Loading...
HomeMy WebLinkAbout02/13/2018 (2)BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY FLORIDA COMMISSION AGENDA TUESDAY, FEBRUARY 13, 2018 - 9:00 AM Commission Chambers Indian River County Administration Complex 180127th Street, Building A Vero Beach, Florida, 32960-3388 www.ircgov.com COUNTY COMMISSIONERS Peter D. O'Bryan, Chairman, District 4 Jason E. Brown, County Administrator Bob Solari, Vice Chairman, District 5 Dylan Reingold, County Attorney Susan Adams, District 1 Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller Joseph E. Flescher, District 2 Tim Zorc, District 3 1. CALL TO ORDER 2.A. A MOMENT OF SILENT REFLECTION FOR FIRST RESPONDERS 2.B. INVOCATION Pastor Joe Moore, Rivers of Living Water Rhema Word Ministries 3. PLEDGE OF ALLEGIANCE Commissioner Tim Zorc 4. ADDITIONS/DELETIONS TO THE AGENDA / EMERGENCY ITEMS 5. PROCLAMATIONS and PRESENTATIONS 5.A. Presentation of Proclamation Designating the Week of February 18-24, 2018, as Through with Chew Week 5.B. Presentation of Proclamation Designating the Week of February 11-17, 2018 as 2-1-1 Awareness Week 5.C. Presentation of Proclamation Designating the week of February 12-18; 2018 as Foster Care Week 5.1). Presentation on 2018 Vero Beach Air Show by Rob Lucas and Marty Zickert, Vero Beach Air Show Board of Directors. 6. APPROVAL OF MINUTES February 13, 2018 Page 1 of 4 6.A. Regular Meeting of January 16, 2018 7. INFORMATION ITEMS FROM STAFF OR COMMISSIONERS NOT REQUIRING BOARD ACTION 7.A. 2018 Election of Chairman and Vice Chairman of the Environmental Control Hearing Board 8. CONSENT AGENDA 8.A. Checks and Electronic Payments January 26, 2018 to February 1, 2018 8.11. . Children's Services Advisory Committee's Annual Report, FY 2016-2017 8.C. Request for Authorization to Issue Request for Proposals (RFP) for Management and Operations of Transit Services 8.1). Approval of a Public Transportation Supplemental Joint Participation Agreement (SJPA) with the Florida Department of Transportation (FDOT) for Block Grant Funds 8.E. Approval of a Public Transportation Supplemental Joint Participation Agreement (SJPA) with the Florida Department of Transportation (FDOT) for Rural Service Funds 8.F. Recommended Selection of Consultants for RFQ 2018008 - Continuing Consulting Engineering Services 8.G. Work Order No. 4, REI Engineers, Inc. - Design and Replacement of Sebastian Corners Roof 8.H. FDEP Grant Agreement No. 171R1, Wabasso Beach Restoration Project (Sector 3) Mitigation Reef 8.I. FDEP Grant Agreement No. 17IR2, Wabasso Beach Restoration Project (Sector 3) - Post Construction Monitoring (2018) 8.1 Work Order No. 2 Environmental Science Associates, Lost Tree Islands Feasibility Study 8.K. Work Order No. 5 Morgan & Eklund, Inc., 2018 Beach Profile Monitoring Surveys (Winter) 8.L. Traffic Video Detection at Bahia Mar Road and State Road AIA: Board Approval for Trade -In and Purchase of Video Detection Processor 8.M. Request assistance from the Town of Indian River Shores - Sector 4 Beaches 8.N. Work Order No. 17 with Kimley Horn and Associates for Design and Implementation of Floridan Wellfield Assessment and Improvements 8.0. Purchase Order Increase for Caustic Soda (Sodium Hydroxide) February 13, 2018 Page 2 of 4 9. CONSTITUTIONAL OFFICERS and GOVERNMENTAL AGENCIES 9.A. Indian River County Supervisor of Elections Leslie R. Swan: Federal Grants Trust Fund Help America Vote Act 9.B. Indian River County Sheriff Deryl Loar: P.G.I. Request - County Fund 126 - Request for Transfer of $11,111.24 to purchase equipment for covert law enforcement operations. 10. PUBLIC ITEMS A. PUBLIC HEARINGS B. PUBLIC DISCUSSION ITEMS C. PUBLIC NOTICE ITEMS 11. COUNTY ADMINISTRATOR MATTERS 12. DEPARTMENTAL MATTERS A. Community Development B. Emergency Services C. General Services 1. Human Services 2. Sandridge Golf Club 3. Recreation D. Human Resources E. Office of Management and Budget F. Public Works 12.F.1. Oslo Boat Ramp - Reduced Scope of Construction 12.F.2. Designation of CDA Solutions, Inc. as Sole Source Provider for the Digital Watchdog CCTV Security Camera Systems for Indian River County 12.F.3. Designation of Jamar Technologies as Sole Source Manufacturer and Provider of Traffic Radar Recorder Equipment and TraxPro Software 12.F.4. 45th Street at Old Dixie Highway Railroad Crossing Agreement G. Utilities Services 12.G.1. Reuse Transmission System Evaluation - Masteller & Moler (M&M) Work Order No. 6 13. COUNTY. ATTORNEY MATTERS 14. COMMISSIONERS MATTERS February 13, 2018 Page 3 of 4 A. Commissioner Peter D. O'Brvan, Chairman B. Commissioner Bob Solari, Vice Chairman C. Commissioner Susan Adams D. Commissioner Joseph E. Flescher E. Commissioner Tim Zorc 15. SPECIAL DISTRICTS AND BOARDS A. Emergency Services District B. Solid Waste Disposal District C. Environmental Control Board 16. ADJOURNMENT Except for those matters specifically exempted under the State Statute and Local Ordinance, the Board shall provide an opportunity for public comment prior to the undertaking by the Board of any action on the agenda, including those matters on the Consent Agenda. Public comment shall also be heard on any proposition which the Board is to take action which was either not on the Board agenda or distributed to the public prior to the commencement of the meeting. Anyone who may wish to appeal any decision which may be made at this meeting will need to ensure that a verbatim record of the proceedings is made which includes the testimony, and evidence upon which the appeal will be based. Anyone who needs a special accommodation for this meeting may contact the County's Americans with Disabilities Act (ADA) Coordinator at (772) 226-1223 at least 48 hours in advance of meeting. Anyone who needs special accommodation with a hearing aid for this meeting may contact the Board of County Commission Office at 772-226-1490 at least 20 hours in advance of the meeting. The full agenda is available on line at the Indian River County Website at www.ircaov.com The full agenda is also available for review in the Board of County Commission Office, the Indian River County Main Library, and the North County Library. Commission Meetings are broadcast live on Comcast Cable Channel 27 Rebroadcasts continuously with the following proposed schedule: Tuesday at 6:00 p.m. until Wednesday at 6:00 a.m., Wednesday at 9:00 a.m. until 5:00 p.m., Thursday at 1:00 p.m. through Friday Morning, and Saturday at 12: 00 Noon to 5:00 p.m. February 13, 2018 Page 4 of 4 5.A PROCLAMATION DESIGNATING THE WEEK OF FEBRUARY 18 - 24, 2018, AS THROUGH WITH CHEW WEEK WHEREAS, the Florida Department of Health's Bureau of Tobacco Free Florida and QuitDoc Foundation are leaders in tobacco prevention and cessation efforts; and, WHEREAS, using smokeless tobacco can lead to nicotine addiction; and, WHEREAS; smokeless tobacco products like chew and dip can contain 28 cancer-causing chemicals; and WHEREAS, smokeless tobacco causes cancer of the mouth, esophagus, and pancreas; and, WHEREAS, the rate of smokeless tobacco use has not decreased as drastically as cigarette use from 2012 to 2016; and, WHEREAS, once adolescents start using one tobacco product, they are more likely to experiment with others; and, WHEREAS, many of the highest smokeless tobacco use rates are in rural areas; and WHEREAS, Tobacco Free Florida's Quit Your Way tools and services can help a tobacco user successfully quit smokeless tobacco products. NOW, THEREFORE, BE IT PROCLAIMED BY THE BOARD OF COUNTY COMMISSIONERS, INDIAN RIVER COUNTY, FLORIDA that the week of February 18 — 24, 2018 be recognized as Through with Chew Week in Indian River County. Adopted this 13th day of February, 2018. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA Peter D. O'Bryan, Chairman Bob Solari, Vice Chairman Susan Adams Joseph E. Flescher Tim Zorc 1 PROCLAMATION as, DESIGNATING THE WEEK OF FEBRUARY 11-17,2018 as "2-1-1 AWARENESS WEEK" WHEREAS, many times when individuals and families need help.in meeting life's basic needs or are experiencing times of crisis and are not sure where to turn; and WHEREAS, 2-1-1 is an easy to remember, easy to use three -digit number recognized as the central linkage point in providing individuals and families with the guidance, support and information they need to solve their problems; and with the crisis intervention and suicide prevention they seek to keep them safe; and WHEREAS, Indian River County is fortunate to have 2-1-1 HelpLine, a service that is available any time of day or night that enables individuals and families to get the help they need... As was the case when the caring staff at 2-1-1 were sensitive to a woman who had concerns for her elder brother. He suffered numerous strokes and falls while living with his frail wife who could no longer care for his needs. 2-1-1 staff was able to get him to into a safer living environment and find resources for his wife as well; and so many other real life stories...; and WHEREAS, 2-1-1's specialized advocacy and support services also include the Help Me Grow Initiative which helps link vulnerable families to crucial services while 2-1-1's life-saving "Sunshine" daily phone calls continue to positively impact the lives of local housebound and/or isolated seniors—all at no cost to those participating; and WHEREAS, 2-1-1 HelpLine service is free, confidential, available 24/7, with highly trained staff who assisted thousands of individuals in need of crisis intervention, assessment and referrals to community services. The staff at 2-1-1 will continue to provide that warm voice at the other end of the line, the caring assistance to the people of our community... and "Hope when you need it most!" NOW, THEREFORE, BE IT PROCLAIMED BY THE BOARD OF COUNTY COMMISSIONERS, INDIAN RIVER COUNTY, FLORIDA that the week of February 11-17, 2018, be designated as 2-1-1 Awareness Week in Indian River County. The Board urges all citizens to be aware of the only telephone number they need to know to access information and referral to the programs and services in our community that provide assistance in such areas as Health Care, Insurance, Volunteering, Food, Day Care, Mental Health Counseling, Support Groups, Financial Assistance, etc. Adopted this 13th day of February, 2018. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA Peter D. O'Bryan, Chairman Bob Solari, Vice Chairman Susan Adams Joseph E. Flescher Tim Zorc 2 J. C PROCLAMATION DESIGNATING THE WEEK OF FEBRUARY,12-18, 2018 AS FOSTER CARE WEEK WHEREAS, the family, serving as the primary source of love, identity, self-esteem and support, is the very foundation of our communities and our State; and WHEREAS, in Indian River County, there are 29 children in foster care being provided with a safe, secure and stable home along with the compassion and nurture of a foster family; and WHEREAS, all young people in foster care need a meaningful connection to a caring adult who becomes a supportive and lasting presence in their lives; and WHEREAS, foster, kinship and adoptive families, who open their homes and hearts and support children whose families are in crisis, play a vital role in helping children and families heal and reconnect thereby launching young people into successful adulthood; and WHEREAS, dedicated foster families frequently adopt foster children, resulting in a greater need for more foster families, and WHEREAS, there are numerous individuals, public and private organizations who work to increase public awareness of the needs of children in and leaving foster care as well as the enduring and valuable contribution of foster parents, and the foster care "system" is only as good as those who choose to be part of it. NOW, THEREFORE, BE IT PROCLAIMED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA that February 12-18, 2018 be observed in Indian River County as Foster Care Week and urge all citizens to come forward and do something positive that will help change a lifetime for children and youth in foster care. Adopted this 13th day of February, 2018. BOARD OF COUNTY COMMISSIONERS, INDIAN RIVER COUNTY, FLORIDA Peter D. O'Bryan, Chairman Bob Solari, Vice Chairman Susan Adams Joseph E. Flescher Tim Zorc 3 INFORMATIONAL ITEMS FEBRUARY 13, 2018 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM To: Members of the Board of County Commissioners Date: February 1, 2018 Subject: 2018 ELECTION OF ENVIRONMENTAL CONTROL HEARING BOARD (ECHB) CHAIRMAN AND VICE CHAIRMAN From: Misty L. Pursel, Commissioner Assistant, District 1 At the February 1, 2018 Environmental Control Hearing Board (ECHB) meeting, the members voted to elect Dr. Philip Glade as Chairman and Mr. Kevin Rollin as Vice Chairman for 2018. No Board action is required. 4 z� JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 1801 271 Street Vero Beach, FL 32460 & compTRo � Hca roup+' TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY, FINANCE DIRECTOR THRU: JEFFREY R. SMITH, COMPTROLLER DATE: February 1, 2018 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS January 26, 2018 to February 1, 2018 In compliance with Chapter l 36.06, Florida Statutes, all checks and electronic payments issued by the Board of County Commissioners are to be recorded in the Board minutes. Approval is requested for the attached lists of checks and electronic payments, issued by the Comptroller's office, for the time period of January 26, 2018 to February 1, 2018. 5 CHECKS WRITTEN TRANS NRR DATE VENDOR AMOUNT 363109 01/26/2018 KARLPOKRANDT 2,490.00 363110 02/01/2018 ORANGE COUNTY HOUSING & C D 651.73 363111 02/01/2018 VERO BEACH EDGEWOOD PLACE LP 524.00 363112 02/01/2018 GRACES LANDING LTD 9.086.00 363113 02/01/2018 LINDSEY GARDENS LTD 5.988.00 363114 02/01/2018 BRYAN D BLAIS 356.00 363115 02/01/2018 WILLIE C REAGAN 445.00 363116 02/01/2018 RIVER PARK ASSOCIATES LIMITED 14.083.00 363117 02/01/2018 RICHARD C THERIEN 444.00 363118 02/01/2018 CREATIVE CHOICE HOMES XVI LTD 10,236.00 363119 02/01/2018 DAVID YORK 501.00 363120 02/01/2018 ST FRANCIS MANOR OF VERO BEACH 272.00 363121 02/01/2018 CITY OF VERO BEACH 29.00 363122 02/01/2018 TREASURE COAST HOMELESS SERVICES 831.00 363123 02/012018 FLORIDA POWER AND LIGHT 106.00 363124 02/012018 VENETIAN APARTMENTS OF VERO BEACH 390.00 363125 02/012018 PINNACLE GROVE LTD 8.915.00 363126 02/012018 VERO CLUB PARTNERS LTD 9,355.00 363127 02/01/2018 DAVID SPARKS 383.00 363128 02/01/2018 INDIAN RIVER COUNTY HOUSING AUTHORITY 116.00 363129 02/01/2018 INDIAN RIVER COUNTY HOUSING AUTHORITY 336.00 363130 02/01/2018 INDIAN RIVER COUNTY HOUSING AUTHORITY 370.00 363.131 02/012018 INDIAN RIVER COUNTY HOUSING AUTHORITY 551.00 363132 02/012018 INDIAN RIVER COUNTY HOUSING AUTHORITY 567.00 363133 02/01/2018 CRAIG ME.RRILL 1.551.00 363134 02/01/2018 CHRISTINE SALTER 483.00 363135 02/012018 HAGGERTY FAMILY LTD 373.00 363136 02/01/2018 SUNQUEST INC 4,162.00 363137 02/01/2018 THE PALMS AT VERO BEACH 13,643.00 363138 02/01/2018 FELLSMERE COMM ENRICHMENT PROGRAM INC 532.00 363139 02/012018 DAVID CONDON 632.00 363140 02/012018 HILARY MCIVOR 585.00 363141 02/012018 PAULA LANE 450.00 363142 02/012018 PELICAN ISLES LP 8,180.00 363143 02/01/2018 KATE TYSON LYONS 334.00 363144 02/01/2018 SUNCOAST REALTY & RENTAL MGMT LLC 4,493.00 363145 02/01/2018 OAK RIVER PROPERTIES INC 248.00 363146 02/01/2018 SONRISE VILLAS LTD 2,285.00 363147 02/012018 ADINA GOLDMAN 542.00 363148 02/012018 INDIAN RIVER RDA LP 4,735.00 363149 02/012018 RICHARD L DAVENPORT 494.00 363150 02/0120/8 GEORGE THUYNS 565.00 363151 02/012018 LAZY I LLC 1353.00 363152 02/012018 SYLVIA MCNEILL 719.00 363153 02/012018 SKOKIE HOLDINGS INC 704.00 363154 02/01/2018 ROGER WINSLOW 492.00 363155 02/012018 OSLO VALLEY PROPERTIES INC 185.00 363156 02/01/2018 SAID S MOOBARK 1,317.00 363157 02/412018 OSCEOLA COUNTY SECTION 8 764.73 363158 02/012018 LINDSEY GARDENS 11 LTD 5.133.00 363159 02/012018 ANTHONY ARROYO 683.00 363160 02/01/2018 AHS HOLDINGS GROUP LLC 2,981.00 363161 02/012018 DANIEL CORY MARTIN 732.00 363162 02/01/2018 YVONNE KOUTSOFIOS 358.00 363163 02/01/2018 ALAN R TOKAR 613.00 363164 02/01/2018 VERO BEACH VILLAS I LLC 462.00 363165 02/0120/8 BRIAN E GALLAGHER 540.00 363166 02/01/2018 HOUSING AUTHORITY 766.73 TRANS .NBR DATE VENDOR AMOUNT 363167 02/01/2018 STEPHANIE WATCHEK FOUNTAIN TRUST 243.00 363168 02/01/2018 SCOT WILKE 501.00 363169 02/01/2018 J & K PALMER ENTERPRISES LLC 191.00 363170 02/01/201.8 THEODORE BARTOSIEWICZ 505.00 363171 02/01/2018 FOUNDATION FOR AFFORDABLE RENTAL 20,576.00 363172 02/01/2018 RICHARD KUSSEROW 573.00 363173 02/01/2018 ARE JAY INVESTMENTS OF INDIAN RIVER COUNTY Ili 469.00 363174 02/01/2018 SONRISE VILLAS II LLC 591.00 363175 02/01/2018 JOHN T STANLEY 785.00 363176 02/01/2018 CSMA SFR HOLDINGS Il -LLC 686.00 363177 02/01/2018 WEDGEWOOD RENTALS LLC 1,575.00 363178 02/01/2018 ALMA LUCKETT 852.00 363179 02/01/2018 LIVE OAKS REALTY INC 570.00 363180 02/01/2018 IBIS GARDENS APTS LLC 475.00 - 363181 02/01/2018 MCLAUGHLIN PROPERTIES LLC 1,104.00 363182 02/01/2018 JOYCE BODAN7_A 552.00 363183 02/01/2018 MYRIAM MELENDEZ 460.00 363184 02/01/2018 WATSON REALTY GROUP 3,932.00 363185 02/01/2018 CLEMENTS PEST CONTROL 1,135.00 363186 02/01/2018 PORT CONSOLIDATED INC 59,030.84 363187 02/01/2018 GUARDIAN EQUIPMENT INC 14,100.02 363188 02/01/2018 JORDAN MOWER INC 736.96 363189 02/01/2018 COMMUNICATIONS INTERNATIONAL 318.75 363190 02/01/2018 TEN -8 FIRE EQUIPMENT INC 2,322.31 363191 02/01/2018 RANGER CONSTRUCTION IND INC 646.10 363192 02/01/2018 VERO CHEMICAL. DISTRIBUTORS INC 416.00 363193 02/01/2018 RICOH USA INC 411.82 363194 02/01/2018 R.ICOH USA INC 17.30 363195 02/01/2018 CHISHOLM CORP OF VERO 23.90 363196 02/01/2018 VELDE FORD INC 144.76 363197 02/01/2018 SAFETY PRODUCTS INC 516.91 363198 02/01/2018 BRENDADICKHART 117.00 363199 02/01/2018 DELTA SUPPLY CO 29.07 363200 02/01/2018 GRAINGER 173.51 363201 02/01/2018 GENES AUTO GLASS INC 280.00 363202 02/01/2018 REPUBLIC SERVICES INC 247,507.81 363203 02/01/2018 HERITAGE BOOKS INC 373.00 363204 02/01/2018 AMERIGAS EAGLE PROPANE LP 1,226.02 363205 02/01/2018 AMERIGAS EAGLE PROPANE I.P 2,406.83 363206 02/01/2018 GAYLORD BROTHERS INC 470.24 363207 02/01/2018 LFI FORT PIERCE INC 3,626.46 363208 02/01/2018 CLIFF BERRY INC 595.25 363209 02/01/2018 ECOTECH CONSULTANTS INC 4,719.00 363210 02/01/2018 VERO INDUSTRIAL SUPPLY INC 331.70 363211 02/01/2018 TIRESOLES OF BROWARD INC 2.126.67 363212 02/01/2018 DELL MARKETING LP 3,972.87 363213 02/01/2018 THE GOODYEAR TIRE & RUBBER COMPANY 2,095.08 363214 02/01/2018 BLAKESLEE SERVICES INC 760.00 363215 02/01/2018 BAKER & TAYLOR INC 10,371.27 363216 02/01/2018 MIDWEST TAPE LLC 1,546.96 363217 02/01/2018 MICROMARKETING LLC 224.05 363218 02/01/2018 BAKER DISTRIBUTING CO LLC 33.36 363219 02/01/2018 CENGAGE LEARNING INC 759.43 363220 02/01/2018 PENWORTHY COMPANY 862.04 363221 02/01/2018 GO COASTAL INC 439.48 363222 02/0112018 SOFTWARE HARDWARE INTEGRATION 328.00 363223 02/01/2018 TINDALE-OLIVER & ASSOCIATES INC 19,226.00 363224 02/01/2018 PST SERVICES 1NC 33,360.59 363225 02/01/2018 CLERK OF CIRCUIT COURT 1,396.65 363226 02/01/2018 CITY OF VERO BEACH 21,635.96 2 7 TRANS NBR DATE VENDOR AMOUNT 363227 02/01/2018 CITY OF VERO BEACH 569.01 363228 02/01/2018 INDIAN RIVER ALL FAB INC 1,422.30 363229 02/01/2018 AT&T 19.00 363230 02/01/2018 FERGUSON ENTERPRISES INC 15.819.58 363231 02/01/2018 NAN MCKAY AND ASSOCIATES INC 199.00 363232 02/01/2018 LIVINGSTON PAGE 162.00 363233 02/01/2018 PUBLIX SUPERMARKETS 61.94 363234 02/01/2018 PUBLIX SUPERMARKETS 13.94 363235 02/01/2018 PUBLIX SUPERMARKETS 58.44 363236 02/01/2018 PUBLIX SUPERMARKETS 14.16 363237 02/01/2018 ACUSHNET COMPANY 87.15 363238 02/01/2018 GEOSYNTEC CONSULTANTS INC 17,668.79 363239 02/01/2018 JOHN KING 36.00 363240 02/01/2018 CALLAWAY GOLF SALES COMPANY 4,028.12 363241 02/01/2018 FLORIDA' POWER AND LIGHT 16,788.24 363242 02/01/2018 FLORIDA POWER. AND LIGHT 20,395.89 363243 02/01/2018 PHILLIP J MATSON 40.00 363244 02/01/2018 TAYLOR MADE GOLF CO INC 882.23 363245 02/01/2018 WASTE MANAGEMENT INC 374,747.21 363246 02/01/2018 SUNSHINE STATE ONE CALL OF FL INC 1,264.17 363247 02/01/2018 NOTARY PUBLIC UNDERWRITERS INC 105.00 363248 02/01/2018 BE SAFE SECURITY ALARMS INC 239.70 363249 02/01/2018 MYLES BROWN 126.00 363250 02/01/2018 HENRY SMITH 216.00 363251 02/01/2018 DOUBLETREE HOTEL 462.00 363252 02/0I/2018 G K ENVIRONMENTAL INC 3,900.00 363253 02/01/2018 RENAISSANCE ORLANDO RESORT 720.00 363254 02/01/2018 DEWARD HOWARD 650.00 363255 02/01/2018 PINNACLE GROVE LTD 500.00 363256 02/01/2018 SCOTT SEELEY 388.66 363257 02/01/2018 SYMBIONT SERVICE CORP 52,765.00 363258 02/01/2018 BRIDGESTONE AMERICAS INC 1,802.11 363259 02/01/2018 ARCAD.IS U S INC 29,465.46 363260 02/01/2018 FLORIDA SECTION IMSA 880.00 363261 02/01/2018 RUSSELL PAYNE INC 2,858.52 363262 02/01/2018 TRANE US INC 16,623.17 363263 02/01/2018 CELICO PARTNERSHIP 224.31 363264 02/01/2018 CINDY CORRENTE 23.85 363265 02/01/2018 VAN WAL INC 138.00 363266 02/01/2018 SYNAGRO-WWT INC 69,708.41 363267 02/01/2018 NATIONAL NOTARY ASSOCIATION 195.00 363268 02/01/2018 FASTENAL COMPANY 48.64 363269 02/01/2018 OCLC ONLINE COMPUTER LIBRARY CENTER 437.01 363270 02/01/2018 MBV ENGINEERING INC 17,6I3.50 363271 02/01/2018 CENTRAL PUMP & SUPPLY INC 100.00 363272 02/01/2018 NATIONAL ASSOCIATION OF HOUSING AND 1,070.00 363273 02/01/2018 STAPLES CONTRACT & COMMERCIAL INC 1,325.79 363274 02/01/2018 GLOVER OIL COMPANY INC 18,842.15 363275 02/01/2018 GARY L EMBREY 234.00 363276 02/01/2018 LARRY STEPHENS 234.00 363277 02/01/2018 SUNCOAST REALTY & RENTAL MGMT LLC 500.00 363278 02/01/2018 SESAC INC 1,357.00 363279 02/01/2018 JOHNNY B SMITH 342.00 363280 02/01/2018 MOORE MEDICAL LLC 299.22 363281 02/01/2018 AQUA -AEROBIC SYSTEMS INC 50,187.11 363282 02/01/2018 GUARDIAN COMMUNITY RESOURCE MANAGEMENT 1,000.00 363283 02/01/2018 FLUID CONTROL SPECIALTIES INC 3,736.48 363284 02/01/2018 TREASURE COAST FOOD BANK INC 194.94 363285 02/01/2018 FLEETBOSS G P S INC. 8,805.30 363286 02/01/2018 WELLS FARGO BANK NA 32.32 TRANS NBR DATE VENDOR AMOUNT 363287 0210]n-018 NICOLACE MARKETING INC 5,245.00 363288 02/01/2018 WINSUPPLY OF VERO BEACH 2,884.12 363289 02/01/2018 FEED THE LAMBS ENRICHMENT PROGRAM INC 2,500.00 3632.90 02/01/2018 VERA SMITH 108.00 363291 02/01/2018 GARRETT SMITH 216.00 363292 02101/2018 ATLANTIC COASTAL LAND TITLE CO LLC 205.00 363293 02/01/2018 TREASURE COAST MOTOR CYCLE CENTER INC 268.90 363294 02/01/2018 D R HORTON INC 218.20 363295 02/01/2018 FLORI:DAARMATURE WORKS INC 3.769.15 363296 02/01/2018 SYN -TECH SYSTEMS INC 472.00. 