimburse the Countyfor approved utility work based upon the monthly construction pay requests. The
Authority will provide construction inspection services for the utility work.
The Agreement requires the CMAR to receive a minimum of three bids for the utilitywork.
The Authority will be responsible for payment of work directly related to utilityconstruction only.
The Agreement is based on the Interlocal Agreement between the Authority andOsceola County for the John Young Parkway Road Widening project, reviewed andapproved by the Authority' s general counsel, Bryant, Miller & Olive. The John YoungParkway Interlocal Agreement was approved at the July 8, 2009 Board meeting.
RECOMMENDATION: Staff recommends approval of the Interlocal Agreement
between Osceola County and the Authority for the Osceola Parkway Phase 1 RoadWidening project.
Osceola Parkway Ph. 1— Interlocal Agreement. em. 08. 12. 09
INTERLOCAL AGREEMENT BETWEEN
THE TOHOPEKALIGA WATER AUTHORITY
AND OSCEOLA COUNTY
RELATING TO UTILITY INSTALLATION AND MAINTENANCE
ON OSCEOLA PARKWAY PHASE I
THIS AGREEMENT is entered into by and between the Tohopekaliga Water
Authority, an independent special district established and created pursuant to Chapter
1. 89, Florida Statutes, 101 North Church Street, Kissimmee, Florida 34741, hereinafter
referred to as " TWA", and Osceola County, a political subdivision of the State of Florida,
1 Courthouse Square, Kissimmee, Florida 34741, hereinafter referred to as " COUNTY".
WHEREAS, Florida Statutes, Chapter 163, known and cited herein as the
Florida Interlocal Corporation Act of 1. 969," or " Act" authorizes local governmental
units to make the most efficient use of their powers by enabling them to cooperate with.
each other; and
WHEREAS, under the Act the County and TWA may exercise jointly with each.
other or another government, any power, privilege, or authority which such governments
share, in common and which each might exercise separately; and
WHEREAS, the objectives of this Agreement achieve a public purpose, and each
of the parties represents to the other that they have the power, privilege and authority to
undertake and enter into this Agreement; and
WHEREAS, the COUNTY will be constructing improvements on. Osceola
Parkway Phase I, hereinafter referred to as the " Project"; and
WHEREAS, TWA currently owns, operates, and maintains utilities in the
existing Osceola Parkway Phase I right of way and desires to continue to own, operate
and maintain utilities in the future in the Osceola Parkway Phase I right of way after the
completion of the Project; and
WHEREAS, the COUNTY needs TWA to relocate its utilities and TWA wishes
to construct new utilities into an area of the COUNTY' s right of way which does not
conflict with the actual roadway or other portions of the Project; and
WHEREAS, TWA and the COUNTY agree to cooperate and coordinate in the
construction of the needed roadway and utility improvements in an economic, timely and
efficient manner.
NOW, THEREFORE, in consideration of the mutual promises contained herein.
and other good and valuable consideration, the receipt of which is hereby acknowledged,
TWA and the COUNTY do hereby agree as follows:
SECTION 1.
Each of the above stated recitals is declared to be true and correct and is
incorporated into this Agreement as if fully set forth hereafter.
SECTION 2.
This Agreement shall remain in full force and effect until such time as same is
terminated by the mutual written Agreement of the parties.
SECTION 3.
TWA shall be responsible for all costs associated with the design and construction
services necessary for the relocation of its utility lines and construction of new utilities
within the new right of way limits of the Project.
SECTION 4.
The COUNTY shall provide reasonable notice of and TWA shall attend all of the
project pre -construction meetings held by the COUNTY to ensure that its proposed utility
work does not conflict with the design of the Project unless mutually agreed otherwise
between the COUNTY and TWA.
SECTION 5.
The COUNTY and TWA have each completed their respective designs for the
proposed roadway and utility improvements. The COUNTY has contracted with a
Construction Manager at Risk ( CMAR) hereinafter referred to as the " Construction
Manager" for the delivery of the roadway construction improvements. The COUNTY
agrees to and has directed its Construction Manager to incorporate TWA' s utility plans
into the plans for the Project along with any and all documents necessary for bidding
purposes.
IQ
SECTION 6.
By and through its Construction Manager, the COUNTY will competitively bid:
1.) the Project; 2.) the construction services as related to the relocation of TWA' s existing
utility line; and 3.) the construction of TWA' s new utility lines.
SECTION 7.
TWA shall participate in the COUNTY' s bid selection process to ensure that the
cost of its utility work is acceptable. The COUNTY shall contract for construction.
management and cause the diligent completion of the Project, including the relocation of
TWA' s existing utility lines and the construction of TWA' s new utility lines. TWA shall
communicate and coordinate directly with the COUNTY' s designated Construction
Manager on all issues throughout the duration of the construction.