363297 02/01/2018 FLORIDA COAST EQUIPMENT INC 310.16 363298 02/01/2018 OVERDRIVE INC 6,489.96 363299 02/01/2018 MOORE MOTORS INC 1,239.89 363300 02101/2018 REPROGRAPHIC SOLUTIONS INC 21.84 363301 02/01/2018 LOWES HOME CENTERS INC 1,810.27 363302 02101/2018 RAFTELIS FINANCIAL CONSULTANTS INC 2.471.50 363303 02/01/2018 RAFTELIS FINANCIAL CONSULTANTS INC 7,562.07 363304 02101/2018 CARDINAL HEALTH I10INC 2,262.60 363305 02/01/2018 TRV ADVERTISTING & MARKETING INC 720.00 363306 02/01/2018 SS GRAPHICS INC 729.70 363307 02/01/2018 BURNETT LIME CO INC 6,371.40 363308 02/01/2018 LEARNING ALLIANCE 17,250.05 363309 02/01/2018 PENGUIN RANDOM HOUSE LLC 787.50 363310 02101/2018 CARMEN LEWIS 766.00 363311 02/01/2018 STRAIGHT OAK LLC 55.45 363312 02101/2018 DEBORAH CUEVAS 90.00 363313 02!01/2018 KATE P COTNER 38634 363314 02/01/2018 RICHIE THE ROOFER & COMPANY INC 500.00 363315 02/01/2018 TRAVIS PARILLO 90.13 363316 02/012018 BERNARD EGAN & COMPANY 25,350.00 363317 02/01/2018 INTEGRITY.LAWNS LLC 875.00 363318 02/012018 REBECCA HALL 300.00 363319 02/012018 FLORITURF SOD INC 328.00 363320 02/01/2018 ENCORE ONE LLC 1,083.87 363321 02/012018 RED THE UNIFORM TAILOR 6,130.17 363322 02/01/2018 UNIFIRST CORPORATION 1.518.32 363323 02/01/2018 SONRISE VILLAS II LLC 484.92 363324 02101/2018 CDA SOLUTIONS INC 548.19 363325 02/01/2018 SCHUMACHERAUTOMOTIVE DELRAY LLC 209.19 363326 02/01/2018 SITEONE LANDSCAPE SUPPLY LLC 319.14 363327 02/012018 GOTTA GO GREEN ENTERPISES INC 22434 363328 02/01/2018 HYDROMAX USA LLC 9,635.00 363329 02!01/2018 ADVANCE STORES COMPANY INCORPORATED 135.08 363330 02/01/2018 ADVANCE STORES COMPANY INCORPORATED 239.19 363331 02/01/2018 PATRIOT PRODUCTIONS LLC 250.00 363332 02/01/2018 MONOPRICE .INC 2,946.90 363333 02/01/2018 NWI RECYCLING INC 3,853.80 363334 02/01/2018 RECYCLE ACROSS AMERICA 216.00 363335 02/01/2018 MATHESON TRI -GAS INC 7,556.25 363336 02/01/2018 PEOPLE READY INC 12,378.72 363337 02/01/2018 ADM VENTURES INC 472.50 363338 02/012018 COLE AUTO SUPPLY INC 3,283.38 363339 02/01/2018 PUCHSTEN PROMOTIONS LLC 404.86 363340 02/01/2018 RHOADES AIR & HEAT 4364.00 363341 02/01/2018 MARJSA ALEXANDER 40.00 363342 02/01/2018 FORERUNNER TECHNOLOGIES INC 5,140.00 363343 02/01/2018 KIMBERLY RICCIARDONE 90.00 363344 02/01/2018 OZARK MA.RTERIALS LLC 25,944.00 363345 02/012018 BETH NOLAN 265.00 363346 02/01/2018 THOMAS R PILIERO 198.00 9 4 TRANS NBR DATE V.ENDO:R AMOUNT 363347 02/01/2018 NESTLE WATERS NORTH AMERICA 35.88 363348 02/01/2018 ARBOR ONE FLCA 151.686.17 363349 02/01/2018 CORE & MAIN LP 24,583.71 363350 02/01/2018 ERIC SKALA 108.00 363351 02/01/2018 STEWART MATERIALS LLC 2,815.50 363352 02/01/2018 GOMEZ BROTHERS IRRIGATION LLC 1,905.00 363353 02/01/2018 RECYCLE AWAY LLC 88.95 363354 02/01/2018 UNIVERSAL PUBLIC. PROCUREMENT 225.00 363355 02/01/2018 SMITHCO WEST PALM BEACH INC 690.00 363356 02/01/2018 WALTER L & LINDA S NEWBERRY 500.00 363357 02/01/2018 WILLIAM A SCHNEIDER 72.00 363358 02/01/2018 TRACEY WELLMAKER 70.00 363359 02/01/2018 RENEE MANSFIELD DVM 15.00 363360 02/01/2018 TIMOTHY J LACHANCE 15.00 363361 02/01/2018 JONATHAN GAMEZ 158.50 363362 02/01/2018 SUZANNE KARR 35.00 363363 02/01/2018 THERNELL MILLS 126.00 363364 02/01/2018 EVANGELINE SCHOBER 44.00 Grand Total: 1,710,957.74 10 ELECTRONIC PAYMENT - VISA CARD TRANS. NRR DATE VENDOR AMOUNT 1012740 01!29/2018 EVERGLADES FARM EQUIPMENT CO INC 91897 1012741 01/29/2018 HENRY SCHEININC 1,098.54 1012742 01/29/2018 COLD AIR DISTRIBUTORS WAREHOUSE 365.54 1012743 01/29/2018 SUB AQUATICS INC 88.80 1012744 01/29/2018 INDIAN RIVER BATTERY 101.65 1012745 01/29/2018 INDIAN RIVER OXYGEN INC 1,157.50 1012746 01/29/2018 DEMCOINC 1,760.13 1012747 01/29/2018 SMITH BROTHERS CONTRACTING EQUIP 169.00 1012748 01/29/2018 MEEKS PLUMBING INC 512.50 1012749 01/29!2018 ALLIED UNIVERSAL CORP 5,074.62 1012750 01/29!2018 COMPLETE ELECTRIC INC 125.00 1012751 0112912018 METRO FIRE PROTECTION SERVICES INC 101.00 1012752 01/29/2018 CONSOLIDATED. ELECTRICAL DISTRIBUTORS INC 53.34 1012753 01/29/2018 AUTO PARTNERS LLC 521.32 1012754 01/29/2018 L&L DISTRIBUTORS 377.06 1012755 01/292018 ENVIRONMENTAL CONSERVATION LABORATORIES IN 1,556.00 1012756 01/29/2018 CM&S INDUSTRIES INC 552.00 1012757 010-9/2018 JDA SYSTEMS 4,770.00 1012758 011292018 FILTRATION GROUP CORPORATION 128.28 1012759 01/292018 NEXAIR LLC 13.72 1012760 01/312018 EVERGLADES FARM EQUIPMENT CO INC 1,653.18 1012761 01/311/2018 COLKITT SHEET METAL & A/C INC 785.00 1012762 01/312018 HENRY SCHEIN INC 1,728.88 1012763 01/312018 NORTH SOUTH SUPPLY INC 96.48 1012764 01/31/2018 INDIAN RIVER BATTERY 1.125.70 1012765 01/31/2018 DEMCOINC 3,687.93 1012766 01/31/2018 APPLE INDUSTRIAL SUPPLY CO 252.15 1012767 01/312018 GALLS LLC 278.57 1012768 01/31/2018 ABCO GARAGE DOOR CO INC 8,110.00 1012769 01/31/2018 ALLIED UNIVERSAL CORP 5.084.77 1012770 01/31/2018 SOUTHERN COMPUTER WAREHOUSE 163.62 1012771 01/31/2018 APPLE MACHINE & SUPPLY CO 205.50 1012772 01/31/2018 TOTAL TRUCK PARTS INC 692.13 1012773 01/312018 COMO OIL COMPANY OF FLORIDA 279.09 1012774 01/312018 STRYKER SALES CORP 14.400.80 1012775 01/312018 SHRIEVE CHEMICAL CO 2,322.18 1012776 01/312018 SOUTHERN JANITOR SUPPLY INC 493.17 1012777 01/312018 METRO FIRE PROTECTION SERVICES INC 1,314.45 1012778 01/312018 CONSOLIDATED ELECTRICAL DISTRIBUTORS INC 233.81 1012779 01/312018 L&LDISTRIBUTORS 1,081.37 1012780 01/312018 PACE ANALYTICAL SERVICES INC 72.00 1012781 01/312018 CM&S INDUSTRIES INC 900.00 Grand Total: 64,405.75 11 ELECTRONIC PAYMENTS - WIRE & ACH TRANS NBR DATE VENDOR AMOUNT 5687 01/26/2018 CDM SMITH INC 162,260.38 5688 01/26/2018 RUSSELL PAYNE INC 109,020.35 5689 01/26/2018 IRC CHAMBER OF COMMERCE 23,012.74 5690 01/26/2018 IRC CHAMBER OF COMMERCE 4,817.87 5691 01/26/2018 INTEGRITY LAWNS LLC 875.00 5692 01/26/2018 NATIONWIDE SOLUTIONS RETIREMENT INC 3,366.28 5693 01/26/2018 NATIONWIDE SOLUTIONS RETIREMENT INC 49,083.21 5694 01/26/2018 TEAMSTERS LOCAL UNION #769 5,445.00 5695 01126/2018 IRC FIRE FIGHTERS ASSOC 7,170.00 5696 01126/2018 VEROTOWN LLC 18,494.20 5697 01/29/2018 IRS -PAYROLL TAXES 423.291.61 5698 01/29/2018 FL SDU 6,122.48 5699 01/30/2018 C E R SIGNATURE CLEANING 15,410.00 5700 01/31/2018 PIERCE MANUFACTURING INC 509,727.00 5701 01/31/2018 IRS -PAYROLL TAXES 366.14 5702 01/31/2018 NATIONWIDE SOLUTIONS RETIREMENT INC 7,396.18 5703 02/01/2018 INDIAN RIVER COUNTY SUPERVISOR OF ELECTIONS 89,137.84 5704 02/01/2018 CLERK OF CIRCUIT COURT 84,440.41 5705 02/01/2018 INDIAN RIVER COUNTY SHERIFF 3,799,931.31 5706 02/01/2018 ST LUCIE BATTERY & TIRE CO 1,000.00 5707 02/01/2018 CDM SMITH INC 120,494.72 5708 02/01/2018 KIMLEY HORN & ASSOC INC 2.314.00 P -CARD 02/01/2018 TD BANK, N.A. 32,399.62 Grand Total: 5,475,576.34 12 INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Assistant County Administrator / Department of General Services Date: January 30, 2018 To: The Honorable Board of County Commissioners Through: Jason E. Brown, County Administrator Michael C. Zito, Assistant County Administrator From: Brad Bernauer, Human Services Director Subject: Children's Services Advisory Committee's Annual Report, FY 2016-17 DESCRIPTIONS AND CONDITIONS: The Children's Services Advisory Committee met on January 29, 2018 and approved the 2016-17 annual report. The Annual Report supplies the following information: • Names of members of the Children's Services Advisory Committee, the Grant Review Subcommittee and Needs Assessment Subcommittee • An overview of the history, mission and goals of the committee • Changes that have occurred during the year • A synopsis of funds expended • A report on each agency and program, including the number of children served and the cost per child • Grant funds received and amount of funds expended • Progress towards goals set in the grant application • The total number of children served FUNDING: No funding is required for acceptance of annual report. RECOMMENDATION: Staff recommends that the Board accept the Children's Services Advisory Committee Annual Report for October 1, 2016 — September 30, 2017, as submitted. ATTACHMENT: Children's Services Advisory Committee's Annual Report (2016-17). APPROVED AGENDA ITEM FOR FEBRUARY 13, 2018 C:\Users\legistar\AppData\L.ocal\Temp\BCL Technologies\easyPDF 8\@BCL@8COD7FA4\@BCL@8COD7FA4.doc 13 CONSENT AGENDA BCC Meeting 0211312018 Date: January 30, 2018 To: The Honorable Board of County Commissioners Through: Jason E. Brown, County Administrator Michael C. Zito, Assistant County Administrator From: Brad Bernauer, Human Services Director Subject: Children's Services Advisory Committee's Annual Report, FY 2016-17 DESCRIPTIONS AND CONDITIONS: The Children's Services Advisory Committee met on January 29, 2018 and approved the 2016-17 annual report. The Annual Report supplies the following information: • Names of members of the Children's Services Advisory Committee, the Grant Review Subcommittee and Needs Assessment Subcommittee • An overview of the history, mission and goals of the committee • Changes that have occurred during the year • A synopsis of funds expended • A report on each agency and program, including the number of children served and the cost per child • Grant funds received and amount of funds expended • Progress towards goals set in the grant application • The total number of children served FUNDING: No funding is required for acceptance of annual report. RECOMMENDATION: Staff recommends that the Board accept the Children's Services Advisory Committee Annual Report for October 1, 2016 — September 30, 2017, as submitted. ATTACHMENT: Children's Services Advisory Committee's Annual Report (2016-17). APPROVED AGENDA ITEM FOR FEBRUARY 13, 2018 C:\Users\legistar\AppData\L.ocal\Temp\BCL Technologies\easyPDF 8\@BCL@8COD7FA4\@BCL@8COD7FA4.doc 13 INDIAN RIVER COUNTY CHILDREN'S SERVICES ADVISORY COMMITTEE ANNUAL REPORT October 1, 2016 -September 30, 2017 "Healthy Children in a Healthy Community" Children's Services Advisory Committee of Indian River County Department of Human Services 1801 27th Street Vero Beach, Florida 32960 -1- 14 jI]_; 3 Children's Services Advisory Committee Members .................................... 3 Staff................................................................................................ 3 Sub -Committees Members............................................................ ... 3 Mission.......................................................................................... 4 Vision............................................................................................. 4 History.......................................................................................... 4 Funding....................................................................................... 4 Accountability................................................................................. 4 Collaboration.................................................................................... 5 Purpose.......................................................................................... 5 Needs Assessment........................................................................... 5 Advisory Committee and Sub -Committees ............................................. 5 Process.......................................................................................... 6 Overarching Goals........................................................................... 6 Agencies Funded for 2016 -17 ........................................................... 7 Needs Assessment......................................................................... 8 2016-2017 Programs........................................................................ 9-49 -2- 15 CHILDREN'S SERVICES ADVISORY COMMITTEE MEMBERS Peter O'Bryan, County Commissioner Victoria Griffin, Judge, 19th Circuit Miranda Hawker, Chairperson Dr. Mark Rendell Robert McPartlan Sheriff Daryl Loar Caryn Toole Kip Jacoby Paul Tanner Hope Woodhouse Judy Jones Michelle Falls Paul Reeves STAFF Brad Bernauer, Director Human Services NEEDS ASSESSMENT SUB -COMMITTEE Hope Woodhouse, Chairperson Michael Kint Bob Schlitt Jr. Sargent Ladell Young Julie Risedorf Jackie Warrior PhD GRANT REVIEW & PROGRAM SUB -COMMITTEE Kip Jacoby, Chairperson Tony Consalo Caryn Toole Susan Blaxill-Deal Robert Johnson Julie T Risedorf Michelle Falls Bob Schlitt Hope Woodhouse -3- 16 CHILDREN'S SERVICES ADVISORY COMMITTEE The objective of the Children's Services Advisory Committee, working as an advisory committee to the Indian River County Commissioners, is to give Indian River County children, age 0-17, the opportunity to grow up as "Healthy Children in a Healthy Community". The term "healthy" encompasses the socioeconomic, physical, environmental, educational and behavioral aspects of a child's life. It is also the objective to recommend a unified system of planning and delivery, within which children's needs can be identified, targeted, evaluated and addressed by Children's Services Advisory Committee, through the Board of County Commissioners. MISSION The mission of Children's Services Advisory Committee is to facilitate and coordinate the planning and development of an effective and collaborative health and human services delivery system to meet the needs of children of Indian River County. The Children's Services Advisory Committee strongly supports cultural diversity and encourages its funded programs to demonstrate the inclusion of all children and families in program development and implementation. VISION The efforts of the Children's Services Advisory Committee will insure the development of a shared vision for the health and human services delivery system in Indian River County, enabling funding sources and providers to define the performance of their roles in a dynamically changing environment. HISTORY County Ordinance #99-01 updated the Children's Services Advisory Committee on January 19, 1999. The ordinance was patterned after FL125.901, which seeks to provide an organized framework for developmental, treatment and rehabilitative services for children. FUNDING October 1,2016 -September 30, 2017 the Board of County Commissioners has authorized funding in the amount of $1,051,965. The program is funded through a payment of (up to) 0.125 mil of Ad Valorem Property Taxes. ACCOUNTABILITY The Children's Services Advisory Committee is an advisory committee that is accountable to, and functions under, the direction of, Indian River County Commissioners through the Department of Human Services. The Committee is comprised of a voluntary body, appointed by the Board of County Commissioners, which carefully monitors program costs, to provide maximum benefit from the taxpayer's dollars with minimal overhead costs. Also, the committee is authorized to seek grants from State and Federal agencies, and accept donations from public and private sources. -4- 17 COLLABORATION Children's Services Advisory Committee was established as a collaborative entity with linkage to agencies and providers of children's services. It seeks to provide a unified system, without duplication of existing services. It is the policy of the Indian River County Board of Commissioners to work in a cooperative venture with (but not limited to) such entities as the United Way, for profit and not -for profit organizations, municipalities within Indian River County, the Indian River County School District and all public agencies. PURPOSE The Children's Services Advisory Committee determined that there are children in Indian River County who have very few, or no, resources to succeed to adulthood in a safe, healthy, and productive manner. Also, family involvement must be an integral part of the program requirements, because a family in crisis produces a child in crisis. The purpose of this project is to increase the quality of resources that are important to the community. This is accomplished by a variety of strategies. "Gaps" in services provided are pinpointed and eliminated by establishing and funding new programs. Overcrowded programs are expanded and services supplemented. Effort is taken to locate children and families who may be "slipping through the cracks" of those assistance programs already being provided. In this way the Children's Services Advisory Committee serves Indian River County by providing, or continuing to provide, improved services. NEEDS ASSESSMENT During this reporting period the Children's Services Needs Assessment Sub -Committee using the countywide needs assessment of the current social, health and public safety services in Indian River County, established the Focus of Needs for 2016-17 which are as follows: • Early Childhood Development • Build Parent Capacity • Out of School recreational activities and enrichment programs • Middle & High School programs that address risky behavior ADVISORY COMMITTEE AND SUB -COMMITTEES All committee members and sub -committee members serve in a voluntary capacity. These members include, but are not limited to, member(s) of an Indian River County Commissioner, the Superintendent of Schools, a representative of law enforcement, a County Judge, the Administrator of the Department of Health, and a representative of the Department of Children & Families. There are also members who serve as representatives from the community. PROCESS The Needs Assessment and Planning Sub -Committee begin the process assessing areas of Indian River County that demonstrate a need and warrant further study. The Children's Services Advisory Committee reviews the reports of both sub -committees. This report has been titled "The Children's Services Plan". -5- 18 The Grant Review Sub -Committee advertises an application, titled "Request for Proposal" through the Indian River County Purchasing Department. The request for proposal is advertised in the Indian River County newspapers for all qualified organizations to respond; and agencies known to provide services to Indian River County children are also mailed the Request For Proposal. In the course of the year Staff encourages all area agencies to respond to the Request for Proposal. Upon receipt of the applications the Grant Review Sub -Committee screens these applications, interviews the applicants, and recommends funding to the Children's Services Advisory Committee. The Children's Services Advisory Committee then makes a recommendation to the Indian River County Board of Commissioners regarding the next fiscal year's funding. The program applications are considered one time a year only. The Board of County Commissioners has final approval of tax dollars spent for Children's Services. OVER - ARCHING GOALS The committee recognizes the need to emphasize improving existing systems, encouraging collaboration among service providers, promoting research based assessment, encouraging innovation, and facilitating greater feedback from stakeholders, professionals, and the community. Primary prevention and early intervention efforts will be prioritized as a continuum of care. Requests for proposals (RFP) must be targeted to meet the needs identified. Provide the children of Indian River County the skills and experiences necessary to succeed to adulthood in a safe, healthy, and productive manner. Support caregivers (parents) — a child's most important resource — to be and do what is needed to prepare and guide children to adulthood in a safe, healthy, and productive manner. -6- 19 The Board of County Commissioners funded 16 agencies and 26 programs during the 2016- 2017 fiscal year. Agency Name Program Name Funded Big Brothers & Big Sisters of IRC Children of Promise $15,000 Passport to Literacy $50,000 Boys & Girls Club of IRC Vero, Sebastian, Fellsmere Clubs $30,000 Catholic Charities Samaritan Center $29,000 Child Care Resources of IRC Children in Centers $170,000 Psychological Services $6,600 Professional Development $24,300 Dasie Bridgewater Daisy Hope Center $35,000 Exchange Club Castle Safe Families $70,000 Strengthening Families $49,065 GYAC Youth & Family Guidance $35,000 Giving Kidz A Chance Healthy Families $20,000 T L C $12,000 Healthy Start Belly Beautiful $6,000 Parent as Teachers $30,000 Youth Guidance Mentoring and Activities $15,000 Substance Abuse Council Life Skills $80,000 ReDirect $100,000 Gifford Youth Orchestra Orchestra $10,000 Education Foundation Step into Kindergarten $130,000 Learning Alliance Reading Rocket $40,000 Crossover Mission Crossover Mission $45,000 Feed the Lambs Afterschool & summer $10,000 Pelican Island- Audubon Overcoming Nature Deficit $20,000 Striving 4 Success S T E M $10,000 Willis Sports Dodger's Baseball $10,000 TOTAL $1,051,965 During the fiscal year of 2016-17 there were 10,570 children served. The total actual dollars spent was $1,033,763. The cost per child was only $97.80. This year an additional 2,478 children were served. Also, over 800 adults were also served. -7- 20 CHILDREN'S SERVICES ADVISORY COMMITTEE PROGRAMS 2016-17 Program Descriptions. Each program funded in 2016-17 funding year has two descriptions, the Taxonomy Description and a general description. The Taxonomy description is from the Taxonomy of Human Services, a standardized national classification system that indexes community resources based on the services they provide and the target populations they serve. The Taxonomy Description eliminates duplication of services issues. For the purposes of brevity the secondary Taxonomy Description has been shortened. The general description adds information specific to each program. Cost Per Child: Children's Services Advisory Committee funds a wide variety of programs addressing a wider variety of needs in Indian River County. Therefore, it should be understood that the following variables affect the average cost per child. Some programs are provided for individuals, others are for groups. Some programs require highly trained professionals, while other can utilize volunteers. Some programs are residential or home visit programs; while others are day programs. Some of the programs are single source funding and others are shared funding. Some programs are for one occurrence, while others serve a one child the entire school year. -8- 21 Pelican Island Audubon Society P O Box 1833 Vero Beach, FL 32961 After School Program: Overcoming Nature -Deficit Disorder Grant $20,000 Funds used $20,000 (100% ) Total Children Served (Year to Date) 96 Cost per Child:$208.33 Focus Area addressed: Program to combat nature deficit disorder thru Lagoon Science Afterschool Education program Taxonomy number: B04.03 After-school Enrichment & CO2 Environmental Education Program Description: Audubon Advocates Afterschool Science Outdoor Education Program works to combat nature deficit disorder for 5t' graders from four Title 1 South Indian River County Schools, tuition free, providing transportation to and from the Audubon House. In September, we began our second school year at the Audubon House; by serving up to 96 students in the 12 week sessions (Sept -Dec. & Jan- May); expanding to serve twice as many students, as our pilot year. Collaboration: Our collaboration with Indian River School district included a donated used school bus, and four select school based teachers that provided continuity for the students. The four school principals endorsed the program and continued to provide support throughout the school year. Pelican Island Audubon Society was fortunate to have volunteer scientists from OF FMEL and from PIAS. The collaboration with AFLOC terminated midterm as AFLOC dissolved (However, continuity remained as we absorbed their staff). The Audubon House Nature Center was the home base for the program which included: wading in the lagoon mangroves- nursery of the ocean; blood suckers all around us, how to journal, sketch like a professional, Hammock & Scrub habitat, with field trips to the wastewater treatment plant for bird watching and identification, and learning to kayak on the Indian River Lagoon observing and documenting oyster beds, and free play. Goal and Outcomes: Goal 1: Expand after school science program for 5h graders: Increase 5h grade student participation in our accessible after-school science exploration program up from our current enrollment (2015-16, 48 students) by 50%. These four schools serve largely disadvantaged student populations (84% of student population).This program will result in an increase in student's knowledge and understanding of science concepts, will promote conservation and stewardship activities, change student attitudes, and behavior, and result in an overall positive impact on student's mental and physical health, as reflected in their confidence, self-esteem, creativity, curiosity and overall enjoyment of being outdoors. Result: 96 students attended the program and 94 attended Audubon Advocates Graduation. Science grades increased by one grade level at the end of the student advocates 12 week course. The students self-reported that they felt more comfortable about being outdoors and their activities of exercise increased by 50%. This was followed up by staff calling parents and personal interviews; stating the same results. -9- 22 The pre and post tests showed that all 94 students gained knowledge and understanding of science concepts Several of the students started conservation efforts at their schools; i.e. "Ride your bike to school one day a week program", " Recycling your school papers", "Picking up your dogs' Poop", and weekly announcements over the PA system. The students' journals built on