The COUNTY shall require its Construction. Manager to obtain a minimum of
three bids from qualified contractors. TWA shall be responsible for payment of bid items
in water, wastewater, and reuse bid form only. TWA shall have the right to reject bids
for work for which TWA is responsible.
COUNTY and TWA agree that the construction documents including the
specifications and general conditions of TWA are hereby incorporated herein and become
part of this Agreement. Said construction documents shall govern the process and
procedures of all aspects of the performance of the construction services as related to the
relocation of TWA' s existing utility lines and the construction of TWA' s new utility
lines, including but not limited to, the process for change orders, payment applications
and approvals and other matters that may arise during the construction of the Project.
TWA shall at all times have the right to inspect and approve or reject the utility
work and shall do so in a timely manner so as not to delay the Project. The COUNTY
shall invoice TWA monthly for all approved work associated with the relocation of
TWA' s existing utility lines and the construction of TWA' s new utility lines which has
been completed and approved during the previous 30 day period. TWA shall approve all
invoices for utility work completed, and shall negotiate and approve all change orders for
utility work and shall do so in a timely manner so as not to delay the Project. TWA
agrees to remit payment to the COUNTY for said services within 30 days of the TWA' s
receipt of same.
3
TWA and the COUNTY agree to coordinate closely on the Project schedule.
Should TWA' s utility work be delayed for any reason within TWA' s control, TWA shall
be responsible for any and all costs associated with the resulting time delays to the
COUNTY' S portion of the work being performed by the Construction Manager and/ or its
sub contractors.
Likewise, should COUNTY' S work be delayed for any reason within
COUNTY' S control, COUNTY shall be responsible for any and all costs associated with.
the resulting time delays to TWA' s portion of the work being performed by the
Construction Manager and/ or its subcontractors.
If, during the course of construction, temporary planned or unplanned cessation of
TWA' s utility services occurs due to construction activities, it shall not constitute a
breach of this Agreement on the part of either party hereto and neither party shall be
liable to the other for damage resulting from such cessation of services. This release of
liability shall not be construed to release the Construction Manager or its subcontractors
awarded the construction contract or any other third party from any liability for any
damage from whatever cause whatsoever.
In the event that damage to the COUNTY' s completed work occurs during
construction by TWA' s utility construction, said damage will be replaced at no cost to the
COUNTY by TWA.
In the event that damage to TWA' s completed work occurs during construction by
the COUNTY' s road construction, said damage will be replaced at no cost to TWA by
the COUNTY.
4
SECTION 8.
The COUNTY will insure that all necessary construction permits for the roadway
improvements also meet the needs of TWA' s proposed improvements; however, TWA is
responsible for obtaining all permits that are specific to the relocation of its existing
utility lines and the construction of its new utility lines. The COUNTY shall waive the
right of way permit and all associated fees for TWA' s utility work for this project. TWA
will waive water and sewer impact fees for temporary construction facilities.
SECTION 9.
At all times subsequent to Project completion, TWA shall obtain the necessary
permits in order to maintain and/ or repair the utility lines located in the relevant
COUNTY right of way. In the event of an emergency, TWA shall notify the COUNTY
of its need to work in the right of way, but, at the very least, will ensure proper
maintenance of traffic during the repair work. TWA' s continued use of the subject right
of way shall not impede the use of the roadway or other portions of the Project, or the
COUNTY use and/ or enjoyment of same.
SECTION 10.
The COUNTY reserves the right to amend the right of way descriptions from time
to time, and said amendments will not materially change the intent of this Agreement.
The COUNTY will notify TWA of any changes to the right of way descriptions within
five business days.
SECTION 11.
TWA has the right to participate in any dispute resolution proceedings with the
contractor related to TWA utility work so long as TWA pays its proportionate share of
any associated costs. The County, to the extent provided by law, shall defend, save,
and hold harmless TWA from any and all legal actions, claims or demands by any person.
or legal entity against TWA arising out of any negligent act of the County' s officers,
employees, servants, or agents, during construction of the Project. TWA, to the extent
provided by law, shall defend, save, and hold harmless TWA from any and all legal
actions, claims or demands by any person or legal entity against the County arising out of
any negligent act of TWA's officers, employees, servants, or agents, during construction. of the Project. However nothing contained herein shall constitute a waiver of any of
either party' s sovereign immunity and the limitations set forth in Section 768. 28, Florida
Statutes.
SECTION 12.
This Agreement, including referenced exhibits and attachments hereto, constitutes
the entire Agreement between the parties and shall supersede, replace and nullify any and
all prior Agreements or understandings, written or oral, relating to the matters set forth
herein, and any such prior Agreements or understandings shall have no force or effect
whatsoever on this Agreement.
SECTION 13.
The laws of the State ofFlorida shall govern all aspects of this Agreement. In the
event it is necessary for either party to initiate legal action regarding this Agreement,
venue shall lie in Osceola County, Florida. The parties hereby waive their right to trial
by jury in any action, proceeding or claim, arising out of this Agreement, which may be
brought by either of the parties hereto.
SECTION 14.
All clauses found herein shall act independently of each other. If a clause is
found to be illegal or unenforceable, it shall have no effect on any other provision of this
Agreement. It is understood by the parties hereto that if any part, term or provision of
this Agreement is by the courts held to be illegal or in conflict with any law of the State
of Florida or the United States, the validity of the remaining portions or provisions shall
not be affected, and the rights and obligations of the parties shall be construed and
enforced as if the Agreement did not contain the particular part, term or provision held to
be invalid.
SECTION 15.
Failure of the parties to insist upon strict performance of any of the covenants,
terms, provisions, or conditions of this Agreement or to exercise any right of option.
herein contained, shall not be construed as a waiver or a relinquishment for the future of
any such covenant, term, provision, or condition, or right of election, but same shall
remain in full force and effect.
SECTION 16.
The parties hereto agree and understand that written notice, mailed or delivered,
to the last known mailing address, or address provided by the other party, shall constitute
sufficient notice to the COUNTY and TWA. All notices required and/ or made pursuant
M
to this Agreement to be given to the COUNTY and TWA shall be in writing and given by
way of the Unites States Postal Service, first class mail, postage prepaid, addressed to the
following addresses of record:
COUNTY: Osceola County
Attn: County Manager
1 Courthouse Square, Suite 4700
Kissimmee, Florida 34741.
Copy to: Osceola County Public Works Department
Attn: Public Works Administrator
1 Courthouse Square, Suite 31. 00
Kissimmee, Florida 34741.
TWA: Tohopekaliga Water Authority
Attn: Executive Director
1. 01 North Church Street
Kissimmee, Florida 34741.
Copy to: Tohopekaliga Water Authority
Attn: Director of Engineering
1. 01 North Church Street
Kissimmee, Florida 34741.
SECTION 17.
The covenants, terms, and provisions of this Agreement may be modified by way
of a written instrument, mutually accepted by the parties hereto. In the event of a conflict
between the covenants, terms, and/ or provisions of this Agreement and any written
Amendment( s) hereto, the provisions of the latest executed instrument shall take
precedence.
SECTION 18.
This Agreement shall be construed as resulting from joint negotiation and
authorship. No part of this Agreement shall be construed as the product of any one of the
parties hereto.
N
SECTION 19.
This Agreement shall become effective upon execution by both parties.
SECTION 20.
The COUNTY shall record this Agreement, as required by the Act, immediately
following the execution by both parties, and provide a copy evidencing recordation toTWA.
IN WITNESS WHEREOF, the parties have caused this Agreement to be duly
executed through their authorized representatives, on the respective dates set forth below.
ATTEST:
Clerk/Deputy Clerk of the Board
Secretary
BOARD OF COUNTY COMMISSIONERS
OSCEOLA COUNTY, FLORIDA
John Quinones - Chairman
TOHOPEKALIGA WATER AUTHORITY
Bruce Van Meter - Chairman
M
CATEGORY: Consent
Attachment( s): None
APPROVAL OF CHANGE ORDER NO. 7 TO THE CONTRACT WITH JR.
DAVIS CONSTRUCTION FOR THE NEPTUNE ROAD WATER AND SEWER
ADJUSTMENT PROJECT
EXPLANATION: The Neptune Road Water and Sewer Adjustment project was
designed and constructed concurrently with Osceola County' s Neptune Road
improvement project. The project includes the installation of approximately 6, 963 linealfeet of 16" polyvinyl chloride ( PVC) force main, 2, 700 lineal feet of 8" and 10" gravitysewer with associated manholes, the relocation of 2, 600 lineal feet of existing 12" and6" force main, and the relocation of 3,455 lineal feet of existing 16", 12", 8" and 6" watermain from Westchester Drive to Partin Settlement Road. The 16" force main will provide
wastewater service to the proposed Toho Preserve DRI and the gravity sewer systemwill provide service to vacant and developed properties near the Partin Settlement Road
Neptune Road area. The Board approved awarding the contract to Jr. DavisConstruction on November 8, 2006.