their weekly knowledge and their sentence structure and vocabulary improved; however; continued to be of concern. The Audubon Advocates average length of time spent in the after-school science exploration program was 30 hours. This goal was met. Big Brothers Big Sisters of Indian River County Passport to Early Literacy Grant: $ 50,000 Funds Used as of 9/30/17- $50,000 Total Children Served as of 9/30/17: 99 Total Adults Served as of 9/30/17: 48 Taxonomy #: PHI 800.800 Program Description: (3-5 Lines) This community-based program provides one-on-one mentoring and tutoring focusing on emergent literacy skills and social/emotional development of VPK children whose family member(s) are living in poverty. It is also building parent capacity through monthly parent training and three experiential community trips. Comment/2016-2017 Monitoring: (7-10 Lines) This program has hosted 15 of the 15 planned family literacy nights and 4 of the 4 planned experiential trips. The final trip was on April 22"d to the Vero Beach Museum of Art. Based on sign in sheets, there were a total of 552 participants in these events. Several families attended all events and many have attended at least two. Of the individual centers, 60% of students and families attended at least one event (48 out f 81). If families could not attend the sessions, they still received the materials from the VPK center or from program staff who were available to pass out materials during pick up and drop off times. GOALS/OUTCOMES REPORT Outcome #1: 80% of youth who have participated in VPK Mentoring for five months or more, will meet or exceed expectations on the phonological awareness, print knowledge and oral language/vocabulary domains of the Florida VPK Assessment by June, 2016. Progress - End of the year data at the centers showed the following per center/per domain: Phonological Awareness: Average- 91% Meeting or exceeding Cradles- 89% Meeting or exceeding _10— .23 Bridges -97% Meeting or exceeding Indian River Academy- 88% Meeting or exceeding Print Knowledge: Average- 79% Meeting or exceeding Cradles- 67% Meeting or exceeding Bridges -83% Meeting or exceeding Indian River Academy- 88% Meeting or exceeding Oral LanguageNocabulary: Average - 89% Meeting or exceeding Cradles- 85% Meeting or exceeding Bridges- 94% Meeting or exceeding Indian River Academy- 88% Meeting or exceeding During the summer, members served a class of 18 rising VPK students through Bridges Early Learning Center. Members used a condensed summer curriculum to focus on name recognition and letter recognition and began building rapport with the students they would be serving at Bridges in the Fall. Those students represent 18 of the 33 we began serving in the new school year. Outcome #2: To improve socialization skills of 85% of targeted youth, mentored 5 months or more, by June, 2017. Progress — A measurement tool was not available through the sites and in a satisfactory tool was not found by the program. Since this time, the program has discovered a tool, the Dessa-Mini, to use in the 2017-2018 program year. Anecdotally, teacher, member and parent comments reflected improvement in student socialization skills and behavior in the majority of the students served. Conscious Discipline was infused throughout the school year with both parents and members. Outcome #3: 80% of the VPK students, who have participated in five months or more in Passport to Early Literacy mentoring, will be ready for Kindergarten by June, 2017. Progress- Kindergarten Readiness scores are not available at this time. However, with an average of 86% meeting or exceeding expectations we anticipate this number to be over the 80% threshold. Of the students tested, 100% were meeting or exceeding on at least one of the domains. -11- 24 BIG BROTHERS & BIG SISTERS OF INDIAN RIVER COUNTY "Children of Prisoners to Children of Promise" (COP) CSAC Indian River County Grant: $15,000.00 Funds Used as of 09/30/2017: $15,000.00 Total Children Served as of 09/30/2017: 22 Total Adults Served as of 09/30/2017: 22 Taxonomy #: PH150.550-10 Program Description: (3-5 Lines) This community-based program provides one-on-one mentoring for children whose family member(s) are incarcerated in state or federal Prison. Collaboration: Indian River County School Board, RSVP, United Way of Indian River County, Indian River Sheriff's Dept., Our Savior Lutheran Church, Gifford Youth Activities Center, and Youth Guidance, Community Church of Vero Beach. Comment/2016-17 Monitoring: (7-10 Lines) No changes at this time. GOALS/OUTCOMES REPORT (10/01/2016 — 09/30/2017) Outcome #1: 85% of the target population, who have participated in "Community -Based Mentoring" five months or more, will demonstrate progress in academic performance as reported by the 2016-2017 IRCSB School Board grade records. Baseline: Grades of enrolled boys and girls from second grading period of the 2016-2017 school year. Goal Met — Twenty-two (22) out of twenty (22) CSAC matches have been mentored for five or more months. Twenty (20) out of those twenty-two (22) matches have demonstrated academic progress. (91%) Outcome #2: 90% of the target population, who have participated in "Community -Based Mentoring" five months or more, will maintain their status as a non -offender or not re -offend in the Juvenile Justice System, throughout their time of BBBS participation, as Measured by monthly parent/DJJ. Baseline: Offender Status of youth upon entering the program. Goal Met — Twenty-two (22) out of twenty-two (22) CSAC matches have been mentored for five or more months. Twenty-two (22) out of these twenty-two (22) children have not become involved in or re -offended in the juvenile justice system. (100%) Outcome #3: To improve socialization skills of 90% of targeted monitored 5 months or more in the program. Baseline: Youth outcomes Survey Pre-test (YOS) upon entering program and post- test results at one year anniversary of the match. Baseline date: pre-test results for each client. Goal Met — Twenty-two (22) out of twenty-two (22) CSAC matches have been mentored for five or more months. Of the twenty-two (22) all have completed the Youth Outcome -12- 25 Survey. Twenty-one (21) out of the twenty-two (22) have improved socialization skills. (96%) During this reporting period all children (including CSAC children), parents and mentors have been involved with or invited to attend the following activities during this reported quarter: July 2017: Ballet Vero Beach - Vero Beach High School P.A.C. August 2017: Day of Boating — Freedom Boat Club (Ft. Pierce) September 2017: Day of Boating & BBQ Freedom Boat club (Cancelled due to hurricane) and Bowl For Kids Sake Boys & Girls Clubs of Indian River County Vero Beach, Sebastian, Fellsmere October 1, 2016 to September 30, 2017 Grant: $30,000 or $10,000 per Club Funds Used as of: $30,000 Total Unduplicated Children: 809 (includes summer and afterschool members) Taxonomy Number: PS -980.100 Boys/Girls Clubs Focus Areas Addressed: CHILDCARE/CHILD HEALTH & EDUCATION Program Description: This program is designed to: Support the creation of after-school programs that enrich a child's learning environment, by offering a curriculum that includes: homework assistance, tutoring, life skills training, and other enrichment programs. Collaboration: Habitat for Humanity, Indian River State College, Hope for Families Center, Indian River County School District, SAFIR/SAC, City of Fellsmere, Moonshot Community Action Network. GOALS/OUTCOMES REPORT (7/01/2017 to 09/30/2017) Outcome #l: By 9/30/2017, a minimum of 60% of Club members will maintain or improve their grades in science, math and English, and 80% will maintain a minimum 2.00 GPA (which is a Q. Progress will be tracked by monitoring changes in GPA for middle and high school students, and incremental changes in letter grades for elementary students. Education room staff and volunteers will assist members with their homework during Power Hour and monitor areas of concern. Baseline: Compare 1 st quarter report cards to 2nd, 3rd and 4d' quarter reports cards. Progress tracked over the school using data acquired from FOCUS. -13- 26 Results: Quarter 1 grades were not available in time for this grant report. Grade promotion: 98% of our members were promoted to the next grade level. Nine students were not promoted and 28 students were "promoted for good cause," which is not the same as "academically promoted." Combined, these students' grades (8% of our members) will be carefully monitored in the new school year. Outcome #2: By 9/30/17, 100% of members completing a prevention program will have an average post test score of 80% and demonstrate an average 15% increase from pre to post test. This will demonstrate an increase in knowledge on the ways to keep themselves healthy and safe and understanding the dangers of alcohol/tobacco/illicit drug use, risky behavior and the benefits of physical activity and healthy eating. Baseline: In Q4 of the 2015/16 year, the average pre-test score was 75% and the average post test score was 83%; an 8 point increase from pre to post test. Results: During the time period, the average gain from pre to post survey was 12 points. The average post test score was 84%. Of those beginning a program, 75% completed a program. Completion is attending at least 75% of the classes and taking a pre/post survey. Outcome# 3: By 9/30/17, 62% of club members ages 13-18 will participate in the programs that teach life skills, job readiness training, and positive youth development. Pre and post surveys will be administered for each program to gauge aptitude and improvement in subject matter. A post survey score of 90% is desirable. We have begun a new program at the Vero Beach Club called Destinations. The focus of the program is for members to assess their occupational interests, establish goals on how to achieve those goals, and attend workshops to explore career options. We have three college visits this summer; four community service projects; and four speakers. Baseline: during the 2015/16 school year, an average of 34% of teens participated in Career Launch, Money Matters, or Goals for Graduation. During that time period, the pre/post increase in Goals for Graduation, Career Launch and Money Matters has been 14% and a 62% completer rate. Results: Career Launch was implemented at the Vero Club during the summer. 42 teens were enrolled during the time period and 17 members completed the program or 40% of enrolled teens. There was a 16 point increase from pre to post survey, with a post test score of 91 %. This summer the Destinations program took teens to three universities and had a physician's assistant as a guest speaker. -14- 27 CHWG e LE CASTLE - Safe Families Program Report to Children's Services Advisory Committee -Indian River County (CSAC) Fourth Quarter, 2016-2017 Grant (as of September 30th, 2017) Grant Amount: $70,000 Funds Used as of 9/30/2017: $69,010.78 Total Children Served as of 9/30/2017: 168 children served through the 4`h Quarter. Cost Per Child: $410.78 Focus Areas Addressed: Parental Support and Education Taxonomy #: PH -6100.3300 Program description: Safe Families is a home-based, comprehensive education program where parents with minor children are able to remain together. Adults learn the skills necessary to become strong parents, leading to safe children and long-term stability for families. Through long-term (up to one year) intensive (at least weekly) visits from parent educators, families learn positive parenting techniques and family -friendly role modeling. Program is designed to: Teach families to reduce risk factors associated with abuse and neglect, and to increase the protective factors associated with non -abusive, caring and stable families. Collaboration: Devereux CBC; Children's Home Society/Family Preservation Services; Healthy Families; Department of Children and Families; Hibiscus Children's Center; Harvest Food Center. Safe Families Indian River County - 2016-2017 Fourth Ouarter Results Outcome # l: Reduce risk factors associated with child abuse by at least two for 98% of families who have been enrolled in Safe Families for at least 90 days. Result: Through the 4`h Quarter 39 of 39 families (100%) did improve their parenting skills. Outcome # 2: Increase protective factors associated with stable, healthy, resilient families by at least two for 98% of families who have been enrolled in Safe Families for at least 90 days. Result: Through the 4`h Quarter, 39 of 39 families (100 %) improved family communication. Outcome #3: 98% of families who successfully complete the Safe Families program will have no confirmed reports or re -reports of abuse for up to one year after completing services. . Result: Through the 4`h Quarter, 100% offamilies who successfully completed the Safe Families program had ,no report or re -reports of abuse for up to two years after completing service. CASTLE submitted the -15- 28 names of families to Devereux CBC to check through the Department of Children and Families database for reports of confirmed abuse or reports of re -abuse. Of these families, zero had a re -abuse report. Outcome #4: 100% of families will, after successfully completing Safe Families, show improvement on at least two of the five Scales of the AAPI test. The scales are: Appropriate Expectations, High Level of Empathy, Values, and Alternatives to Corporal Punishment, Appropriate Family Roles, and Values Power -Independence. Result: Through the 4`h Quarter, 39 of the 39 families (10001o) who have completed the Safe Families program improved on at least two of the five scales of the AAPI. Service Capacity: Through the 4`' Quarter of the 2016-2017 contract year, Safe Families has served the following: Goal Actual * % of Goal Adults 130 107 82% Children 190 168 88% Families 40 83 207% * These numbers are total served, including carry-over clients. (New Adults = 18; New Children = 31; New Families = 14) Safe Families in Indian River County Impact Story Jennifer and her two children, ages five and a newborn were referred to the Safe Families program because of inappropriate discipline techniques, inappropriate age expectations, and of a substance abuse issues; in fact, the newborn arrived early with exposure to drugs. Further, Jennifer had no substantial income. When Mom was asked by the Parent Educator to described the five year old behaviors she stated that little Susan would butter up to her, throw temper tantrums, and badger her when she want something or when she says no to her or can't get her way. The Parent Educator successfully worked with this client on parenting styles and how these styles affected her child; the reason behind establishing rules and consequences while still understanding the child's feelings; 12 3 Magic, counting and establishing a behavior chart. Client was a bit hesitant to use the counting method as she shared with the Parent Educator that Susan would be kicking and screaming to go to time out. However Jennifer did begin to put the counting method into practice and shared with the Parent Educator that when her niece and Susan fought she counted them both. Jennifer also started to have Susan earn tablet time as well as other things like going to the park and utilizing those, for good behavior. Other topics covered included the 40 developmental assets and the importance of children learning positive values, social competencies and positive identity. Upon successfully completing the program, Jennifer is no longer a substance user and is gainfully employed with two jobs. Her risk and protective factors were minimized and enhanced, and her AAPI B -16- 29 scores showed substantial improvements in the areas of children expectations, empathetic understanding, understanding the perceptions of discipline and punishment, and how important these variable are in the context of parenting. CASTLE — Strengthening Families Program Report to Children's Services Advisory Committee -Indian River County (CSAC) 2016-2017 Grant Grant Amount: $49, 065 Funds Used as of 9/30//17: $35,400.03 Total Children Served: 79 children served thru the 4" quarter Cost Per Child: $448.10 Focus Areas Addressed: Parenting Education Taxonomy #: PH -610 Program description: Strengthening Families is a 14 -session family skills training program designed to increase family resilience and effectively increase assets and protective factors by improving family relationships, parenting skills, and improving youth social and life skills. CASTLE will offer three, 14 - week sessions. Program is designed to: Strengthening Families is an evidence -based, cost-effective program — tailored to the unique needs and characteristics of each family — that aims to increase family stability, enhance child development and reduce child abuse and neglect. Collaboration: Devereux CBC; Children's Home Society/Family Preservation Services; Healthy Families; Department of Children and Families; Hibiscus Children's Center; 211. Stren2thenin2 Families Program Indian River County - 2016-2017 Fourth Ouarter Results Outcome # 1: 90% of parents will demonstrate increased positive parenting skills, according to the client Participation/Satisfaction Survey. Result: Through the 4`h Ouarter. 19 families who comnleted the nrogram did improve their narenting skills. In this last quarter classes were held at the Hope for Families Shelter and the Castle Vero office. Outcome # 2: 90% of children who complete the Strengthening Families Program will exhibit increased concentration and improved social skills, according to the client Participation Satisfaction Survey. Result: Through the 4`h Quarter, 19 families who completed the Stregthening Families program reported that all children who completed improved social skillrs, and family communication. -17- 30 Outcome #3: 90% of families will show increased overall family strength and resilience so that children remain abuse and neglect free. Result: Through the 4`h Quarter, 100% offamilies who successfully completed the Strengthening Families program had no report or re -report of abuse for up to one year after completing service Service Capacity: Through the 4' Quarter of the 2016-2017 contract year, Strengthening Families has served the following: Goal Actual % of Goal Adults 130 45 35% Children 190 79 42% Families 40 36 90% Childcare Resources of Indian River Report to Children's Services Advisory Committee — Indian River County (CSAC) Program: Subsidized, High Quality Childcare (Statistics as of 9/30/2017- 4th Quarter) Grant Amount: $170,000.00 Funds Used as of 9/30/2017: $170,000.00 Total Children served as of 9/30/2017: 136 Total Contracting Center Children served as of 9/30/2017: 68 Focus Areas Addressed: Early Childhood Development and Building Parent Capacity Taxonomy numbers: NL -300.150; PH -610.150; PH -610 Program description: Childcare Resources provides quality, affordable childcare and education for working families of moderate means. Childcare Resources builds parent capacity by enabling parents to focus on their careers and higher education while their children receive dependable care. Childcare Resources also offers parent engagement opportunities. GOALS/OUTCOMES REPORT (10/1/2016 — 9/30/2017) 1. Young children have access to high quality learning experiences in early childhood and education settings which prepare them to enter school ready to learn. 85% of the children enrolled in the Childcare Resources program will show progress in development in the course of the school year as measured by Speed Dial R, Katz Social/Emotional Checklist, Ages and Stages. Baseline: assessments administered in the fall of the 2016-2017 school year. -18- 31 Progress: 93% of the children in the Childcare Resources program meet or exceed developmental milestones Progress: 98% of the children in the Childcare Resources program pass social -emotional screening Progress: 94% of the children ion the Childcare Resources program utilize increasingly complex phrases Progress: 94% of the children in the Childcare Resources program demonstrate developmentally appropriate language skills Progress: 94% of the children in the Childcare Resources program demonstrate developmentally appropriate cognitive skills ............................................................................................................................................................................................................................................... 2. Parents support the school requirements for attendance and actively participate in the education of their children. :.............................................................................................................................................................................................................................................. € Progress: 100% of the parents met the participation requirements in the 2016-2017 school year. Attendance requirements were supported. Childcare Resources of Indian River Report to Children's Services Advisory Committee — Indian River County (CSAQ Program: Psychological Services (Statistics as of 9/30/2017 — 4th Quarter) Grant: $6,600.00 Funds Used as of 9/30/2017: $3,053.00 Total children served as of 9/30/2017: 11 children 15 parents or other adult in the household Focus Areas Addressed: Psychological Services and Building Parent Capacity Taxonomy #: RP -450.650; RP -150.330 Collaboration: Mental Health Association Program Description: The program provides counseling to adults and children enrolled in the Childcare Resources program. GOALS/OUTCOMES REPORT (10/1/2016-9/30/2017) ........................................................................................................................ 1. Adults and children who participate in five or more counseling sessions will show ...........improvementA...............................................................................................................................................................................................€ _19- 32 Progress: As of 9/30/2017, eleven (11) children and fifteen (15) adults enrolled in the Childcare Resources program were referred for therapy to the Mental Health Association. Children: • 4 children met their goal and were discharged • 3 children never followed through on their referral • 2 children utilized other insurance • 2 children were referred to other providers Adults: • 4 adults met their goal and were discharged • 2 adults were discharged for failure to show •, 5 adults never followed through on their referral - • 2 adults utilized other insurance • 1 adult successfully met their goals and were discharged after three appointments • 1 adult still continues in therapy Childcare Resources of Indian River Report to Children's Services Advisory Committee — Indian River County (CSAQ Program: Professional Development for Early Educators (Statistics as of 9/30/2017) Grant: $24,300.00 Funds Used as of 9/30/2017: $24,300.00 Focus Areas Addressed: Early Childhood Development Taxonomy #s: HH -0500.1600-650; T-6650 Program Description: The professional development program will provide the education and the support early educators need in order to implement strategies which create an atmosphere most conductive to early learning. The program includes two workshops open to all early educators within Indian River County, as well as follow-up technical assistance. GOALS/OUTCOMES REPORT (10/1/2016-9/30/2017) ........................................................................................................................................................................................................................................... 1. Early educators will improve their knowledge in the subject area by 70 percent. ...........................................................................................................................................................................................................................................: Progress: 5 Things Every Educator Should Know with Dr. Maryln Appelbaum was hosted on Saturday November 12''. 