The attached change order for $ 78, 137. 14 extends 24 new water services to vacant lots
and existing homes currently on private wells. The construction plans required theextension of existing water services up to the new right-of-way line. These 24 additionalservices will provide water service to new customers. The cost of the new services will
be recovered from the home owners if they elect to connect to the potable system. Thecost of the work includes mobilization of equipment previously not on site; directionalboring of services; connection of services to the existing water main; installation ofcorporation and curb stops; installation of meter boxes; record drawings and an
additional bond fee of 1. 5% of the cost of the work. The prices used for this work were
compared to the prices for the completed Canterbury water service replacement project. The cost per lineal foot for the Canterbury project was $ 18. 00 per lineal foot. The costfor the water services for this change order is $ 17. 90 per lineal foot. The contract bid
unit price for extending water services up to the new right-of-way is $ 118. 42 per linealfoot.
The change order will be funded by W10811.
RECOMMENDATION: Staff recommends approval
contract with Jr. Davis Construction Company in theNeptune Road Water and Sewer Adjustment Project.
Neptune Road - Change Order No 7. 08. 12. 09. em
of Change Order No. 7 to the
amount of $ 78, 137. 14 for the
rZ«7
CATEGORY: Consent 7D
Attachment( s): None
APPROVAL OF CLANCY & THEYS CONSTRUCTION•
GUARANTEED MAXIMUM PRICE FOR THE JOHN YOUNG PARKWAY ROAD
WIDENING PROJECT
EXPLANATION: The John Young Parkway Road Widening project proposed byOsceola County extends from Carroll Street to the Orange County line. To avoid
conflicts with the proposed roadway improvements the Authority is required to relocateexisting water and reuse mains. The project consists of the relocation of 40 lineal feet
of existing 16" reuse main; 40 lineal feet of 24" raw water main; and the extension ofapproximately 2, 000 lineal feet of 24" water main. The 24" water main will provide a
future connection to Orange County Utilities allowing transfer of water between theutilities and an emergency water supply to either utility.
An Interlocal agreement with Osceola County was approved by the Board on July 22, 2009 to construct the utility work in conjunction with the roadway improvements underthe County' s Construction Manager at Risk ( CMAR) contract. The CMAR for thisproject is Clancy & Theys Construction Company and a Guaranteed Maximum Price inthe amount of $ 808, 757. 00 ( low bid of $ 741, 360.00 plus CMAR Fee of $67, 397. 00) has
been submitted to the Authority for costs associated with the utility improvements.
Staff provided Clancy & Theys a list of eleven contractors: nine have performed work
similar to this project for the Authority in the past; two are new Authority continuingcontractors. Five of the contractors on the list were local. Three contractors submitted
bids as follows:
Responsive Bidder Bid Amount
Jr. Davis Construction Company, Inc. 741, 360. 00
Stately Contractors, Inc. 741, 500. 00
Wright' s Excavating, Inc. 785, 211. 66
In accordance with the Interlocal agreement with the County, the Authority isresponsible for the CMAR' s fee, $ 67, 397. 00, which includes profit, insurance, bonds
and contingency for the utility work. Unused contingency will be returned to theAuthority. The specific amounts included in the fee are detailed below:
Fee Description Fee Amount
Profit 37, 573. 00
Insurance 2, 860. 00
Bonds 7, 238. 00
Contingency 19, 726. 00
The project will be funded by WE401, W10602, WE0637, WE0613, WE0817, andWE0822
RECOMMENDATION: Staff recommends approval of Clancy & Theys Construction
Company' s guaranteed maximum price in the amount of $ 808, 757. 00 for the John
Young Parkway Road Widening project.
John Young Parkway — Clancy & Theys GMP. em. 08. 12. 09
CATEGORY: CONSENT 7E
W iplgi iMil. . .
Explanation: On June 5, 2009, Invitation for Bid ( IFB) 09- 070 was advertised for the
purchase of a Yale Model # ERC065GH forklift or approved equal to be used at the
Toho Water Authority' s ( TWA) newly constructed warehouse located at the SouthBermuda Water Treatment Plant ( WTP). This equipment will make it easier to
maneuver in the new warehouse. Also, due to the limited amount of space in the
warehouse, this equipment is made to be used in very narrow isle operation with theability to pivot to both sides of the aisle with a full 180 degrees of pivot, which issomething that a standard forklift cannot do.
IFB 09- 070 was opened on June 22, 2009 at 2: OOp. m. with only two ( 2) vendors
responding — Kelly Tractor Co. and Mid Florida Atlantic Inc. No responses were
received from any Osceola County vendors. In addition, both vendors submitted bidsfor an equal model forklift to the one requested in IFB 09- 070 — Doosan BC325- 5.
After a thorough review of all bids, the lowest responsive and responsible bidder for the
purchase of a forklift is Kelly Tractor Co. with a price of $59, 237.
Recommendation: Staff recommends approval of Kelly Tractor Co' s bid for thepurchase of a forklift in the amount of $ 59, 237.
PurchaseofForkliftforWarehouse. 08. 12. 09a1
Page 1 of 1
TABULATION SHEET FOR:
BID# 09- 070 Forklift for Warehouse
PAGES GO ACROSS THEN DOWN
m DATE/ TIME: 06/ 22/ 09 ( n, 2: OOPMo' READ BY: Adana Lumsden_ o 3 w
RECORDED BY Adana Lumsden
LL o pFZ._ 3rna
LL
G@
Completed Bid Fon, YES YES
Acknowledgment of Addenda 1, 2, and 3 N/ A N/ A
Drug Free Workplace Certification Form YES YESSubstitute W9 Fornn YES YES
Reference Form YES YES
Non Collusion Affidavit YES YES
Confidential Material N/ A N/ A
Business License/ Occupational License YES NO
Hold Harmless Agreement NO NO
Item Description
1 Yale Model # ERC065GH forklift or approved equal 59, 237. 00 59, 345. 00
Year 2009 2009
MFG Doosan Doosan
Model # BC 325-5 BC 325E- 5
TOTAL BASE BID 59, 237.00 59, 345.00
Estimated Time for Delivery 90 Days 60- 75 Days1 yr/2000hrs 12 months all, 24
carriage to months and
counterweight extended
5yrs/ 1000hrs Powertrain" 60
Warrant / Maintenance Length and Terms Powertrain months
Is the above price for new or like new forklift? New New
If like new, how many hours on the forklift? N/ A N/ A
Page 1 of 1
CATEGORY: Consent 7F
Attachment: Engineer' s Bid Evaluation Recommendation
ILSITA 11 VA W1 Lei• I •
Purpose: Board approval of the construction contract low bid of $ 2, 997, 631. 90 for the
WWTP # 1 Flow Diversion Pump Station and Force Main and a constructioncontingency of $ 150, 000. 00.
Explanation: Prior to the Poinciana Utility acquisition by TWA the former owner FloridaGovernmental Utility Authority ( FGUA) designed a pipeline to divert future growthwastewater flow to South Bermuda Water Reclamation Facilities ( SBWRF). FGUA
planned to leave the existing plant at 0. 5 million gallons per day capacity in service.
In order to maintain Poinciana WRF # 1 service at the permitted capacity, the plant willrequire upgrading to replace equipment in poor condition and to address hydraulicoverloads resulting in wastewater spills during heavy rain events. FDEP has issued
violations for these spills; the most recent one was issued on July 27, 2009.
The current Poinciana WWTP # 1 annual average daily flow is 0. 449 MGD. The build- out capacity for WWTP # 1' s service area is projected at 1. 46 MGD; however, WWTP # 1was not designed to accommodate a future expansion for the build -out flow. The plant is
surrounded by wetlands making it difficult and costly to expand. Subsequent to TWA'sacquisition staff directed the design consultant to size the force main to accommodate
all ( existing and future) flow from the Poinciana WRF in order to decommission theplant. Elimination of the plant and treatment of the service area flow will eliminate the
capital cost to upgrade the plant and the operations and maintenance cost to maintain
the plant in operation.
The Project, WWTP # 1 Flow Diversion Modifications, includes:
Modifications to the existing Lift Station # 1 ( LS # 1) by replacing the 2 existingsubmersible pumps with 2 higher capacity 1, 260 gallons per minute pumps,
2, 300 Linear Feet of 16" Force Main ( FM),
15, 430 Linear Feet of 20" Force Main ( FM), and
A new Booster Pump Station.
The construction project was publicly advertised in the Orlando Sentinel on 4/ 19 and4/ 26/ 2009 and in Demand Star on 4/ 22/ 2009. The bid opening was held on 6/ 11/ 2009. Thirteen bids were received. The bids are tabulated below. The base bid allows the use
of either PVC or DI pipe. It also allows the use of either HDPE or fused PVC pipe for
crossing under roadways and major drainage facilities.
Utility Systems Construction, Inc. ( USCI), the low bidder, did not include in the Bid
Documents information on related projects experience and capability. USCI alsoproposed submersible pumps that are not included in the TWA Approved Equipment
List. USCI subsequently submitted documents during the bid evaluation process provingthat it has related experience and capacity to complete the contract work; they havealso agreed to use TWA approved submersible pumps without modification to the bid
price. The Design Engineer has verified USCI' s experience and capability to constructthe project, and recommends award to the contractor.
The project will be funded by Wastewater Impact Fees under PS0701 and PE 0803.