136 educators attended the workshop. There was a 92% increase in pre post test scores. Kindermusik: Supporting Infant & Toddler Development and Supporting Family Engagement featuring -Betsy Flanagan was hosted on Saturday January 7t'. 106 educators attended the workshop. There was an 85% increase in pre post test scores. 2•rEarlyedu-cators- will -improve -skill- implementatiun-by50- percent:............................................................ ...........................................................................................................................................................................................................................................: -20- 33 20- 33 Progress: S Things Every Educator Should Know with Dr. Maryln Appelbaum was hosted on Saturday November 12a'. 21 pre -post observations were completed from a random sampling of centers where there were registered participants. 77% showed improvement. Kindermusik: Supporting Infant & Toddler Development and Supporting Family Engagement featuring Betsy Flanagan was hosted on Saturday January 7t'. Technical assistance was provided by Shanti Sanchez five months post workshop. 73% showed improvement. ° o � DOVE ° MISSI Where the Cross Makes the Difference Children's Service Advisory Council 2016 — 2017 Grant Report Grant Amount: $45,000 Funds Used as of 09/30/17: $ 45,000 download Total Children Served: 75 Cost Per Child: $600.00 Priority Need Areas Addressed: 1. Out of School Recreational Activities and Enrichment Programs 2. Middle and High School Programs that Address Risky Behavior GOAL 1 To increase individual academic performance as measured by grade reporting from each correlating school institution to a passing grade for the year, including 100% Course Recovery completion for any failed courses. To have 90% of active Crossover enrollees to become academically eligible to participate in school sports the next school year. Baseline: Reported grades for 2015/2016 School Year GPA Report available upon request. Student GPAs: — For the School year ended 2016-17, 98% of active student participants passed the grade. This includes any who needed summer Course Recovery. 86% achieved a minimum of 2.0'GPA for eligibility for school sports. Now into the 2017-18 school year, for the week ending 10/13/17, 52% of registrants are attending tutoring due to one or more grades below a C. 85% of students have a 2.0 GPA or higher. 42% of participants are on the AB Honor Roll! -21- 34 GOAL 2 To increase the attendance percentage to 75%+ for those Crossover participants who MUST attend tutoring due to a 2.0 GPA or lower and to increase the attendance percentage at athletic training sessions to 75%+ with training 3x per week. Outcome measured by attendance rosters during the school year. Greater student connection to Crossover means lessened delinquency, truancy and gang involvement. Exception to the attendance rule will be made for students participating in other school sports/educational activities. Baseline: May 2015/2016 attendance rosters. Individual attendance for the year-long basketball program was 81 % and attendance for the Tutoring/Mentoring program was 83% for the year. This exceeded the goal despite challenges during Q2 and Q3. The summer programs were well attended and brought up the attendance average. GOAL 3 To create and develop awareness & greater collaboration in the community with parents, schools, law enforcement, churches, civic groups, donor groups, youth groups, athletics teams, etc. by increasing the number of impactful outreach appearances/meetings/activities by 50%. As a result, we will increase the number of volunteer hours by 50%. Baseline: 05/2015 - 05/2016 Outreach appearances and number of volunteers. Crossover has made a targeted effort to build on the collaboration with the schools over the 2016-17 school year and through the summer. Crossover has begun Course Recovery tutoring at both Gifford Middle School and Storm Grove Middle School for the 2017-18 school year. Crossover mentors are back attending orientations, in -class intervention, student lunches and conferences with struggling students together with their parents in the schools. The collaboration with the two middle schools has paid off in terms of increased gym time with an additional 15 hours per week granted as of August this year! Because of this cooperation, and thanks to GMS Principal Tosha Jones, Superintendent Mark Rendell and IRC School Board Member Tiffany Justice, Antoine has begun running a Friday night open gym at GMS, 7:00 PM — midnight, open to the public and with the intention of keeping young people off the streets. Crossover has added a new board member, Captain Milo Thornton, from the IRC Sheriffs Office. Crossover engaged with the Sheriffs office in our August Sheriff Exhibition Game at the GYAC. Antoine continues the 8th — 10th grade Crossover participants into the Men's Basketball League in efforts to raise student performance and to keep these students surrounded by strong adult male role models. Together with our funding agencies, Crossover Executive staff make regular presentations throughout the county to advocate for the issue of At -Risk and High -Risk students. These efforts were increased by 100% as our staff, board and volunteers all reached into the community to entice more volunteers. Volunteer numbers increased 45% in 2016-17 school year especially through the high school student volunteer base. -22- 35 We would like to thank the Children's Services Advisory Council members for believing and supporting Crossover Mission in its early stages of development. Your support has been transformational. DASIE BRIDGEWATER HOPE CENTER, INC. Dasie Hope Center Tutorial Program Report to Children's Services Advisory Committee -Indian River County(CSAC) 2016-2017 Grant Amount $35,000.00 Funds Used as of: 9/30/2017: $35,000.00 Total Children served as of 10/15/2017: 63 children Cost per child: $555.55 Focus Areas Addressed: Childcare/Child Health & Education Taxonomy #: JR -820.650-45 Program Description: This program is designed to help educate and ensure the safety of youth who normally would have to stay unsupervised in their homes after school or throughout the day because their parent(s) are working. Program is designed to: Empower at risk youth with academics and social skills. Our priority is to "break the cycle of poverty" by sending kids to college, improving their academics, behavioral thought patterns and surrounding them with positive role models. Collaboration: Indian River County School District, Disney Resort, Publix Supermarkets, Indian River Sheriff Department and Sea Oaks Club Dasie Hope Center Tutorial Program Indian River County 2016-2017 Fourth Ouarter Results Outcome # 1: Increase in academic performance measured by grades on report cards and assessments. 70% of students attending the tutorial program that receive services will perform on grade level or above in Math and English. Baseline: Students academic report card for 2016-2017 Result: Goal Met 92% of students improved grades for 4th quarter Outcome #2: Students will be mentored, provided supportive relationships and parents will be involved in the academic process. 80% of students will show improvement in confidence, learning ability, and decision making measured by pre/post surveys. Baseline: Students 2016-2017 Pre/Post surveys. Result: Goal Met 100% of youth have been tested. 99% of youth showed improvement -23- 36 Outcome # 3: High school students will receive academic support to graduate and gain 21St Century Workforce Skills (creativity, innovation, teamwork, and leadership). 70% of high school students will graduate high school or gain career skills. ** This outcome is specific to high school students*** Baseline: Students 2016-2017 report/discipline reports Result: Goal Met 100% of high school youth are engaged in college preparation (college selection/application), test preparation (SAT/*ACT) and academic readiness (grades) for graduation. Service capacity: Tutorial Program Impact Story - Currently, all our youth are on their grade level and above, their highest improvements are in Math, & Social Studies. Our parents are volunteering more and continuing to get involved in their child's progress through Dasie Hope Center bi-monthly meetings. Conclusion: In keeping with our goal not only to help our youth eat healthy, but we also introduce them to a variety of foods. We also create meals that reflect the cultural diversity of our families and a wide range of culinary traditions. **Within our high prep program, we have a young lady who scored 29 on her ACT test (7 points from a perfect score) as she prepares to enter college in June 2018, while other see this an example to follow, we work diligently with our youth on a daily basis to prepare them for their future. Two of our 2018 graduating students have been offered scholarships for college, one is a full scholarship for four years Dasie Hope Center has opened our "iWonder" stem lab under instruction of chemist Greg Cowe from Harbor Branch Oceanography Inst. where our kids participate weekly in science projects. We always expect the best from our kids, but we also know that we must give them the best in order to succeed. Dasie Hope Tutorial Program capitalizes on classroom learning and spurs creativity through rich intellectual activities and engaging programs. Without the continual support of the Children's Service Advisory Council (CSAC), this current pocket of poverty in the Wabasso community would still exist. We are extremely grateful for your support for our youth. -24- 37 24- 37 Education Foundation of Indian River County P.O. Box 7046 Vero Beach, FL 32961 Phone: 772-564-0034 STEP into Kindergarten Funded Year: 2016-2017 Grant: $130,000.00 Funds used: $130,000.00 Total children to be served in June and July of 2017: 210. Cost per child: $1,039.21 *Based on program budget of $218,235.00 Focus area addressed: Early Childhood Development Taxonomy Number: YB-9500.1500-650 - Children who are age three to five. Program Description: The Education Foundation, in partnership, with the School District of Indian River County (SDIRC) increased Kindergarten readiness rates for 4 year old children by extending the school year with 29 instructional days. This program replicated and expanded upon the program's success from the previous year. The program extended the school year through July 14, 2017 with priority given to homeless, migrant and low scoring students. 199 — 4 and 5 year old children, who had participated in a VPK program completed the 29 day program that was held at Glendale Elementary School and Pelican Island Elementary School. We served 22 more children than the previous year. Collaboration: The Education Foundation of Indian River County collaborates with the School District of Indian River County to leverage our community's investment in our schools with the goal of achieving excellence for students and educators. We work together to fundraise, administer and implement programs like STEP into K to prepare 4 year old children to arrive at Kindergarten prepared to begin their academic careers. Goals and Outcomes: Goal 1: 85% of all students will score at least 80% or higher on the "Get Ready to Read" screener. Result: 92% of students achieved this goal. The pre-test score was 65% - a 42% gain was achieved. Goal 2: 85% of students will score at least 80% or higher on the Dibels Kindergarten Progress Monitoring Initial Sounds Fluency Probes. -25- 38 Result: 78% of students achieved this goal. The pre-test score was 33% - a gain of 136% was achieved. Goal 3: 85% of students will score at least 80% or higher on the "Fox in the Box" letter naming for upper and lower case letters. Result: 74% of students achieved the goal of naming lower case letters. The pre-test score was 45% - an increase of 76%. 83% of students achieve the goal of naming upper case letters. The pre-test score was 56% - an increase of 48%. Additional Outcomes: Displays courtesy and respect to adults: Pre-test: 16% - Post-test: 85% - Growth: 431 % Works and plays well with others: Pre-test: 24% - Post-test: 84% - Growth: 250% Follows directions the first time: Pre-test: 46% - Post-test: 66% - Growth: 43% Stays on Task: Pre-test: 54% - Post Test: 62% - Growth: 15% A note about tracking progress: Presently, we continue to track the academic careers of the children who participated this past summer using a new program called, iReady, and will continue to work with the SDRIC to identify additional ways to progress monitor children who are part of this project Program Implementation Progress: 199 children were served in 14 classrooms at 2 , locations — Glendale Elementary and Pelican Island Elementary School. The program ran from June 51 — July 14th. We served 22 more children than the previous year. Kindergarten Round -up and Pre -K Party We promoted this program at the February 25" Kindergarten Round -up and Pre -K Party that takes place at the Indian River Mall. We registered over 65 children for the program. Continued Promotion of Registration: Radio and Digital Media Campaign: We promoted the program through a radio and digital media campaign that ran from 4/17 until the first week the program started on June 5, 2017. We received a match of 50-75% on each dollar from the various outlets. We also_took advantage of being featured on radio shows for free (Marcia Littlejohn, Angelo and Brenda, Bob Soos, Planet Vero Radio). The Flame and Christian FM were used the most for radio advertising. -26- 39 • Outreach: 1. Provider Meetings — Brochures and registration information were distributed on January 10th and March 14tH 2. Buggy Bunch —We connected with the leadership of Buggy Bunch to promote the program and to add it to their website. 3. Moonshoot Moment website —the information is on the Moonshot Moment website. 4. Head Start — SDIRC staff worked closely with caseworkers to get children enrolled. 60% of our students came from Head Start. • Camp Listings: The program is listed on the TCPalm.com camp listing. • School District Website: Direct link to STEP into KG information: https://www.indianriverschools.org/summer-school- progra ms/1210-step-into-kindergarten School District Home Page: https://www.indianriverschools.org/ ('Button" for all SDIRC Summer Programs is located at the bottom of the home page) • Touch a Truck Event — May 6th We stood at the gates of this event and asked every single family, "Who is going to Kindergarten?" We enrolled 4 children during the event. We found that most families who attended were from magnet schools, charter schools, private schools or home school families. Very few Title I families attended. It was still a good opportunity for us to promote our program. Service Capacity: Our goal is to serve 210 children in June and July of 2017. We served 199 students. This represents an increase of 22 students over 2016's program. -27- 40 Feed the Lambs Enrichment Program Inc. 1615 18th Ave. S.W., Vero Beach, FL 32962 Phone: 772.501-2617 Tutoring /Summer Program Funded Year: 2016-2017 Grant: $10,000 Funds used: $10,000 Total children served: 116 children served. Cost per child: $86.21 Focus area addressed: To help youth to have a recreational and educational summer camp. Taxonomy Number: Program Description: Feed the Lambs provides positive, caring adult role models and mentors for at -risk youth in kindergarten through 8th grade. Enrolled children are from low-income Families throughout Indian River County. Collaboration: We are currently collaborating with Big Brothers & Sisters, Oslo Middle School, Epic Missions and local volunteers Indian River County. Goals and Outcomes: We are making progress in each area of these goals as follows: Goal 1: We register thirty-seven students for our tutoring program at Oslo Middle school and Up(Harvest) from October through May. Our goal was to help students to improve in math, reading, science, homework. We reach ninety percent of our goals for our tutoring program. We will be working on more parent and teacher involvement next year. Goal 2: We register 80 youth for our summer camp at Oslo Middle School this summer from June -July. We served double the amount of youth this year than in the past. We would register 40 youth and a waiting list. We provided breakfast, lunch, recreation, education, speakers, and field trips to the youth in summer camp. This year we reach one hundred percent of our goals. -28- 41 The Gifford Youth Orchestra 8 Vista Gardens Trail #102, VB, FL 32962 Office (772) 778-5118 www.xtalankh@aol.com After School Youth Enrichment/Music Education Program Program Year 2016-2017 Grant: $10,000 Funds used as of 9/30/17: $10,000.00 Total Children Served as 9/30/17: 46 Cost Per Child: $217.00 Focus Area Addressed: Youth Enrichment/Music Education for Children Taxonomy Number: PS -9800.9900 Youth Enrichment Program Program Description: The Gifford Youth Orchestra is an after school program teaching young people age 6-18 to play string instruments. It's focus is to bring a strength and culture -based approach to building the capacity and the character of young people. Although focused on music, the program offers a range of methods to build skills and experiences in young people through music education: tutor other children and senior citizens; build performance skills; earn money by tutoring and performing and budgeting those funds; building confidence and self esteem through performances and tutoring; cultural and social awareness and leadership skills through community service, workshops, and student meetings. Collaboration: Gifford Youth Achievement Center, The Indian River State University Trio Upward Bound in IRC, Gifford Youth Achievement Center, The Progressive Civic League of Gifford, The Emerson Center, The 1St Presbyterian Church of Vero Beach, The Mike Block String Camp, The Gifford Community Center, and The Indian River County Board of Education. GOALS/OUTCOMES REPORT (1/1/17 — 9/30/17) Outcome #2: 75% of 2nd Year Students enrolled and who continue in the program for an additional year, will increase their ability by 100% to read and play music at the Advanced Beginner's Level, and perform a solo in the next recital or concert, as measured by placing their names on the printed program with the name of their performance piece. Goal met — Approximately 100% of 2"d year students enrolled in the 2017 year learned to read and play music at their respective level as measured by their ability to give five performances this year: American Association of University Women, The Vero Beach Heritage Center, Graduation, the Indian River Estates and the Annual Anniversary for Our Father's Kitchen in Gifford, Florida, and other venues. These performances have shown that these children have increased their ability by 100% as they read and play music at the Advanced Beginner's Level with the ensemble as well as performing solos. Outcome #3: 60% of intermediate and advanced students enrolled in advanced performance class for at least one year and who pass peer group (1St String Professional Performers) observation requirements, will develop skills and improve by 50% in their ability to serve as professional tutors -29- 42 and professional performers and earn a stipend for their services, as measured by being invited by GYO's 1" String Team to perform with the 1" String and/or given tutor assignments by Music Director. Goal met — 100% of students enrolled as Advanced or Intermediate students have given seven performances this year: American Association of University Women, The Vero Beach Heritage Center, The Fitness and Conditioning Exercise Center, Trio Upward Bound Graduation, the Indian River Estates and the Annual Anniversary for Our Father's Kitchen in Gifford, Florida, and other venues. All of these students now perform with the l' String and two of them have tutor assignments. These performances reveal that the students have improved by 100% in their ability to serve as professional performers. They earned stipends for their performances and their tutoring services, attended the budget workshops, and drastically improved in their abilities to perform at the high standards of performance etiquette in accordance with Gifford Youth Orchestra expectations at our annual concert in November. The Gifford Youth Orchestra's theme for funders is: More violins, less violence, better tomorrows." However our theme for the students is, "Off the Street and On the Stage!" In this last quarter, our program expanded from 24 students to 46 students, reaching more families who have an interest in using cultural arts programs to enrich their child's lives and give them something else to help keep them "Off the Street and On the Stage!" Along with students enrolled in the String Classes, we now have students in our Community Choir and Piano classes which offers youth enrichment for children from age 3 — 18. With these elements from our mission statement, we now have activities four times a week. We could not have achieved this without the help of Children's Services grant. Below is photo of the Gifford Youth Orchestra's performing artists (age 10 — 13) performing at the Vero Beach Heritage Center. rte. k1 4875 43rd Avenue Vero Beach, FL 32967 Office (772) 794-1005 • Fax (772) 569-5563 www. gyac. net After School Education Program (ASEP) Program Year 2016-2017 4th Quarter Report as of 9/30/17 Grant: $35,000 Funds used as of 9/30/17: $35,000.00 Total Children Served as 9/30/17: 210 Cost Per Child: Per the Annual Report for 2016-2017 funding year, the cost per child is 166.67 per child. (This does not include parents served). = 30- 43 Focus Area Addressed: Childcare/Child Health & Education Taxonomy Number: PS -9800.9900 Youth Enrichment Program Program Description: The After School Education Program (ASEP) is an after school program for children in grades K-12. This program offers educational assistance through tutoring, homework assistance, personal growth and development, cultural, social and recreational activities. Collaboration: School District of Indian River County, Moonshot Moment/The Learning Alliance, Indian River County Extension Program, Indian River County Library System, Riverside Children's Theatre, Youth Guidance, Vero Beach Museum of Art. Comment/2010 Monitoring: N/A GOALS/OUTCOMES REPORT (10/1/16 — 9/30/17) Increase academic performance as measured by report cards, progress reports and/or pre/post tests for 82% of students attending a minimum of three nine -weeks of the 2016-17 school year. Goal met — A review of report cards for the 2016-17 school year shows that 94% of students improved their grades in one or more subject areas. The subject areas being reviewed are English, Math and/or Science. 2. 93% of students will complete their homework as measured by homework completion logs. Goal met — Currently, 90% of students are completing their homework prior to leaving the Center. 3. 92% of students enrolled for at least three nine -weeks of the 2016-17 school year will not be suspended or expelled from school as reported by self -reports and/or school incidence reports. Goal met — 98% of students enrolled for at least three nine -weeks were not suspended or expelled from school. Two of the students suspended have on- going behavioral issues and come from extremely dysfunctional homes. -31- 44 Indian River County Healthy Start Coalition Belly Beautiful Program Program Year 10/1/2016-9/30/2017 4th Quarter Report Grant: $6,000 Funds used as of 6/30/17: $6,000 Total pregnant women served as of 6/30/17: 349 Cost per: (pregnant woman): Per 10/1/2016-9/30/2017, CSAC funds used per pregnant woman $17.19 Taxonomy Number: PN -8100.6500 Parent/Family Support Groups, PH -6100.1800-900 Teen Expectant/New Parent Assistance. Program Description: The Belly Beautiful program educates first-time; second time, teen mothers and fathers on topics related to healthy pregnancy, peaceful childbirth and infant care. The group classes increase social support and health literacy among young families. The program is offered at IRMC and Gifford Youth Achievement Center. Collaboration: Partners in Women's Health, County Health Department, WIC office and TLC Newborn Goals/ Outcomes Report (July 1, 2017- September 30, 2017) Outcome # 1: At least 90% of pregnant mothers enrolled in the Belly Beautiful will make at least two healthy lifestyle changes as a result of participating in the Belly Beautiful program in 16/17. Reported by pre and post test scores. Baseline 77% in 2014-2015 Goal 4th quarter results: Overall 82% 100 % of Belly Beautiful participants increased their awareness of healthy eating/proper nutrition. * % of participants increased fruit/vegetable intake. * % of participants improved/maintained healthy physical activity. *Unknown secondary to prenatal class restructuring and development of Babies and Beyond Program. New class line up instituted in Aug. 2017 with addition of pre & postnatal nutrition classes in September. Outcome # 2: To increase the knowledge of 90% of the pregnant women enrolled in Belly Beautiful classes to understand the impact of their behaviors have on health fetal growth and development during pregnancy. Baseline: New outcome for 2016-2017. Goal 4th quarter results: Overall 98% 50% of mothers engaged in multi -session curriculum based intdrventions. 100% of mothers provided with appropriate support to motivate behavior change to a healthier lifestyle. Outcome # 3: To improve the birth experiences of 85% of the pregnant women enrolled in the Belly Beautiful. Baseline: New outcome for 2016-2017. Goal 4" quarter results: Overall 100% 100% of those surveyed expressed positive feedback related to attending prenatal class education. -32- 45 32- 45 Healthy Families of IRC Program Year 10/1/2016-9/30/2017 4th Quarter Report Grant: $20,000 Funds used as of 9/30/17: $20,000 Total Families served as of 9/30/17: 134 Cost per child: Per 10/01/2016- 9/30/2017 CSAC funds used per family: $149.25 Taxonomy Number: PH -6100.3300 —Home Based. Parenting Education Program Description: Healthy Families is a voluntary home visitation program that targets families with past or current emotional trauma or domestic violence. The program is proven to prevent child abuse and neglect by promoting positive parent-child relationships. The staff are highly trained to provide intensive, comprehensive, long-term, and culturally appropriate services to reduce children's exposure to toxic stress. Collaboration: Indian River Medical Center, Partners in Women's Health, Kindergarten Readiness Collaborative, Moonshot Moment Goals/ Outcomes Report (July 1, 2017- September 30, 2017) Outcome # 1: To improve literacy, communication and critical thinking abilities of 85% of children enrolled for 6 months or mote. Baseline 2015-2016: A full year of data has not been compiled. Target score of 40 or over. Goal 4th quarter results: 100% overall 96.00% of young children demonstrate developmentally appropriate language skills for their age. Outcome # 2: To increase parent engagement with children in ways that promote early learning from birth with 85% of families. Baseline: 2016-2017 will be the first year tracking. Target score of 40 or over. Goal 4th quarter results: 100% overall 95.00% of parents promoted language development to their children through consistent verbal interactions. 95.00% of parents promoted early literacy through daily reading with their children. 95.00% of parents engaged in meaningful and appropriate play activities with their children. Outcome #3: To increase age appropriate social and emotional skills with 85% of children enrolled in program for 6 months or more. Baseline: New outcome 2016-2017, target score of 40 or over. Goal 4" quarter results: 100% overall 100% of children recognize and regulate their emotions, impulses and behavior. 100% of young children demonstrated developmentally appropriate social emotional skills for their age. -33- 46 Parents as Teachers Program Program Year 10/1/2016-9/30/2017 4th Quarter Report Grant: $30,000 Funds used as of 9/30/17: $30,000 Total Families served as of 9/30/17: 88 Cost per child: Per 10/1/2016-9/30/2017, CSAC funds used per family was $340.91 Taxonomy Number: PH -6100.3300 — Home Based Parenting Program Program Description: Parents as Teachers is home based parenting education. The goal of the evidenced —based Parents as Teachers (PAT) Program is to provide low-income parents with skills to maximize their child's cognitive, social, and emotional development during the most critical period of brain growth birth to three years. Staff will screen children regularly for developmental delays and health issues. The program's long-term goal is to increase children's readiness for kindergarten_ Collaboration: Indian River Medical Center, Partners in Women's Health, Kindergarten Readiness Collaborative, Moonshot Moment Goals/ Outcomes Report (July 1, 2017- September 30, 2017) Outcome # l: Increase parent's knowledge of their child's emerging development and age appropriate child development by 95% Baseline: Program began in July 2015. The recorded results from July 2015 to December 2015 was 85%. Goal 4th quarter results: Overall 95.25% 96% of families completed a family centered assessment and goal plan within 90 days of enrollment and updated every 6 months 93% of children will received a complete developmental screening within 90 days of enrollment (or by 7 months of age for infants enrolled prior to age 4 months) and annually thereafter 96% of children will received a complete social -emotional screening within 90 days of enrollment (or by 7 months of age for infants enrolled prior to age 4 months) and annually thereafter 96% of children receive a hearing and vision test with a general health status update Outcome # 2: Improve parents parenting capacity, and parenting practices and parent-child relationships by 85% Baseline: Program began in July 2015. The recorded results from July 2015 to December 2015 was 80%. Goal 4th quarter results: Overall 94% 89% of parents demonstrate understanding the child's communication and cues and is responsive in a positive manner 93% of parents develop a reading time with child 100% of parents demonstrate increased frequency, duration, and quality of parent-child interactions Outcome #3: 95% of target parents develop self -advocacy skills and obtain support that will lead their family's success and self-sufficiency Baseline: Program began in July 2015. The recorded results from July 2015 to December 2015 was 85%. -34- 47 34- 47 Goal 4th quarter results: Overall 58% 58% of families are connected to at least 1 community resource each year 58% of parents successfully connected to resources TLC Newborn Program Program Year 10/1/2016-9/30/2017 4th Quarter Report Grant: $12,000 Funds used as of 9/30/17: $12,000 Total Infants served as of 9/30/17: 943 Cost per child: Per 10/1/2016-9/30/2017, CSAC funds used per infant $12.73 Taxonomy Number: LJ -5000.1000 Breastfeeding Support Program Program Description: TLC Newborn program promotes and encourages bonding activities of parents with their newborn babies including successful principles of breast feeding, reading early to infant and monthly newsletters of development milestones. TLC Newborn provides, parents with infant safe sleeping practices to avoid accidental infant deaths and injuries. Collaboration: Indian River Medical Center, Partners in Women's Health, Belly Beautiful, Kindergarten Readiness Collaborative Goals/ Outcomes Report (July 1, 2017 — September 30, 2017) Outcome # 1: At least 94% of mothers who give birth at Indian River Medical Center will receive education about quality preventive health care for infants. Baseline 93% reported in 2015-2016. Goal 3rd quarter results: Overall 100% 100% of clients received education and support around infant and baby health. 100% of clients received "this side up" onesie to promote safe sleep, prevent SIDS and asphyxiation. Outcome # 2: At least 86% of infants\children seen by TLC Newborn consultant will develop early and appropriate healthy eating habits. Baseline: 82% reported in 2014-2015. Goal 3rd quarter results: 88.00% 87.00% of parents chose to breastfeed their babies. Outcome #3: 94 % of parents will articulate use of appropriate emotional/social responses with infant to build a foundation of trust and security in child. Baseline: 90% reported in 2014\2015 Goal 3rd quarter results: 100% 100% of parents articulate being able to understand specific baby communication with appropriate positive responses. -35- 48 The Learning Alliance P.O. Box 643446 Vero Beach, FL 32964 (772) 539-7087 Moonshot Moment Reading Rocket Program Year 2016-2017 Grant: $40,000 Prior Disbursements: $40,000 Number of children served: 4950 Components completed as of 9/28/17: Since our first Moonshot Reading Rocket engagement one year ago, we have held over 100 literacy events for students, teachers, community partners, and children with families. Over 5,500 documented people have been impacted by the Rocket's literacy engagements in support of our collective reading goals and Moonshot Moment model. Focus Area Addressed: Building Parent Capacity Taxonomy Number: HL -3010.6500 Program Description: The Moonshot Moment Reading Rocket is a mobile literacy lab creating customized enriched -literacy experiences for children and families in Indian River County. The rocket collaborates with dozens of early childhood community organizations. The Reading Rocket is a visible symbol of our community's collective commitment to the Moonshot Moment goal, reaching families across Indian River County. Creating literate, compassionate, and creative citizens that can improve our world is at the heart of this mobile classroom's mission. Collaboration: As a collectively owned symbol of community collaboration and commitment to the Moonshot Vision, the Reading Rocket has inspired unprecedented collaboration between Indian River County service agencies. Some partnerships include The School District of Indian River County, Boys and Girls Club, VPK, preschools, Vero Beach Museum of Art, Public Safety Agencies, Share Fair Nation (now "Mindspark"), Gifford Youth Achievement Center, Environmental Learning Center, Kid2Kid, Kindergarten Readiness Collaborative, FACT, Childcare Resources of Indian River County, McKee Botanical Garden, Redland Christian Migrant Association (RCMA) in Fellsmere and Sebastian, subsidized housing projects, Vero Beach Karate, and the Campaign for Grade Level Reading and Pacesetter communities. On September 26th, the Rocket launced a 3 -month long literacy engagement focusing on vocabulary for over 1,700 students from our elementary schools in collaboration with VBMA's Maurice Sendak exhibit. In October the Rocket is also launching a 3 -part series of Conscious Discipline -36- 49 workshops for families in collaboration with CCR of IRC. As the Rocket continues to build its experience and profile, other communities have expressed interest in creating their own "Intentional Learning Space" to increase access and impact of literacy, and model it on the work of our Moonshot Community Action Network in Indian River County. GOALS/OUTCOMES REPORT (5/31/17 — 9/28/17) Outcome # 1: Increase in family commitment and involvement with literacy for children as advocates and active participants The Rocket has impacted over 5,500 children and families by providing year-round access to literacy engagements, over 100 events in 12 months, throughout Indian River County. CSAC generously provides 32.88% of the overall Rocket budget; 100% of this funding is invested in providing services to building family involvement and commitment, with literacy directly in Indian River County. In fact, over 95% of the Rocket's programming directly impacts Indian River County, with less than 5% promoting our Moonshot Moment in greater Florida and throughout the nation. The Annie E. Casey Foundation provided the.additional funding needed for the Rocket to attend the Campaign for Grade Level Reading National Conference in Denver where we facilitated a literacy project to promote national attention, not only on the literacy crisis in our nation, but of the work we do in Indian River County to help close the gap, including the power of collaborating with agencies such as the Children's Services Advisory Council and other partnerships. In receiving this national recognition, The Learning Alliance hopes to gain the attention of future prospective grantors who can continue funding the Rocket, both for sustainability and for growth, so that we can continue providing access to literacy programs for our children and families in Indian River County. Outcome # 2: Increase student literacy outcomes at least 15% by improving equity of access for all children to culturally relevant and developmentally appropriate learning methods. Bridget Lyons, arts/literacy educator and Program Director of the Reading Rocket, brings 25 years of teaching experience in very diverse settings from around the world, with many years of experience in high poverty settings. She holds a Bachelor's Degree in Elementary Education with an emphasis in Special Education, is certified in Arts Education and endorsed in Gifted Education, and has a (K-6) Florida teaching license. Bridget also integrates her training in Conscious Discipline and Music Together in her Rocket programs to provide multi -sensory and interdisciplinary learning experiences for children of all ages. Literacy and text is at the core of all Rocket engagements. Depending on the ages, needs, and interests of the engagements, Bridget curates an engaging experience that develops a literacy skill and puts it into an arts -infused practice. Depending on the -37- 50 37- 50 experience, we tend to see 60-80% of the children mastering the literacy skill at the end of the engagement/experience and 20-40% are developing mastery. When working with teachers, Bridget reviews standards and units to develop relevant and developmentally appropriate learning methods and experiences for children. Outcome #3: Improve community connections through building trust and positive relationships, valuing all voices and stories, leading to deeper community wide commitment to the Moonshot Moment literacy goal The Moonshot Moment Goal is a collaborative, community wide inquiry into understanding what it takes to get 90% of children reading by third grade. Our work has led to increased understanding of what it takes to galvanize a community towards our timeless commitment to get 90% of children ready for Kindergarten and reading by Third Grade in such a way that we create literate, compassionate, lifelong learners who improve our world. Substance Awareness Center of Indian River County Funds allocated: $80,000 Funds used: $80,000 Total # of students served: 1766 Sebastian Middle School 6th: 7th: 8th: Total: 0 Storm Grove Middle School 6th: 366 7th: 258 8th: 266 Total: 890 Oslo Middle School 6th: 52 7th:228 8th: 0 Total: 280 LifeSkillsTraining -38- 51 Gifford Middle School 6th: 198 7th: 248 8th: 0 Total: 446 Sebastian Charter 6th: 7th: 8th: Total: 0 Saint Helen Catholic School 6th: 26 7th: 28 8th: 28 Total: 82 Alternative Center for Education Total: 68 Focus Area addressed: School programs that address risky behavior Taxonomy Number: RX 8250 Drug Abuse Education/Prevention Program Description: The Botvin LST program is one of the most widely studied substance use prevention programs in the country and is recognized as an evidence - based program by SAMHSA. Based on theoretical framework, researches developed the LST program to impact drug-related behaviors and promote the development of general personal self-management skills and healthy social skills. The program is designed to enhance overall competences and decrease both the motivation to use drugs and the vulnerability to "at -risk" social influences. Outcome #1: Reduce "past 30 day alcohol use" by Indian River County middle school and high school students (blended percentage) from 21.4% (base year 2014 FYSAS) to 20.4% as reported in 2016 FYSAS. Achieved: FYSAS-2016 20.1 Outcome #2: Reduce "30 day marijuana use" by Indian River County middle and high school students from 13.7% (base year 2014 FYSAS) to 13% as reported in 2016 FYSAS. Achieved: FYSAS-2016 11.1 -39- 52 39- 52 Outcome #3: Based on pre and post testing analysis done by Collaborative Planning Group the likelihood of students saying no to alcohol and marijuana will show a statistically significant positive change. Overall Knowledge (n =1708) 71.4% 75.7% Anti-drug Knowledge (n =1708) 1 63.5% ( 70.7% Life Skills Knowledge (n =1708) 1 76.9% 1 79.2% Lifetime Use Baseline, Follow-up Never New Users Never Use Use Cigarette (n =1697) 1610 (94.9%) 1580 (93.1%) 30 (1.7%)* Alcohol (n =1640) 1388 (84.6%) 1302 (79.4%) 86 (5.2%)* Marijuana (n =1706) 1632 (95.7%) 1579 (92.6) 53 (3.1%)* Drug Refusal Baseline Average Follow-up Average p -value Summary Scores (n =1708) 4.70 4.64 0.003* Cigarette Refusal (n =1707) 4.77 4.72 0.015* Alcohol Refusal (n =1705) 4.62 4.57 0.035* Marijuana Refusal (n =1704) 4.73 4.64 <0.001* Conclusion: Students reported a greater incidence and frequency of lifetime usage of all three types of drugs at the post-test. It should be noted, however, that a control group would be useful here to determine if these rates were increasing at a slower rate than would be expected in this age group. Focus groups will take place in each middle school to determine what influences may be contributing to outcomes. -40- 53 40- 53 Substance Awareness Center of Indian River County Re -Direct Program 4th Quarterly 7/1/17 —9/30/17 Grant: $100,000 Funds used: $100,000 Total Served in 16/17 Total Clients: 168 Total Parents: 200 Total Completed (adolescents): 135 Total referred to higher level of care: 13 Program Description: ReDirect targets adolescents ages 12-18 with substance use and co-occurring disorders. The ReDirect program proposes to re -direct and motivate adolescents and their patents towards a substance free, pro -social lifestyle. The Center follows science -based best practices and modalities, which are designed to help engage and engage families in positive change: utilizing a non- judgmental, motivational and proven effective approach for successful outcomes. GOALS OUTCOMES REPORT Outcome #1: 80% of program participant will demonstrate reduced use of ATOD as evidenced by negative drug test results during the course of the program and as a requirement for successful program completion. 100% of the successful completers demonstrated reduced ATOD as evidenced by negative drug tests. Outcome #2: 80% of Participants will demonstrate increased pro -social interpersonal communications and behaviors by 2 degrees on a 1-10 scale, also measured by demonstrated positive family interactions in sessions. 100% of the successful completers demonstrated increased pro -social behaviors through positive interpersonal communications. Outcome #3: 80% of clients will improve pro -social behaviors by 20% as demonstrated by increased engagement in education/work while attending the program. 100% of the successful completers demonstrated improved pro -social behaviors through engagement in school or work while in the program. -41- 54 Outcome #4: Decrease delinquency, 80% of the clients will not offend or re -offend while participating in the program and for 6 -months post program as verified by JJIS. 100% of the successful comp/eters did not re -offend while participating in the program. Please note we are still waiting for JJIS verification for 6 month follow-up. The Samaritan Center Children's Program Funded Year: 2016-2017 Catholic Charities of the Diocese of Palm Beach, Inc. Grant: $29,000 Funds used: $29,000 (100%) Total children served: 45 unduplicated children served. Cost per child: $644.44 Focus area addressed: Building Parent Capacity through "Life Skills Development" including, parenting, budgeting, and education, with the primary goal being the promotion and development of healthy family values and family structure leading to successful re-entry into mainstream society. Taxonomy #: Homeless Shelter BH -180.850 — Program that provides a temporary place to stay for people who have no permanent housing. Child Abuse Prevention FN -1500.1900-150 — protect children from physical, sexual and /or emotional abuse or exploitation through a variety of educational interventions which may focus on children of various ages, parents, people who work with children and/or parents regarding ways of avoiding or handling an abusive situation and/or information about the indicators and incidence of abuse, requirement for reporting abuse and community resources that are available to children who have been abused and to their families. Program Description: This program is designed to offer long-term transitional housing and guidance to homeless families with children who reside in Indian River County. Samaritan Center prepares the homeless families to live independently. Adult clients attend trainings concerning the following: creating and maintaining a budget; learning and using positive parenting skills; participating in employment and life skills training; required counseling for mental health issues and well-being. Participants are required to obtain employment and to follow a four -tiered level program prior to graduating from The Center. Children receive academic tutorial support sessions on: identifying positive, healthy behavior; gaining self-esteem and learning character values; the negative effects of drugs and alcohol; the effects of divorce on children; and the importance of health and hygiene. The children attend special outings within the community via Samaritan Center and other community collaboration, such as attending local summer camps and taking swimming lessons at Gifford Youth Aquatic Center. Collaborations: The Samaritan Center collaborates with the following community partners on a regular basis to provide referrals and/or services to homeless families and their children, depending on each individual family's needs. -42- 55 The Mental Health Association and Exchange Club of I.R.C.; Substance Awareness Council; the Boys and Girls Club; Counseling and Recovery Center; New Horizons of the Treasure Coast; Early Learning Coalition; Habitat for Humanity; United Against Poverty; Care Net Pregnancy Center; Gifford Youth Activities Center; Healthy Start Coalition/Healthy Families; Little Birthday Angels; Exchange Club CASTLE; Center for Emotional Behavioral Health; Suncoast Mental Health Association; Literary Services; and Treasure Coast Homeless Services Council. During the third quarter, Samaritan Center's successful partnerships with the Step -Up Program (United Against Poverty) and Habitat for Humanity resulted in the successful transition for one of our client's families to home ownership. The community organizational lifts provided included shelter, counseling, parenting skills, budgeting, credit counseling, and employability skills. In 18 months, our client family went from homeless and hopeless to happy and successful home owner. Goals and Outcomes: Goal 1: Resident children who are age 4 and over will increase their self-esteem by showing an average of 5-10% increase on the self-esteem pre & post-test given at the beginning and the end of the 8 week session. Result: Post-test results indicate an average of 9.70% increase in resident children's self-esteem. Goal 2: Resident children age 4 and over will demonstrate a 5-10% increase on their social behaviors and character values measurements form that will be administered at the beginning and the end of each 8 week session. Result: Post-test results indicate a 6.78% increase in resident children's social and character values. Additionally, behavior measurement observations results in 17 observations, children scored on average of 94% or higher in positive behavior choices. Goal 3: Adult Residents will increase their knowledge and skills in the areas of positive parenting by a minimum of 5-10% as evidenced through pre & post tests given at the beginning and end of the 8 week class. Result: The Samaritan Center adult resident clients completed the Love and Logic curriculum and showed an increase of 28.52% in parenting skills knowledge. Parents continue to show improved knowledge and skills as evidenced by their positive interactions with their children. Goal 4: Seventy-five percent of resident children will increase their knowledge. and skills in the area of academic performance as evidenced through progress reports and report cards. The children will be evaluated during the academic year. Result: In comparing academic school year performance for the 2016-2017 school year, 100% of the resident children have increased their knowledge and skills. It should be noted the Samaritan Center routinely enlists qualified tutors to assist children to increase skills, as needed. When staff notice resident parents need to strengthen parenting skills, these parents are required to attend tutoring sessions to empower themselves while learning to advocate for their child's education and future well-being. -43- 56 Striving 4 Success 1275 US HWY 1 Suite 2-237 Vero Beach, FL 32960 (772) 713-5764 williefinklin@gmail.com Breaking Through Boundaries STEM Program / STEAM Club Program Year 2016-2017 Grant: $10,000 Funds used as of 9/30/17: $10,000 Total Children Served: 59 Cost per child: $169.49 Program Activity as of 9/30/17: For the 2016-2017 school year Striving 4 Success (S4S) had 59 registered students at the Oslo Middle site with 12 —18 participating weekly. Additionally, S4S secured a contract with Treasure Coast Elementary School's 21 st Century Program to provide STEM Enrichment to 65 students 1 st — 5th Grade five days a week. Services for the program started in December and ended in May. S4S partnered with Dasie Hope Center to provide STEM enrichment to 27 students during the summer at their Camp Imagination. Focus Area Addressed: Out of school recreational activities and enrichment programs Taxonomy Number: B04.03 Afterschool Enrichment Program Description: Learning camp designed exposed children and youth to STEM disciplines and career outlook in the form of lecture, hands-on learning, and project based learning that will enrich their learning experience. The topics that the participants will engage in during the STEM sessions include: Mechanical Engineering; Electrical Engineering; Robotics Engineering; Aerospace Engineering; Civil Engineering; and other exciting STEM areas. Collaboration: Oslo Middle School, Treasure Coast Elementary School. GOALS/OUTCOMES REPORT (10/1/16 — 9/30/17) Goal # 1: Increase in academic performance measured by assessments. 