Recommendation: Staff recommends award of the bid for the Tohopekaliga Water
Authority Poinciana WWTP # 1 Flow Diversion Modifications project to Utility SystemsConstruction, Inc. in the amount of $ 2, 997, 631. 90 and a 5% contingency amount of
150, 000 for the project.
Poinciana WWTP# 1 Flow Diversion PS & FM Bid Recommendation. kd. 08. 12. 09
BIDDER
TOTAL BASE
BID AMOUNT
1 Utility Systems Construction, Inc. 2, 997, 631. 902 Stately Contractors, Inc. 3, 023, 551. 603 RTD Construction, Inc. 3, 057, 335. 17
4 Prime Construction Group, Inc. 3, 188, 436. 005 Derrico Construction Corp. 3, 241, 986. 006 Emerald Utilities and Site Development, Inc. 3, 330, 707. 00
7 Censtate Contractors, Inc. 3, 455, 055. 47
8 Cathcart Contracting 3, 510, 983. 059 Garvey Companies, Inc. 3, 669, 105. 0010 C. E. James, Inc. 3, 854, 131. 40
11 MASCI Corp. 3, 869, 782. 5012 Phillip & Jordan, Inc. 3, 915, 509.3713 Killebrew, Inc. 4, 075, 154. 75
Utility Systems Construction, Inc. ( USCI), the low bidder, did not include in the Bid
Documents information on related projects experience and capability. USCI alsoproposed submersible pumps that are not included in the TWA Approved Equipment
List. USCI subsequently submitted documents during the bid evaluation process provingthat it has related experience and capacity to complete the contract work; they havealso agreed to use TWA approved submersible pumps without modification to the bid
price. The Design Engineer has verified USCI' s experience and capability to constructthe project, and recommends award to the contractor.
The project will be funded by Wastewater Impact Fees under PS0701 and PE 0803.
Recommendation: Staff recommends award of the bid for the Tohopekaliga Water
Authority Poinciana WWTP # 1 Flow Diversion Modifications project to Utility SystemsConstruction, Inc. in the amount of $ 2, 997, 631. 90 and a 5% contingency amount of
150, 000 for the project.
Poinciana WWTP# 1 Flow Diversion PS & FM Bid Recommendation. kd. 08. 12. 09
0,.: ARCADISenvironment, buildinqs
KhiemSiDongToho Water Authority101 N. Church Street
Kissimmee, FL 34741
Subject:
PoincianaVVVVTP No. 1 Flow Diversion Modifications
Dear Mr. Dong:
Bids for the subject project were opened onJune 11, 2000. Thirteen bids were
received, ranging from $ 2. 0O7. G31. 0Uto$ 4, 117. 134. 25. All bidders acknowledgedreceipt of the six addenda that were issued, and provided bid bonds in the amount of
five percent ofthe bid.
The addenda were issued toaddress the following:
Addendum No. 1 was issued to include requirements for the contractor to complywith provisions ofthe Davis -Bacon Act inthe event the project inbobefundadbv
federal stimulus money. The bid date was also extended bvtwo days from May 2G.
2000toMay 28. 2000tomove itaway from the Memorial Day holiday.
Addendum No. 2 was issued to address electrical issues, clarify concrete slabdetails, and address questions from bidders.
Addendum No. 3was issued toextend the bid date from May 28. 2000tnJune 4. 2009.
Addendum No. 4 was issued to address field conditions that have changed since the
survey and design were completed. Additional crossings had tobaaddressedbecause ofanew road extension and entrance boanoffice complex. The addendum
also addressed questions from bidders.
Addendum No. Gwas issued boextend the bid date from June 4. 20O0toJune 11.
2O00toevaluate fusible PVC as an acceptable pipe material for installation via
directional drilling.
Addendum No. 6was issued tnapprove fusible PVC and address questions from
Bid Review
ARCADIS has reviewed the bids, and has the following comments regarding the fivelowest bids.
Imagine themmsod
AnoAomu.. Inc.
6151 Lake Osprey Drive
3" Floor
Sarasota
Florida 34240
re/ mx.xxs. 1em
WATER RESOURCES
Date:
July 14. 20O
Contact:
Doug Young
Phone:
8133351799
Email:
Doug| aa. YoungkD
Florida License Numbers
Engineering
eB00007917
Geology
Ge31u
Landscape Architecture
Utility Systems Construction, Inc. Base Bid Amount: $ 2, 997, 631. 90
Add for Davis -Bacon Act: $ 120, 000. 00
The bid documents did not include Section 00420 Questionnaire. The document was
requested pursuant to Paragraph 16. 4 of the Instructions to Bidders. The requested
documentation was received within the required ten- day period.