70% of students attending the program that receive services will perform on grade level or above in STEM subject areas and assessments. Outcome #1: 79% of students increased their Science knowledge. 83% increased their Math knowledge. -44- 57 44- 57 Outcome # 2: Improved attitudes towards and knowledge of STEM. 70% of students will increase their knowledge of STEM related occupations, confidence in learning, and improve their attitudes towards STEM. Outcome #2: 91% of students reported in their post surveys that they believe they increased their STEM knowledge because of STEAM Club. 72% of students reported they desired to go into a STEM related field. Willis Sports Association, Inc. — Reviving Baseball in Inner Cities League Report to Children's Services Advisory Committee -Indian River County (CSAC) 4th Quarter, 2016-2017 Grant (October) Grant Amount: $10, 000 Funds Used as of 09/30/2017: $ 10,000 Total Children Served: 190 Cost Per Child: $52.63 Focus Areas Addressed: Out of school recreational activities and enrichment programs Taxonomy #: NO2.02 Program description: Willis Sports Association, Inc - Reviving Baseball in Inner Cities League (RBI) strives to develop disenfranchised, underprivileged, and minority youths into productive young men and women using a healthy channel of influence that reintroduces and reenergizes the competitive sport of baseball. Program is designed to: Using America's favorite pastime sport, baseball, as the metaphor for life, Willis Sports Association, Inc. — RBI League imparts children and youth with values and skillsets needed to become resilient and overcome barriers, obstacles, and adversity they face in their lives. Collaboration: Major League Baseball, USA Baseball, Franklin Sports, SHAPE America, Historic DodgerTown, School District of Indian River County, Gifford Middle School, Sebastian River Elementary, Dasie Hope Center, Gifford Youth Little League, and Northside Little League Reviving Baseball in Inner Cities Indian River County - 2015-2016 Second Quarter Results -45- 58 Outcome # 1: 80% of children will spend at least five hours a week participating in a sport or physical activities as measured by surveys. Result: 100% of RBI participants engaged in the sport of baseball and physical activities for the summer season (4th quarter). Currently 100% of the summer season children and youth have spent at least five hours a week participating in baseball practice, games, and team sports activities. Final evaluation of academic year and summer season will be provided in the 4th quarter reporting period. Outcome # 2: 70% of children and youth will perform on grade level and/or show positive gains in their knowledge and awareness of positive behaviors and decisions as measured by report cards and pre/post surveys. Result: 90% of RBI participants has performed on grade level and/or showed positive gains in their knowledge and awareness of positive behaviors and decisions as measured by the 4th quarter report cards. Outcome #3: 85% of students will have 5 or less unexcused absences from school and will not be processed by the juvenile justice system (arrested or detained) as measured report cards by surveys obtained from parents. Result: 89% of RBI participants did not exceed S or more unexcused absences from school. 100% of the RBI participates was not processed by the juvenile justice system. Service Capacity: As of the 4th quarter reporting period, RBI has served 190 children within Indian River. This exceeds the original projected number to serve total of 116 children for Indian River County for the 2016/2017 fiscal year. Reviving Baseball in Inner Cities Impact Story — Feedback from parent and participants: `Maurice and Champion Smith are extremely grateful for the opportunity given to them to continue to enhance their baseball skills through the RBI program put on by Coach Ken Willis. They are both appreciative of the relationships they have been able to establish. Meeting new friends and playing against a variety of opponents from all over was unbelievable. Champion was particularly excited about the opportunity he had to play against a team from China as well as experience the end of the year festivities in Orlando which always highlights the conclusion of the baseball season. Thankyou all for your continued support of the RBI program your gifts and efforts are not going unnoticed we are thankful! " Conclusion: During the 2016-2017 grant cycle, CSAC assisted WSA-RBI make a true impact in the lives of Children in Indian River County. We are excited about the upcoming school year and the expansion of our programs into the elementary school with our Fun At Bat Program. Your support and contributions is effectively making children better baseball players but more importantly better Citizens! Thank you. Children Services Council of Indian River. -46- 59 Youth Guidance Mentoring and Activities Program 1028 20t' Place, Vero Beach, FL 32960 Phone: 772.770.5040 E-mail: fcruz(i�youthguidanceprogram.org Mentoring and Activities Program Funded Year: 2016-2017 Fourth Quarter Report (October 1, 2016 — September 30, 2017) Grant: $15,000 Funds used: $15,000 (100%) Total children served (Year -to -Date): 232 children. Cost per child: $64.66 Focus area addressed: Enrich a child's learning environment: Positive Youth Development Taxonomy Number: PH -1400.5000-100 Adult/Child Mentoring Programs. Program Description: Youth Guidance Mentoring and Activities Program provides positive, caring adult role models and mentors for at -risk youth in kindergarten through 12th grade. Enrolled children are from low-income, single parent homes throughout Indian River County. We began the year with our south county expansion utilizing the IG Center to increase the amount of activities in Youth Guidance plus reach those students in that area who could not access our programs at our central county location. We also initiated a program the Community Enrichment program in Fellsmere as part of our north county expansion, during the February semester. We initiated the process to start a satellite Excel Club in Fellsmere in partnership with the Fellsmere Exchange club. Our experienced Excel Club is mentoring teens in Fellsmere to help them start their own club. During our 2nd and 3rd quarters we continued improving our south county expansion services at the Intergenerational Center on Oslo Road operating 15 groups each week including basketball, flag football, soccer, lacrosse hip-hop dance, and photography. We began our academic enrichment services utilizing a certified math tutor on-site to help children struggling with math. Oslo middle school children walked to the program, and we picked up children at three local elementary schools. Our traditional groups located in central Vero Beach, where we focus on technology and art continued to flourish. We began a 3-D coding and printing group, a Minecraft group, and a robotics group. We used a "street art" artist to teach the children to draw and paint. This is also where our high school students gather for their Excel Club meetings. The Excel Club is a charted Exchange Club for high school students sponsored by the Indian River Exchange Club. During this period we began picking up children at two new schools: Gifford Middle School and Dodgertown Elementary. We continued to pick up children at three elementary schools for our -47- 60 south county sports program. We use the Youth Guidance van and a volunteer driver to pick up children. We were happy to have mentors from the Indian River Photography Club once again adopt a group of middle school children and teach them how to take photographs. Our technology group build a robotic "sorting hat" from the Harry Potter movies. The hat was programmed by the children to speak, move its mouth and spin its eyes. Our Excel Group (a High School Exchange Club) helped with an Honor Flight departure, as veterans began their trip to Washington D.C. During the fourth quarter semester .we implemented our summer program operating 10 mentoring groups including swimming, drama, pathfinders excel club, sports, explorers, geocaching, arts cafe, Tutoring, and 8 field trips. We continued to pick up children at five elementary schools and have walk-in participants from Oslo middle for our south county sports program. We use the Youth Guidance van and a volunteer driver, who is also a mentor, to pick up children. A total of 60 unduplicated children attended the summer session. We utilized 48 group and 1:1 mentors; 7 of our mentors are both group and 1:1 mentors. Our technology group has begun instruction on how to design a book in braille and will complete that project during the semester that begins in October. Our Pathfinders Excel Group (a High School Exchange Club) continued their civic engagement efforts participating in: • Painting in a Habitat home • Assisting at the food bank • Made back packs out of pillows for By the River Senior Community in Sebastian • Had a blanket drive to benefit the Humane Society They also attended Alzheimer Virtual Reality training at Senior Resource Center, and Smoking Cessation presented by Leslie Spurlock of the Substance Awareness Center. Stephanie Nelson from the Supervisor of Elections office guided the club through the process of electing officers. These are the latest examples of why this club has now won the Excel Club of the Year award for the second straight year, at their district conference. Collaboration: We continue our collaborations for shared space with the Community Church and Riverside Tennis Club and the Community Enrichment Center in Fellsmere. We continue to work with Fab Lab, Vero Beach Ballet, and the Indian River Photography Club and Miss B's Learning Bees. We also partner with several Exchange Clubs, and Sunrise Rotary. Goals and Outcomes: Goal l: Reduce the number of economically disadvantaged children in grades 9 to 12 who drop out of High School to a rate below 14.3% as measured by continued enrollment in school, and eligibility for promotion to their next grade (or graduation), during the 2016-2017 school year, for children involved in the Mentoring Academy for at least three semesters. Baseline: 14.3% of children enrolled in Youth Guidance are at risk of drop out (2015-2016 school year). Result: At school year end, 8% of children enrolled in Youth Guidance were failing one or more classes. 4% were not promoted. This goal is being met. -48- 61 Goal 2: Increase to 85% the number of children ages 5 through 18 who possess at least three of the following Developmental Assets: 1. Positive, responsible adult role models; 2. involvement of the local community in projects; 3. Service to others; 4. effective peer relationships; and 5. time spent in creative activities, for children enrolled in the Mentoring Academy, as measured by the Developmental Assets Profile (a standardized test for measuring the number of assets a child has). Baseline: 79% of children in the Mentoring Academy are building at least 3 assets. 5-8 year old will be rated by staff. 9-18 year old will self-administer test. Result: We measured the pre/post test results of the Developmental Assets Profile and found that the post-tests indicate that 89% of children enrolled in Youth Guidance are building or possess at least three of the five assets listed above. Goal 3: Increase the minimum amount of time a child spends in the Mentoring Academy from an average of 1.84 hours per week to 2.5 hours per week over a 48 week period annually for 80% of enrolled children, as measured by time and attendance records. Baseline: 1.84 hours per week. Result: Our overall average of mentoring hours per week has risen to 2.5 hours per week per child. Our average mentoring hours per week for middle schoolchildren is 5.5 hours per week. This goal is being met. Tutoring Achievements: Through a grant from PNC we developed a partnership with Miss B's Learning Bees, to provide extended learning opportunities through academic enrichment for our students. These included diagnostics, development of an Individual Academic Plan, and year end evaluation. The report submitted from Miss B's indicated that we provided services for a total of 47 students in grades K-12. Results indicated that 89% of those students made between 25-40% learning gains on locally created benchmark assessments. -49- 62 49- 62 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown; County Administrator THROUGH: Stan Boling, AICP; Community Development Director Phillip J. Matson, AICP; MPO Staff Director FROM: Brian Freeman, AICP; Senior Transportation Planner DATE: February 1, 2018 SUBJECT: Request for Authorization to Issue Request for Proposals (RFP) for Management and Operations of Transit Services It is requested that the information herein presented be given formal consideration by the Board of County Commissioners at its regular meeting of February 13, 2018. DESCRIPTION, CONDITIONS & ANALYSIS The Senior Resource Association (SRA) is Indian River County's Community Transportation Coordinator (CTC) and public transportation operator. In this capacity, SRA operates the GoLine fixed -route system and the Community Coach paratransit (door-to-door) system. Indian River County is the designated recipient for federal and state grant funding for public transportation within the county. Both the State Commission for the Transportation Disadvantaged (CTD) and the Federal Transit Administration (FTA) require competitive procurement of third party contracts for operating and maintaining public transportation. For the role of Community Transportation Coordinator (CTC), which manages services for the Transportation Disadvantaged (TD) within the county, the State Commission for the Transportation Disadvantaged (CTD) requires a competitive selection process every five years. The CTC is responsible for providing paratransit (door-to-door) transit trips, mostly for medical clientele, through Community Coach. The deadline for the next CTC selection is June 30, 2018. Every.three years, the Federal Transit Administration conducts a thorough review of the County's public transportation system. This is known as a triennial review. During the most recent triennial review, which occurred during 2016, FTA determined that the County needed to engage in a more detailed competitive procurement for the operation of its public transportation system (both GoLine and Community Coach). Other than this finding, the review commended the County's operation of C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@CCODDD61 \@BCL@CCODDD6 Ldocx 63 the public transportation system. County staff has proposed, and FTA has concurred, that this competitive procurement be conducted as a separate but concurrent process with the upcoming CTC selection. This competitive process will be conducted through the issuance of a Request for Proposals (or RFP). Last year, the Board authorized staff to retain the services of the Center for Urban Transportation Research (CUTR) at the University of South Florida for assistance with managing the procurement process. Since most of the transit service in Indian River County is provided with federal funds, the RFP has been structured to comply with stringent federal procurement requirements. CUTR has coordinated with staff to develop the RFP documents, which are ready to be issued upon final approval by the Board to proceed. The RFP covers the GoLine fixed -route system (15 routes) and its complementary Community Coach paratransit service for persons eligible under the Americans with Disabilities Act (ADA). No changes are being proposed to the GoLine or Community Coach. Currently, these services are provided by the SRA, which operates from the County -owned transit administration building through an agreement with the County. Most vehicles in the transit fleet are also owned by the County. The RFP is an invitation to for-profit and non-profit entities to submit proposals to operate the fixed route and ADA paratransit service on behalf of the county as currently structured. As shown in the RFP, proposers will be evaluated based on five criteria: • responsiveness; • experience and competence; • past record and references; • management, operations, and transition plan; and • financial capacity and cost effectiveness. The RFP is scheduled to be advertised for a 45 -day period beginning March 1, 2018. Upon review and evaluation by the selection committee, the results of the RFP will be brought to the Board with a recommendation for award. RECOMMENDATION Staff recommends that the Board of County Commissioners authorize staff to issue the Request for Proposals (RFP) for Management and Operations of Transit Services. C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@CCODDD61\@BCL@CCODDD61.docx 64 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown; County Administrator THROUGH: Stan Boling, AICP; Community Development Director Phillip J. Matson, AICP; MPO Staff Director FROM: Brian Freeman, AICP; Senior Transportation Planner DATE: January 31, 2018 SUBJECT: Approval of a Public Transportation Supplemental Joint Participation Agreement (SJPA) with the Florida Department of Transportation (FDOT) for Block Grant Funds It is requested that the information herein presented be given formal consideration by the Board of County Commissioners at its regular meeting of February 13, 2018. DESCRIPTION & CONDITIONS For the past several years, Indian River County has applied for and received mass transit operating assistance through the Florida Department of Transportation (FDOT) Public Transportation Block Grant program. Each year, the County combines Block Grant funds with local funds as a match towards federal transit operating assistance received under 49 USC Ch. 53, Section 5307 (also known as the Urbanized Area Formula Grant program) and Section 5311 (also known as the Rural Area Formula Grant program). These state and federal grant funds are passed through to the Senior Resource Association (SRA), Indian River County's designated transit service provider. SRA operates the GoLine (fixed -route) and the Community Coach (demand response) transit services. For FY 2017/18, $560,855 has been allocated through the state Block Grant program to the county. Because the Block Grant has a 50% match requirement, the county is required to provide a local match of $560,855. As was the case in previous years, matching funds will come from the County's normal transit allocation. Together, the Block Grant funds and local funds will be applied as a local/state match towards $1,121,710 in federal operating assistance through the Section 5307 program ($1,055,021) and the Section 5311 program ($66,689). As a result, the county will receive $1,682,565 in combined federal and state transit operating assistance. In terms of transit, the County receives most of its funding through the federal Section 5307 grant program. To obtain those federal Section 5307 funds, the County must complete an application and follow a process that includes several steps. For FY 2017/18, the first step is to apply for state Block C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@CCOD44C6\@BCL@CCOD44C6.docx 65 Grant funds. Subsequent steps include applying for federal capital and operating assistance and applying for Florida toll revenue credits for use as a soft match for federal capital assistance. According to state regulations, Block Grant funds maybe used for both eligible capital and operating costs of public transit providers. Because the local match requirement for the capital portion of the County's FY 2017/18 Section 5307 grant may be met by soft -match rather than cash -match funds (which effectively provides for 100% federal funding of capital expenses), the entire FY 2017/18 Block Grant is proposed as a partial match for Section 5307 operating funds. Pursuant to state regulations, Block Grant funds may not exceed 50% of the nonfederal share of total eligible operating expenses of transit service provision. Also, activities funded with Block Grant funds must be consistent with applicable approved local government comprehensive and transit plans. To receive the Block Grant funds, the County must enter into a Supplemental Joint Participation Agreement with FDOT, a copy of which is attached to this staff report (Attachment #2). ANALYSIS As with the FTA Section 5307 grant program, only public agencies may be designated recipients of Block Grant funds, although the funds may be passed through to a nonprofit provider. Under these restrictions, SRA has requested that the Board of County Commissioners apply for state Block Grant funds on its behalf. The attached Supplemental Joint Participation Agreement (SJPA) is an agreement between FDOT and Indian River County specifying the requirements which the County must meet in order to receive Block Grant funds. One of the most important of these requirements is that the County prepare and approve an annual update to its Transit Development Plan (TDP). The attached resolution (Attachment #1) authorizes the Chairman of the Board of County Commissioners to execute the JPA for Public Transportation Block Grant funds. Upon the Board's adoption of the resolution and the Chairman's execution of the SJPA, County staff will transmit the SJPA to FDOT. Once the SJPA has been executed by FDOT, the funds will be transmitted to the County and passed along to the Senior Resource Association (SRA), the County's public transportation provider, so that the SRA can continue providing fixed route and demand -response transit service. The provision of such service is consistent with the findings of the MPO's adopted 10 -year Transit Development Plan and 2040 Long Range Transportation Plan. FUNDING Funding in the amount of $560,855 is budgeted and available in the General Fund/Community Transportation Coordinator account (Account Number 00111041-088230). These funds are part of the allocation given to the Senior Resource Association to provide transit service in the county. C:\Users\legistar\AppData\Loca]\Temp\BCL Technologies\easyPDF 8\@BCL@CCOD44C6\@BCL@CCOD44C6.docx 66 RECOMMENDATION Staff recommends that the Board of County Commissioners approve the attached Public Transportation Supplemental Joint Participation Agreement and adopt the attached resolution authorizing the Chairman to sign the agreement. ATTACHMENTS 1. Authorizing Resolution for the Execution of a Public Transportation Supplemental Joint Participation Agreement 2. FDOT Public Transportation Supplemental Joint Participation Agreement 3. Grant Budget Form C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@CCOD44C6\@BCL@CCOD44C6.docx 61 RESOLUTION NO. 2018 - A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY AUTHORIZING THE EXECUTION OF A PUBLIC TRANSPORTATION SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION. WHEREAS, funding under the Florida Public Transit Block Grant Program may be used as a portion of the required funding match for grants under 49 USC Ch. 53, Section 5307; and WHEREAS, Indian River County intends to submit an FY 2017/18 application for funding assistance under 49 USC Section 5307, with the required funding match to come from local funds and an FY 2017/18 Florida Public Transportation Block Grant; and WHEREAS, Indian River County is eligible to receive grant funding under Section 341.052(1), Florida Statutes, and under 49 USC Ch. 53, Section 5307 and 49 USC 1614; and WHEREAS, the Florida Department of Transportation provides Public Transportation Block Grant funds to Indian River County to assist in the continuance and expansion of local public transportation services. NOW, THEREFORE, BE IT RESOLVED BY THE INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS: 1. That the Chairman of the Indian River County Board of County Commissioners is authorized to execute a public transportation Supplemental Joint Participation Agreement with the Florida Department of Transportation to obtain FY 2017/18 Florida Public Transportation Block Grant funding to be used as a partial match for operating assistance as part of the County's FY 2017/18 Section 5307 grant application. 