ABS submersible pumps were substituted for those specified. Article 9 of the
Instructions to Bidders states that " a Contract, if awarded will be on the basis of
material and equipment described in the Drawings or specified in the Specifications
without consideration of possible substitute or "or equal" items." The Substitutions
and " Or Equal" section of the bid form clearly states that substitutions and " or equal' items will not be considered until after the " effective date of the Agreement." The bid
noted that the deduct amount for the substitution was already included in the pricing,
with no deduct amount indicated. Taking the deduct in the base bid may give thisbidder an unfair advantage over others.
To prevent any issues from arising from the proposed substitution, the bidder agrees
to hold the bid price and supply specified pumps. Please see the attached copy of e - u... . u' IT. R • i
Stately Contractors, Inc. Base Bid Amount: $ 3, 023, 551. 60
Add for Davis -Bacon Act: $120, 000. 00
There was no indication of the method, Directional Bore or Bore and Jack, proposed
for roadway/ driveway crossings as required for Items 7. b. A and 7. b. B in the bidform. The bid form states that if an option is not indicated, the bid will be deemed
nonresponsive. However, both methods are acceptable, and not noting the method
does not provide any advantage over other bidders.
RTD Construction, Inc. Base Bid Amount: $ 3, 059, 335. 17
Add for Davis -Bacon Act: $ 100, 000. 00
The bid documents are incomplete. There was no Public Entity Crimes Affidavit,
Affidavit of Non -Collusion, or Trench Safety Act Affidavit submitted with the bid. The
Public Entity Crimes Affidavit and Affidavit of Non -Collusion are required per Article
12 of the Instructions to Bidders. The Trench Safety Act Affidavit is noted as an
attachment to the bid proposal under the Specification Section title. The Public Entity
Crimes Affidavit and Trench Safety Act Affidavit, in some form, are required byFlorida Statutes.
Khiem Si Dong
July 14, 2009
Page:
2/ 3
Prime Construction Group, Inc. Base Bid Amount: $ 3. 188/ 436. 00
Add for Davis -Bacon Act: $ 85000. 00
Nodeficiencies inthe submitted bid documents were found.
Derr| omConstruction Corporation Base Bid Amount:
Add for Davis -Bacon Act: $ 36. 000. 00
Nomethod of crossing was noted for any crossings. All options
given are acceptable. Aunoted above, not indicating the method does not provide
any advantage over other bidders.
Federal Stimulus
Aoapplication was submitted for this projecttoreceive federal stimulus funds. The
project was not approved for funding, therefore, the additive alternative for
compliance with the Davis -Bacon Act will not be required. Any award of contractshould be to the lowest responsive and responsible bidder based on the Base Bid
Recommendation
Based on the above information, positive responses from references, and subject to
review bvTWA legal counsel, /\ FlCAD| 8recommends awarding acontract for
construction of the subject project to Uti| ih/ Systems Construction, Inc. in the amountof $ 2, 997, 631. 90.
hope this meets your needs. Please contact meifyou have any questions.
Si
ARCAD| SU. S, Inc.
ll/rvDouglas R. Young, PESenior Engineer
Attachment: E- mail from B. Tlen|ertoO. Young dated July 8. 2000
Copies:
D. P| avcmn. ARCA0S
KhiemSiDong
July 14. 2O00
CATEGORY: Finished Business
Attachment( s): Base Charge Analysis
REPORT ON " ANALYSIS OF THE AUTHORITY' S FIXED COSTS"
At the last Board meeting, Supervisor Wells requested that staff evaluate the base
charge in relationship to the Authority' s fixed costs. The Authority inherited ratestructures based on two totally different rate design philosophies; 1) the Toho I
Kissimmee) System rate structure was designed to cover the customer service costs in
the base charge, primarily the Kissimmee Utility Authority customer service and billingservice contract 2) Toho III ( Florida Water) and Toho IV ( Poinciana) rate structures,
both previously investor- owned utilities, were designed to allocate the maximum
allowable costs determined by a rate setting formula under the jurisdiction of the PublicService Commission. Below is an example of how these two rate design philosophies
play out side- by-side in revenue distribution graphs.
EXAMPLE OF REVENUE DISTRIBUTION BETWEEN SYSTEMS
Toho I H Toho III and IV
Block 4Block 3
5%
Base
harge
30%
Block 1Base
60% charge
The table below is a comparison of a residential water and wastewater customer using6, 000 gallons:
Service Toho I Toho III Toho IV
Water Service:
Base 2. 01 7. 86 7. 53
Block 1 1. 30 10. 92 9. 84
Block 2 4. 96 N/ A N/ A
Wastewater Service:
Base 8. 30 18. 70 17. 16
Block 1 16. 60 25. 78 31. 02
Notwithstanding the advantages or disadvantages, if properly designed; both structuresare capable of producing the overall desired results.