2. That the Indian River County Community Development Director or his designee is authorized to furnish such additional information as the Florida Department of Transportation may require in connection with the County's FY 2017/18 Public Transportation Block Grant. THIS RESOLUTION was moved for adoption by , and the motion was seconded by , and, upon being put to a vote, the vote was as follows: Chairman Peter D. O'Bryan Vice -Chairman Bob Solari Commissioner Susan Adams Commissioner Joseph E. Flescher Commissioner Tim Zorc C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@CCOD4083\@BCL@CCOD4083.docx Page 1 068 RESOLUTION NO. 2016 - The Chairperson thereupon declared the resolution duly passed and adopted this 13th day of February , 2018. BOARD OF COUNTY COMMSSIONERS INDIAN RIVER COUNTY, FLORIDA By: Peter D. O'Bryan, Chairman Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk I HEREBY CERTIFY that on this day, before me, an officer duly authorized in this State and County to take acknowledgments, personally appeared Peter D. O'Bryan, as Chairman of the Board of County Commissioners, and , as Deputy Clerk, to me known to be the persons described in and who executed the foregoing instrument and they acknowledged before me that they executed the same. WITNESS my hand and official seal in the County and State last aforesaid this 13th day of February , 2018. Notary Public APPROVED AS TO LEGAL SUFFICIENCY SEAL: Dylan Reingold, County Attorney APPROVED AS TO COMMUNITY DEVELOPMENT MATTERS Stan Boling, AICP, Director Community Development Department C:\Users\legistar\AppData\Local\Temp\BCLTechnologies\easyPDF8\@BCL@CCOD4083\@BCL@CCOD4083.docx Page 2 o69 DocuSign Envelope ID: BD069CDD-8lE5-4645-A1B4-FA8Fl6C278EF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT Financial Project No.: 407190-4-84-01 (item -segment -phase -sequence) Contract No.: ARQ56 CFDA Number: Number 03 Fund: DPTO Function: 215 Federal No.: DUNS No.: 80-939-7102 CSFA Number: 55.010 THIS AGREEMENT, made and entered into this day of FLAIR Approp.: 088774 FLAIR Obj.: 751000 Org. Code: 55042010429 Vendor No.: by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida, hereinafter referred to as the Department, and Indian River County Board Of County Commissioners 1801 27th Street Vero Beach, FL 32960 hereinafter referred to as Agency. WITNESSETH: WHEREAS, the Department and the Agency heretofore on the 29 th day of December . 2014 entered into a Joint Participation Agreement; and WHEREAS, the Agency desires to accomplish certain project items as outlined in the Attachment "A" appended hereto; and WHEREAS, the Department desires to participate in all eligible items for this project as outlined in Attachment "A" for a total Department Share of $ 1,910.577.00 NOW, THEREFORE THIS INDENTURE WITNESSETH: that for and in consideration of the mutual benefits to flow from each to the other, the parties hereto agree that the above described Joint Participation Agreement is to be amended and supplemented as follows: 1.00 Project Description: The project description is amended 725-030-07 PUBLIC TRANSPORTATION 6111 Page 1 of 3 To provide Block Grant funding to Indian River County Board Of County Commissioners for operating assistance to its urbanized area public transportation system. 70 DocuSign Envelope ID: BD069CDD-81E5-4645-A1 B4-FA8F16C278EF 726-030-07 PUBLIC TRANSPORTATION 6111 Page 2 of 3 2.00 Project Cost: Paragraph 3.00 of said Agreement is • increased O decreased by $ 1,121,770.00 bringing the revised total cost of the project to $ 3,821,154.00 Paragraph 4.00 of said Agreement is • increased O decreased by $ 560,885.00 bringing the Department's revised total cost of the project to $ 1,910.577.00 3.00 Amended Exhibits: Exhibit(s) B & D of said Agreement is amended by Attachment "A". 4.00 Contract Time: Paragraph 16.00 of said Agreement 12/31/2019 . 5.00 E -Verify: Vendors/Contractors: 1. shall utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract; and 2. shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. 71 DocuSign Envelope ID: BD069CDD-8lE5-4645-A1B4-FA8Fl6C278EF Financial Project No. 407190-4-84-01 Contract No. ARQ56 Agreement Date Except as hereby modified, amended or changed, all other terms of said Agreement dated 12/29/2014 and any subsequent supplements shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written. AGENCY Indian River County Board Of County Commissioners AGENCY NAME SIGNATORY (PRINTED OR TYPED) SIGNATURE TITLE 725-030-07 PUBLIC TRANSPORTATION 6/11 Page 3 of 3 FDOT See attached Encumbrance Form for date of Funding Approval by Comptroller LEGAL REVIEW DEPARTMENT OF TRANSPORTATION Stacy Miller, P.E. DEPARTMENT OF TRANSPORTATION Director of Transportation Development TITLE 72 DocuSign Envelope ID: BD069CDD-8lE5-4645-AlB4-FA8Fl6C278EF Financial Project No. 407190-4-84-01 Contract No. ARQ56 Agreement Date ATTACHMENT "A" SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT This Attachment forms an integral part of that certain Supplemental Joint Participation Agreement between the State of Florida, Department of Transportation and Indian River County Rnard of County Commissioners 1801 27th Street Vero Beach, FL 32960 dated DESCRIPTION OF SUPPLEMENT (Include justification for cost change): To provide Block Grant funding to Indian River County Board Of County Commissioners for operating assistance to its urbanized area public transportation system. Comments: 73 Page 1 of 2 As Approved As Amended Net Change I' Project Cost $2,699,384.00 $3,821,154.00 $1,121,770.00 As Approved As Amended Net II. Fund DPTO DPTO DPTO Department: $1,349,692.00 $1,910,577.00 $560,885.00 Agency: $1,349,692.00 $1,910,577.00 $560,885.00 Federal: $ 0.00 $ 0.00 $ 0.00 Total Project Cost $2,699,384.00 $3,821,154.00 $1,121,770.00 Comments: 73 Page 1 of 2 DocuSign Envelope ID: BD069CDD-8lE5-4645-A1B4-FA8Fl6C278EF ATTACHMENT "A" SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT III. MULTI-YEAR OR PREQUALIFIED PROJECT FUNDING If a project is a multi-year or prequalified project subject to paragraphs 4.10 and 17.20 of this agreement, funds are programmed in the Department's Work program in the following fiscal year(s): FY Amount 2014 $915,324.00 2015 $892,234.00 2016 $ 891,826.00 2017 $1,121,770.00 74 Page 2 of 2 DocuSign Envelope ID: BD069CDD-81E5-4645-A1B4-FA8F16C278EF Financial Project No. 407190-4-84-01 Contract No. ARQ56 Agreement Date EXHIBIT "D" STATE FINANCIAL ASSISTANCE (FLORIDA SINGLE AUDIT ACT) THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: SUBJECT TO SECTION 215.97, FLORIDA STATUTES: Awarding Agency: Florida Department of Transportation State Project Title: PUBLIC TRANSIT BLOCK GRANT PROGRAM CSFA Number: 55.010 *Award Amount: $1,910,577.00 *The state award amount may change with supplemental agreements Specific project information for CSFA Number 55.010 is provided at: https:Happs.fldfs.com/fsaa/searchCatalog.aspx COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT: State Project Compliance Requirements for CSFA Number 55.010 are provided at: hftps://apps.fldfs.com/fsaa/searchCompliance.aspx The State Projects Compliance Supplement is provided at: https://apps.fldfs.com/fsaa/compliance.aspx 75 Page 1 of 1 GRANT NAME: Florida Public Transportation Block Grant GRANT #: ARO56 AMOUNT OF GRANT: $560,885 DEPARTMENT RECEIVING GRANT: Community Develonment (pass through to Senior Resource Association) CONTACT PERSON: Brian Freeman PHONE #:5772) 226-1990 1. How long is the grant for? One Year Starting Date: January 1, 2018 Description Position Position Position Position Position 2. Does the grant require you to fund this function after the grant is over? Yes X No 3. Does the grant require a match? X Yes No If yes, does the grant allow the match to be In Kind Services? Yes No 4. Percentage of grant to match: 50 % Retirement Contributions 5. Grant match amount required: $ 560,885 Life and Health Insurance 6. Where are the matching funds coming from (i.e. In Kind Services, Reserve for Contingency? Worker's Compensation $560.885 County match already budgeted in general fund Soc. Sec. Medicare Matching 7. Does the grant cover capital costs or start-up costs? Yes X No If no, how much do you think will be needed in capital costs or start-up costs? $ (Attach a detailed listing of costs.) $ 8. Are you adding any additional positions utilizing the grant funds? Yes X No If yes, please list. (If additional space is needed, please attach a schedule.) Fifth Year Acct. Description Position Position Position Position Position 011.12 Regular Salaries 011.13 Other Salaries & Wages (PT) 012.11 Social Security 012.12 Retirement Contributions 012.13 Life and Health Insurance 012.14 Worker's Compensation 012.17 Soc. Sec. Medicare Matching $ TOTAL 9. What is the total cost of each position including benefits, capital, start-up, auto expense, travel, and operating? Salaries and Benefits Operating Costs Capital Total Costs 10. What is the estimated cost of the grant to the County over five years? $445,913 76 Grant Amount Other Matching Costs Match Total First Year $560,885 $ $560,885 (County Match) $1,121,710 Second Year $ $ $ $ Third Year $ $ $ $ Fourth Year $ $ $ $ Fifth Year $ $ $ $ 76 NO N INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown; County Administrator THROUGH: Stan Boling, AICP; Community Development Director Phillip J. Matson, AICP; MPO Staff Director FROM: Brian Freeman, AICP; Senior Transportation Planner DATE: January 31, 2018 SUBJECT: Approval of a Public Transportation Supplemental Joint Participation Agreement (SJPA) with the Florida Department of Transportation (FDOT) for Rural Service Funds It is requested that the information herein presented be given formal consideration by the Board of County Commissioners at its regular meeting of February 13, 2018. DESCRIPTION & CONDITIONS For the past several years, the County has applied for and received transit operating assistance under 49 USC Ch. 53, Section 5311 (also known as the Formula Grants for Rural Areas program) through the Florida Department of Transportation (FDOT). These grant funds have been passed through to the Senior Resource Association (SRA), Indian River County's designated transit service provider. According to federal regulations, Formula Grants for Rural Areas funds may be used to provide transit service to rural or small urban areas. Such transit service includes fixed route service (GoLine) and demand -response service (Community Coach). For FY 2017/18, $66,689 in Section 5311 funds is allocated to the county. In this case, the grant has a 50% nonfederal match requirement for operating assistance. Matching funds will consist of $33,344.50 from the state Public Transportation Block Grant and $33,344.50 from the County's normal transit allocation. No additional local funds are necessary. While Section 5311 funds are federal grant funds, FDOT administers the Section 5311 program within the state of Florida. In order to receive these funds, the BCC must enter into a Supplemental Joint Participation Agreement (SJPA) with FDOT, a copy of which is attached to this staff report (Attachment 2). C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@F80DD017\@BCL@F80DD017.docx 77 ANALYSIS The County receives most of its transit funding through the federal Section 5307 (Urban Area) grant program. Because a portion of Indian River County is designated as rural, the County is also eligible to receive transit funding through the Section 5311 (Rural Area) grant program. The attached resolution (Attachment 1) authorizes the Chairman of the Board of County Commissioners to execute the SJPA for Formula Grants for Rural Areas funds. Upon the Board's adoption of the resolution and the Chairman's execution of the JPA, County staff will transmit the SJPA to FDOT. Once the SJPA has been executed by FDOT, the funds will be transmitted to the County and passed along to the Senior Resource Association (SRA), the County's public transportation provider, so that the SRA can continue providing fixed route and demand -response transit service to rural areas of the county. The provision of such service is consistent with the findings of the MPO's adopted 10 -year Transit Development Plan and 2040 Long Range Transportation Plan. FUNDING Funding in the amount of $33,344.50 is budgeted and available in the General Fund / Community Transportation Coordinator account. Funding for this expenditure is part of the allocation given to the Senior Resource Association to provide transit service in the county. Account Number 00111041-088230 RECOMMENDATION Staff recommends that the Board of County Commissioners approve the attached Public Transportation Supplemental Joint Participation Agreement and adopt the attached resolution authorizing the Chairman to sign the agreement. ATTACHMENTS 1. Authorizing Resolution for the Execution of a Public Transportation Supplemental Joint Participation Agreement 2. FDOT Public Transportation Supplemental Joint Participation Agreement 3. Grant Budget Form C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@F80DD017\@BCL@F80DD017.docx 78 RESOLUTION NO. 2018 - A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY AUTHORIZING THE EXECUTION OF A PUBLIC TRANSPORTATION SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION. WHEREAS, Indian River County has the authority to apply for and accept grants and make purchases and/or expend funds pursuant to grant awards made by the Florida Department of Transportation as authorized by Chapter 341, Florida Statutes and/or the Federal Transit Administration Act of 1964, as amended; and WHEREAS, Indian River County is eligible to receive grant funding under Section 341.052(1), Florida Statutes, and under 49 USC Ch. 53, Section 5311 and 49 USC 1614; and WHEREAS, the Florida Department of Transportation provides Formula Grants for Rural Areas funds to Indian River County to assist in the continuance and expansion of local public transportation services. NOW, THEREFORE, BE IT RESOLVED BY THE INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS: That the Chairman of the Indian River County Board of County Commissioners is authorized to execute a public transportation Supplemental Joint Participation Agreement with the Florida Department of Transportation to obtain $66,689 in FY 2017/18 Formula Grants for Rural Areas (Section 5311) funds, for operating assistance as part of the County's ongoing public transportation service. 2. That the Indian River County Community Development Director is authorized to furnish such additional information as the Florida Department of Transportation may require in connection with the County's Rural Area Formula Grant. THIS RESOLUTION was moved for adoption by , and the motion was seconded by , and, upon being put to a vote, the vote was as follows: Chairman Peter D. O'Bryan Vice -Chairman Bob Solari Commissioner Susan Adams Commissioner Joseph E. Flescher Commissioner Tim Zorc The Chairperson thereupon declared the resolution duly passed and adopted this 13th day of February , 2018. C:\Users\legistar\AppData\L.ocal\Temp\BCL Technologies\easyPDF 8\@BCL@F80D235F\@BCL@F80D235F.docx Pagel o79 RESOLUTION NO. 2018 - BOARD OF COUNTY CONMSSIONERS INDIAN RIVER COUNTY, FLORIDA By: Peter D. O'Bryan, Chairman Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk I HEREBY CERTIFY that on this day, before me, an officer duly authorized in this State and County to take acknowledgments, personally appeared Peter D. O'Bryan, as Chairman of the Board of County Commissioners, and , as Deputy Clerk, to me known to be the persons described in and who executed the foregoing instrument and they acknowledged before me that they executed the same. WITNESS my hand and official seal in the County and State last aforesaid this 13th day of February , 2018. Notary Public APPROVED AS TO LEGAL SUFFICIENCY SEAL: Dylan Reingold, County Attorney APPROVED AS TO COMMUNITY DEVELOPMENT MATTERS Stan Boling, AICP, Director Community Development Department C:\Users\legistar\AppData\Local\Temp\BCLTechnologies\easyPDF8\@BCL@F80D235F\@BCL@F80D235F.docx Page 2 o80 DocuSign Envelope ID: FCDAAFB8-1C46-4E15-AC38-76E3ECA94F92 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 725-030-07 PUBLIC TRANSPORTATION PUBLIC TRANSPORTATION 6/11 SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT Pagel of Number 03 Financial Project No.: Fund: DU FLAIR Approp.: 088774 407182-2-84-01 Function: 215 FLAIR Obj.: 790000 (item -segment -phase -sequence) Federal No.: Org. Code: 55042010429 Contract No.: ARQ46 DUNS No.: 80-939-7102 Vendor No.: CFDA Number: 20.509 CSFA Number: THIS AGREEMENT, made and entered into this day of by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida, hereinafter referred to as the Department, and Indian River County Board Of County Commissioners 1801 27th Street Vero Beach, FL 32960 hereinafter referred to as Agency. WITNESSETH: WHEREAS, the Department and the Agency heretofore on the 29 th day of December , 2014 entered into a Joint Participation Agreement; and WHEREAS, the Agency desires to accomplish certain project items as outlined in the Attachment "A" appended hereto; and WHEREAS, the Department desires to participate in all eligible items for this project as outlined in Attachment "A" for a total Department Share of $ 270.519.00 NOW, THEREFORE THIS INDENTURE WITNESSETH: that for and in consideration of the mutual benefits to flow from each to the other, the parties hereto agree that the above described Joint Participation Agreement is to be amended and supplemented as follows: 1.00 Project Description: The project description is amended To provide 5311 funding to Indian River County Board Of County Commissioners for operating assistance to its no -urbanizes area public transportation system 81 DocuSign Envelope ID: FCDAAFB8-1C46-4E15-AC38-76E3ECA94F92 725-030-07 PUBLIC TRANSPORTATION 6/11 Page 2 of 3 2.00 Project Cost: Paragraph 3.00 of said Agreement is • increased O decreased by $ 133,378.00 bringing the revised total cost of the project to $ 541,038.00 Paragraph 4.00 of said Agreement is • increased O decreased by $ 66.689.00 bringing the Department's revised total cost of the project to $ 270.519.00 3.00 Amended Exhibits: Exhibit(s) B & D of said Agreement is amended by Attachment "A". 4.00 Contract Time: Paragraph 16.00 of said Agreement 12/31/2019 . 5.00 E -Verify: Vend ors/Contractors: 1. shall utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract; and 2. shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. 