Toho I System generates approximately $ 7. 7 million in metered sales from base
charges, Toho III System generates approximately $ 3. 1 million in metered sales from
base charges, and Toho IV System generates approximately $ 7. 3 million in meteredsales from base charges.
In conclusion, the Toho I System is producing enough revenue in the base charge to
cover its fixed costs as originally envisioned in the rate design philosophy. Toho III andToho IV System' s rate design philosophy was developed under the previous owners ofthose systems; therefore, assigning fixed costs becomes a subjective exercise withoutthe original documents. Overall, total metered sales from these systems, Toho III and
Toho IV, do not generate enough revenue to meet the financial reserve targets outlined
by the Board. Only the Toho I System has consistently met the financial reserve targets.
The staff has continued to work within the rate design structures transferred when each
system was acquired; balancing the system needs against economic determinants suchas financial impacts on customers, bond covenant requirements, other contractual
obligations, etc. It is important that the total revenue requirement be considered first
before modifying rate structures to ensure that the Authority is able to generatesufficient revenues from combined base and usage charges to meet its required
obligations.
Below is a summary of three options on the rate design philosophy for Boardconsideration:
1. Continue managing rates within the rate structures in place
2. Select an existing rate structure and merge rate structures
3. Evaluate rate design structure alternatives
Options # 2 and # 3 would require an outside rate consultant.
Recommendation: Staff requests further direction from the Board.
9A -Report on Analysis of the Authority' s Fixed Costs. rh. 08. 12. 09
Base Charge Analysis
TOHO SYSTEMS
1 11 111 IV Total
Revenues- FY10
Residential - Base
758, 266 9, 319 265, 007 411, 906 1, 444, 497
Water 1, 138, 391 64, 871 1, 157, 514 2, 085, 333 4, 446, 108
Sewer 3, 525, 345 58, 277 1, 764, 232 4, 634, 847 9, 982, 701
Reclaim 326, 077 13, 115 0 24, 260 363, 451
Residential Base Revenue 4, 989, 812 136, 263 2, 921, 746 6, 744, 440 14, 792, 260
Commercial Base Revenue 2, 680, 622 134, 253 209, 255 596, 927 3, 621, 057
Total Base Revenue 7, 670, 434 270, 516 3, 131, 001 7, 341, 367 18, 413, 317
Usage Revenue 37, 820, 566 294, 484 4, 168, 999 10, 229, 633 52, 513, 683
Total Metered Sales 45, 491, 000 565, 000 7, 300, 000 17, 571, 000 70, 927, 000
Other Revenue 5, 145, 000 4, 000 0 853, 000 6, 002, 000
Total Revenue 50, 636, 000 569, 000 7, 300, 000 18, 424, 000 76, 929, 000
Operating Expenses - FY10
Major Recurring Expenses
758, 266 9, 319 265, 007 411, 906 1, 444, 497
Customer Service Contracts
10, 337, 877 45, 581 2, 207, 993 8, 223, 094 20, 814, 546
KUA 1, 750,000 23, 200 325,000 0 2, 098, 200
ST 0 0 0 1, 505, 000 1, 505, 000
Personnel( less OT) 9, 831, 265 114, 596 1, 206, 290 1, 285, 812 12, 437, 963
Minimum PILOT Transfer* 3, 676,709 0 0 0 3, 676, 709
Insurance 605, 000 0 0 210, 000 815, 000
ST Operations Contract 0 0 0 4,912, 000 4, 912, 000
Total Recurring Expenses 15, 862, 974 137, 796 1, 531, 290 7, 912, 812 25, 444, 872
Other Operating Expenses 19, 517, 818 302, 956 2, 235, 279 4, 166, 114 26, 222, 167
Total Operating Expenses 35, 380, 792 440, 752 3, 766, 569 12, 078, 926 51, 667, 039
Minimum required transfer to the City of Kissimmee
Debt Service 6, 378, 550 604, 000 2, 907, 000 3, 651, 000 13, 540, 550
Debt Service allocated to each system
Capital Expenditures - FY10
Required Renewal & Replacement* 758, 266 9, 319 265, 007 411, 906 1, 444, 497
Operating Funded Capital & Additions 10, 337, 877 45, 581 2, 207, 993 8, 223, 094 20, 814, 546
Total Capital 11, 096, 143 54, 900 2, 473, 000 8, 635, 000 22, 259, 043
5% Minimum of Net Revenue for R& R per Bond Covenant