82 DocuSign Envelope ID: FCDAAFB8-1C46-4E15-AC38-76E3ECA94F92 725-030-07 PUBLIC TRANSPORTATION 6/11 Page 3 of 3 Financial Project No. 407182-2-84-01 Contract No. ARQ46 Agreement Date Except as hereby modified, amended or changed, all other terms of said Agreement dated 12/29/2014 and any subsequent supplements shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written. AGENCY Indian River County Board Of County Commissioners AGENCY NAME SIGNATORY (PRINTED OR TYPED) SIGNATURE FDOT See attached Encumbrance Form for date of Funding Approval by Comptroller LEGAL REVIEW DEPARTMENT OF TRANSPORTATION Stacy Miller, P.E. DEPARTMENT OF TRANSPORTATION Director of Transportation Development TITLE TITLE RE DocuSign Envelope ID: FCDAAFB8-1C46-4E15-AC38-76E3ECA94F92 Financial Project No. 407182-2-84-01 Contract No. ARQ46 Agreement Date ATTACHMENT "A" SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT This Attachment forms an integral part of that certain Supplemental Joint Participation Agreement between the State of Florida, Department of Transportation and Indian River C ounN Road of County Commissioner. - 1801 27th Street Vero Beach, FL 32960 dated DESCRIPTION OF SUPPLEMENT (Include justification for cost change): To provide 5311 funding to Indian River County Board Of County Commissioners for operating assistance to its no -urbanizes area public transportation system Comments: 84 Page 1 of 2 As Approved As Amended Net Change I' Project Cost $407,660.00 $ 541,038.00 $133,378.00 As Approved As Amended Net II. Fund DU DU DU Department: $203,830.00 $270,519.00 $66,689.00 Agency: $203,830.00 $270,519.00 $66,689.00 Federal: $ 0.00 $ 0.00 $ 0.00 Total Project Cost $407,660.00 $541,038.00 $133,378.00 Comments: 84 Page 1 of 2 DocuSign Envelope ID: FCDAAFB8-1C46-4E15-AC38-76E3ECA94F92 r_AiIf_TS]:ILy, I=1,IW_1i SUPPLEMENTAL JOINT PARTICIPATION. AGREEMENT III. MULTI-YEAR OR PREQUALIFIED PROJECT FUNDING If a project is a multi-year or prequalified project subject to paragraphs 4.10 and 17.20 of this agreement, funds are programmed in the Department's Work program in the following fiscal year(s): FY Amount 2014 $143,886.00 2015 $130,608.00 2016 $133,166.00 2017 $133,378.00 85 Page 2 of 2 DoouSign Envelope ID: FCDAAFB8-1C46-4E15-AC38-76E3ECA94F92 Financial Project No. 407182-2-84-01 Contract No. ARQ46 Agreement Date EXHIBIT "D" FEDERAL FINANCIAL ASSISTANCE (SINGLE AUDIT ACT) FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: CFDA No.: 20.509 CFDA Title: FORMULA GRANTS FOR RURAL AREAS *Award Amount: $0.00 Awarding Agency: Florida Department of Transportation Indirect Cost Rate: **Award is for R&D: *The federal award amount may change with supplemental agreements **Research and Development as defined at §200.87, 2 CFR Part 200 FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE SUBJECT TO THE FOLLOWING AUDIT REQUIREMENTS: 2 CFR Part 200 - Uniform Administrative Requirements, Cost Principles & Audit Requirements for Federal Awards www.ecfr.gov FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TO THE FOLLOWING: Federal Funding Accountability and Transparency Act (FFATA) Sub -award Reporting System (FSRS) http://www.fsrs.gov 49 USC 5311: Formula Grants for Rural Areas http://uscode.house.gov/browse.xhtml FTA Circular 9040.1 G: Formula Grants for Rural Areas: Program Guidance and Application Instructions http://www.fta.dot.gov/legislation law/12349.html 86 Page 1 of 1 GRANT NAME: 49 USC Ch. 53, Section 5311 (Formula Grants for Rural Areas) GRANT #: ARO46 AMOUNT OF GRANT: $66,689 DEPARTMENT RECEIVING GRANT: Community Development (pass through to Senior Resource Association) CONTACT PERSON: Brian Freeman PHONE #: (772) 226-1990 1. How long is the grant for? Twelve Months Starting Date: January 1, 2018 2. Does the grant require you to fund this function after the grant is over? Yes X No 3. Does the grant require a match? X Yes No If yes, does the grant allow the match to be In Kind Services? Yes No 4. Percentage of grant to match: 50 % 012.14 Worker's Compensation 5. Grant match amount required: $ 33,344.50 Soc. Sec. Medicare Matching $ 6. Where are the matching funds coming from (i.e. In Kind Services, Reserve for Contingency? $ Match consists of $33.344.50 in County funds already budizeted for public transportation and $33,344.50 in FDOT grant funds 7. Does the grant cover capital costs or start-up costs? Yes X No If no, how much do you think will be needed in capital costs or start-up costs? $ $ (Attach a detailed listing of costs.) $ 8. Are you adding any additional positions utilizing the grant funds? Yes X No If yes, please list. (If additional space is needed, please attach a schedule.) Acct. Description Position Position Position Position Position 011.12 Regular Salaries 011.13 Other Salaries & Wages (PT) 012.11 Social Security 012.12 Retirement Contributions 012.13 Life and Health Insurance 012.14 Worker's Compensation 012.17 Soc. Sec. Medicare Matching $ TOTAL 9. What is the total cost of each position including benefits, capital, start-up, auto expense, travel, and operating? Salaries and Benefits Operating Costs Capital Total Costs 10. What is the estimated cost of the grant to the County over five years? $33,291.50 Grant Amount Other Matching Costs Match Total First Year $66,689 $ $33,344.50 in local funds & $33,344.50 in FDOT grants $133,378 Second Year $ $ $ $ Third Year $ $ $ $ Fourth Year $ $ $ $ Fifth Year $ $ $ $ CONSENT INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: February 2, 2018 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: Jason E. Brown, County Administrator Mike Smykowski, Director, Office of Management and Budget FROM: Jennifer Hyde, Purchasing Manager SUBJECT: Recommended Selection of Consultants for RFQ 2018008 — Continuing Consulting Engineering Services BACKGROUND: The current professional continuing consulting engineering contracts for Utilities and Public Works expire on February 15, 2018. On behalf of the Department of Utility Services and in accordance with FS 287.055, Requests for Qualifications (RFQs) were solicited for professional engineering services on a continuing contract basis. Consulting firms were invited to submit qualifications for one or more of the six project categories. Term of award is anticipated to be three years with one two-year renewal option available. RFQ RESULTS: Advertising Date: RFQ Opening Date: DemandStar Broadcast to: RFQ Documents Requested by Replies: September 26, 2017 October 24, 2017 at 2:00 pm 2070 Subscribers 96 Firms 28 Firms ANALYSIS: A selection committee comprised of Arjuna Weragoda, P.E., Capital Projects Manager, Vincent Burke, P.E, Director of Utilities Services, John Boyer, P.E., Utilities Engineer, James Gray, Natural Resources Manager, James Ennis, P.E., PMP, County Engineer, William Johnson, P.E., Roadway Production Manager, and Himanshu Mehta, P.E., SWDD Managing Director independently evaluated and scored the received statements of qualifications in accordance with FS 287.055 and the County Purchasing Manual. These scores were compiled by the committee and an overall ranking of the submittals for each project category developed. At least three firms in each category were invited to participate in discussions with the committee. After the interviews, the committee members again independently ranked the firms and a committee ranking was compiled. Consent — RFQ 2018008 During review of the Roadway, Transportation and Traffic Engineering category, the committee determined their initial ranking was based on a large variety of projects, and therefore ranking was geared towards larger firms. To serve the best interests of the County, the committee decided to also consider a secondary category under roadway for smaller and more specialized projects and is also recommending award to the firms it determined best fit those criteria. The final rankine established by the committee and their recommendation for award is_ Utility Minor Category Recommendation for Award 1 Schulke, Bittle & Stoddard V 2 Kimley Horn & Associates V 3 Masteller & Moler V 4 Jones Edmunds V 5 Atkins V 6 Bowman Consulting V 7 MBV Engineering V 8 Carter Associates V 9 Captec Engineering 101 Black & Veatch 111 CivilSury Utility Major Category Recommendation for Award 1 CDM Smith V 2 Atkins V 3 Kimley Horn & Associates V 4 Jones Edmunds V 5 Schulke, Bittle & Stoddard V 6 Tetra Tech V 7 Masteller & Moler 8 Arcadis 9 Black & Veatch 101 Bowman Consulting Coastal Category Recommendation for Award 1 Aptim V 2 Geosyntec V 3 Stantec V 4 Coastal Waterways V 5 Atkins V 6 Taylor Engineering 7 Tetra Tech 8 Coastal Tech 9 Olin Hydrograhic Solutions, Inc. 1101 Dredging & Marine Consultants 89 Consent — RFQ 2018008 Roadway, Traffic and Transportation Category Recommendation for Award 1 Kimley Horn & Associates J 2 Arcadis V 3 Atkins J 4 Schulke, Bittle & Stoddard V 5 Bowman Consulting V 6 Marlin Engineering (small/specialized project focus) V 7 MBV Engineering (small/specialized project focus) J 8 Keith & Schnars (small/specialized project focus) V 9 Captec Engineering 10 Carter Associates 11 Civil Sury Water Resources Category Recommendation for Award 1 Kimley Horn & Associates V 2 Geosyntec J 3 Tetra Tech J 4 Jones Edmunds J 5 Atkins V 6 WRMA (for DBE quals) V 7 Schulke, Bittle & Stoddard 8 Singhofen & Associates 9 Taylor Engineering 10 Keith & Schnars 11 MBV Engineering 12 Carter Associates 13 Captec Engineering 14 Black & Veatch 15 Bowman Consulting 16 SCS Engineers SWDD Category Recommendation for Award 1 Geosyntec V 2 CDM Smith V 3 Kimley Horn & Associates V 4 SCS Engineers 5 Tetra Tech 6 MBV Engineering 7 Black & Veatch 90 Consent — RFQ 2018008 FUNDING: Funding for work orders under these agreements will vary, based on project and department. RECOMMENDATION: Staff recommends the Board approve the committee's final rankings and authorize negotiations with the indicated firms in accordance with FS 287.055, Consultant's Competitive Negotiation Act. 91 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown, County Administrator THROUGH: Richard B. Szpyrka P.E., Public Works Director FROM: Andy Sobczak, Infrastructure Project Manager SUBJECT: Work Order No. 4, REI Engineers, Inc. — Design and Replacement of Sebastian Corners Roof DATE: February 2, 2018 DESCRIPTION AND CONDITIONS In 2017, Indian River County purchased an existing commercial plaza, known as Sebastian Comers, located at 1919 US 1 in Sebastian as the future location for the County's North County Offices. Currently, Offices of the Indian River County Tax Collector, Veterans Services, Utilities and Clerk of the Circuit Court occupy leased space at 11610 US 1 in Sebastian. Since the Sebastian Corners roof has surpassed its useful lifespan, and is in need of numerous repairs, prior to relocation of the North County Offices the roof needs to be replaced. On April 18, 2014, the Board of County Commissioners approved a Continuing Contract Agreement with REI Engineers, Inc. to perform roofing consultation services to include evaluations of existing roofing conditions, design solutions for remedial work, design solutions for roof replacement, preparation of design documents, and project management. On February 6, 2018, the Board of County Commissioners approved an Extension to the Continuing Contract for an additional 3 -years. On November 22, 2017 REI Engineers, Inc. submitted a proposal for the design, assistance in bidding, and construction administration for replacement of the roof at Sebastian Corners. FUNDING Funding for the project is included in the FY 17-18 CIE and budgeted in Optional Sales Tax/Facilities Management/New Roof N. County Office Bldg. Sebastian Corners, Acct #31522019- 066510-17018. RECOMMENDATION Staff recommends that the BCC approve the attached Work Order #4 for REI Engineers, Inc. to design, assist in bidding, and perform construction administration services for the replacement of the 92 C:\Users\legistar\AppData\Loval\Temp\BCLTechnologies\easyPDF 8\@BCL@F40D8251\@BCL F40D8251.doc �C Page Two Work Order No. 4, REI Engineers, Inc. BCC Consent Agenda 2/13/2018 existing roof at Sebastian Corners, and authorize the Chairman to execute Work Order #4 in the lump sum amount of $25,900.00. DISTRIBUTION Michael Smykowski, Budget Director Jennifer Hyde, Purchasing Manager ATTACHMENTS Work Order #4 APPROVED AGENDA ITEM FOR FEBRUARY 13, 2018 93 C:\Usm\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@F40D8251\@BCL@F40D8251.doc WORK ORDER NUMBER 4 Sebastian Corners Roof Replacement IRC Project No. 1765 This Work Order Number is entered into as of this day of pursuant to that certain Continuing Contract Agreement for Roof Consultation Services, dated April 18th, 2014, and extended on February 6, 2018 for an additional 3 -year term, (referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and REI Engineers, Inc. ("Consultant"). All services performed under this contract shall be supervised and certified by a licensed Professional Engineer (PE) licensed with the State of Florida and staff employed directly with your firm. Scope of Services: Indian River County is requesting that REI Engineers, Inc., prepare construction drawings consisting of roof plans and details; which depict the Scope of Work, assist in the bidding phase, and provide construction administration services for the replacement of the roof at the Sebastien Corners, 1919 US Highway 1, Sebastian, Florida 32958. All work shall be performed in accordance with the attached Proposal dated November 22, 2017 (EXHIBIT "A") and shall comply with Standards enumerated in the Continuing Contract Agreement for Professional Services, dated April 18, 2014, and extended on February 6, 2018 for an additional 3 -year term. Compensation: The COUNTY agrees to pay, and REI Engineers, Inc., agrees to accept, $25,900.00 for services rendered according to the Proposal dated November 22, 2017, identified in the attached EXHIBIT "A", incorporated by reference herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS REI Engineers, Inc OF INDIAN RIVER COUNTY By: By: Mark Renninger Peter D. O'Bryan, Chairman Title: Branch Manager BCC Approved Date: Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: Jason E. Brown, County Administrator Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney 94 REI ENGINEERS 10150 Highland Manor Drive, Suite 200, Tampa, FL 33610 PHONE 813.944.2137 FAX 813.419.7302 November 22, 2017 Indian River County 1801 27th Street Vero Beach, FL 32960 Attention: Andrew Sobczak Infrastructure Project Manager Reference: Proposal for Engineering Services Sebastian Corners Retail LLC Contract Documents and Construction Administration REI Proposal No. P17TPA-031 Revision 1 Dear Mr. Sobczak: In response to our recent discussions, we are pleased to submit this proposal for your consideration. The roof areas outlined in this proposal include roof sections of the facility located at 1919 US Highway 1, Sebastian, Florida 32958 (totaling approximately 22,000 square feet). The following is an outline of the proposed services for Contract Documents and Construction Administration: I. CONTRACT DOCUMENTS A. Conduct the site visit(s) to develop detailed Contract Documents for the subject building. B. Extract roof samples to identify roof system composition and condition. Cored locations to be repaired with compatible materials. C. Perform the following engineering design calculations for all roof areas which will be sealed by a Licensed Engineer: 1. Determine design wind loads in accordance with ASCE 7 as required by the current edition of the State Building Code. 2. Primary and secondary (overflow) drainage for compliance with the current edition of the State Plumbing Code. 3. Existing and proposed roof system R -Value for compliance with the current edition of the State Energy Conservation Code. 4. Estimate existing and proposed roof system dead load unit weights to determine load change and the need for a structural analysis. If a structural analysis is required, REI will coordinate applicable work with a licensed Structural Engineer. The cost for the structural analysis (if necessary) is not included in this proposal. D. Prepare comprehensive scaled drawings for conditions present to ensure competitive bids are received. All plans and details to be developed on Computer Aided Drafting (AutoCAD). ROOFING, WATERPROOFING AND BUILDING ENVELOPE ENGINEERS AND CONSULTANTS www.reiengineers.com 95 AN EMPLOYEE -OWNED COMPANY REI Proposal No. P17TPA-031 Revision 1 November 22, 2017 Page 2 E. Prepare technical specifications of the removal or other preparation of the existing roofing system(s) and installation of the insulation, roof system(s) and sheet metal for the building. F. Issue preliminary Contract Documents for Owner review. Upon acceptance, final Contract Documents will be prepared and submitted. G. Provide advertisement for bids to Owner for use in advertising in accordance with applicable laws and/or submit names of three or more qualified Contractors to bid the Contract Documents. H. Hold one Pre -Bid Meeting for potential contractors to review the Contract Documents and resolve any questions that may arise during the bid stage of the project. I. Bids shall be analyzed and a recommendation made based on low bid, alternates, contractor's past performance and Owner's budget restrictions. Submit a certified Bid Tabulation and recommendation for award. II. CONSTRUCTION ADMINISTRATION A. Complete Owner's recommended Form of Agreement between Owner and Contractor and submit to Owner and Contractor for acceptance. B. Issue "Notice to Proceed" with Date of Commencement and construction period established. C. Review and accept, as appropriate, shop drawings and submittals as required by the Contract Documents. Return unacceptable submittals to contractor as required until compliance with specifications is realized. D. Hold a pre -construction meeting with the successful contractor to ensure a clear understanding of the plans and specifications. E. Perform quality assurance site visit once every five working days, Monday through Friday, to verify work is in compliance with the Contract Documents. Photographs will be taken as deemed necessary for documentation. REI cannot comment on work that takes place and covered while REI is not onsite. F. Prepare and submit reports from each quality assurance site visit relaying information pertaining to weather, area worked, application methods, material types installed during the site visit, and listing of non -conforming items requiring Contractor's correction. G. Certify Contractor's monthly invoicing based on status of work performed as determined from project site visits. H. Route any change orders developed to address changes to the contract requirements. I. Upon notification by the contractor that the job is substantially complete, a substantial completion inspection will be conducted with REI, Owner, Contractor and Manufacturer personnel. A punch list will be prepared to list any minor items that require further treatment. ��► 4h 1 V # 1 1 ENGINEERS REI Proposal No. P17TPA-031 Revision 1 November 22, 2017 Page 3 Upon notification by the contractor that the job is fully complete, a final inspection will be conducted with REI, contractor and Owner personnel. A final inspection report will be submitted upon verifying completion or if necessary, an additional punch list will be prepared. K. Upon completion of work, verify compliance of warranties and forward to Owner with close out documents and final billing. L. Conduct a 2 -year Contractor Warranty Inspection before the warranty expires to address warranty issues with the Contractor and Manufacturer. III. PROPOSED SCOPE OF WORK A. Low Slope Roof Section: Remove existing roof system down to the existing structural deck and provide new PVC roof system along with sheet metal flashing and accessories to provide a complete, watertight, 20 -year warrantable roof assembly. Roof system selected will be submitted to Owner for approval. B. Steep Slope Roof Section: Remove existing metal roof down to the substrate. Replace damaged or contaminated substrate and provide new roof system along with sheet metal flashing and accessories to provide a complete, watertight, 20 -year warrantable roof assembly. Roof system selected will be submitted to Owner for approval. IV. OPINION OF PROBABLE CONSTRUCTION COST/ENGINEERING FEES A. Based on the anticipated scope of work for this project, the proposed engineering fees are: Engineering Fees: Contract Review Draft Documents............................................................... $6,100 Contract Final Draft Documents................................................................... $5,200 BiddingPhase.................................................................................................. $900 Construction Administration....................................................................... $12,400 CloseOut...................................................................................................... $1,300 Total............................................................................................................ $25,900 V. PROJECT SCHEDULE A. Preliminary Contract Documents shall be completed within thirty (30) days of Notice to Proceed. Final Contract Documents shall be completed and sealed within ten (10) days of receipt of comments. B. Construction Administration shall be performed during the estimated construction duration and the project closeout process. This work is expected to take forty-five (45) calendar days. If this proposal meets with your approval, please notify us in writing. This proposal will remain firm for a period of thirty (30) days. After that time, we reserve the right to review scheduled commitments and prices. If you have any questions regarding this matter, please do nothesitate to call. th FNez.- 1 1 ENGINEERS REI Proposal No. P17TPA-031 Revision 1 November 22, 2017 Page 4 Respectfully submitted, REI Engineers Mark Rennmger, PE, RRC, Branch Manager to ENGlh7EERS 98 Exhibit 2 REI ENGINEERS 2014 Standard Fee Schedule A. PERSONNEL AND EQUIPMENT CHARGES., 1. PersonneIC harges` a. Professional Engtn6cr/Re6stet6d Consultant .:.............:................. 155:00 b. Project.IVlanager :........... ........... :....... ..:...:::......:....:............:.:.::.::;....$115;00/hr: c. Technician........................................................ $70.00/lirr d- Draftsman (includes AutoCAD .time) ..........................$55:00/hr: C. Clerical ........................... ..................................... .......................... :.;,..$45:00/hr. Depositions and. count at time and.'one=half. Time. over 40hrs./wk. & Saturdays at time. and one-hal£ Sundays & Holidays at double time: Minimum technician charge for site visits is four hours. 2. Miscellaneous Charges A. Mileage ...... ....... ... $0:60/anile b: Per Diem.:.......................................................................................... $90:00/day e. Exp ense- 08 .: B. FIELD TESTING 1. Roof Cores:.........................:.:.:....................................:..............:.:.....:....... $ 40.00/ea 2. Asbestos Testing . ................................ $50.00/ea 3. Factory Mutual :1-52 Negative Pressure Test .................Refer to Testing Fee Schedule! `* 4. Infrared Moisture Survey .. .....................................Refer to. Testing Fee Schedule** 5- Roof ConditionSurvey:......................................:......:..Refer to.Testing Fee Schedule** Provided upon request. C. CONTRACT DOCUMENTS 1. Lump sum, percentage or not-to-exceed...........................:..............................As, quoted D. GENERAL 1. Project specific work will be performed as quoted. 99 M W0 INDIAN RIVER COUNTY, FLORIDA BOARD MEMORANDUM TO: Jason E. Brown County Administrator THROUGH: Richard B. Szpyrka, P.E. Public Works Director FROM: James D. Gray, Jr. Natural Resources Manager SUBJECT: FDEP Grant Agreement No. 171111 Wabasso Beach Restoration Project (Sector 3) — Mitigation Reef DATE: February 1, 2018 DESCRIPTION AND CONDITIONS The Florida Department of Environmental Protection (FDEP) received FY 2016/2017 funding to assist eligible governmental entities for beach erosion control activities under the Florida Beach Management Funding Assistance Program. FDEP has issued Agreement No. 171111, committing state funds for the partial reimbursement of permit -required design and construction of a mitigation reef for the initial Sector 3 Beach and Dune Restoration Project (2010-2012). The attached agreement commits up to $1,800,000 at a cost share ratio of 50% State - 50% Local. The total local share under this agreement is $900,000 with a maximum State reimbursement of $900,000. The Agreement identifies Indian River County as the Local Sponsor, County Natural Resources Manager, James Gray as the project manager, and has an expiration date of December 31, 2021. Note: Department staff are currently reviewing the County submitted 2016 hardbottom monitoring report to assess the need for mitigation of an estimated 1.5 acres of hardbottom. The purpose of this grant agreement is to secure State cost share in the event reef mitigation is determined to be required. If mitigation is required and funds have been expended, staff will invoice the State consistent with the 171R1 grant language. FUNDING Local funding of Beach Restoration includes a portion of Local Option Tourist Tax Revenue as well as allocation of the One Cent Sales Tax. Funding for this project is available from Sector 3 Mitigation Reef Project—Account No. 12814472-066510-14007. Page 2 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@8CODA721\@BCL@8CODA721.docx 100 BCC Agenda Item FDEP Grant Agreement 171R1 February 13, 2018 RECOMMENDATION Staff recommends the Board approve FDEP Grant Agreement No. 171R1 and authorize the Chairman to sign the Agreement on behalf of the County. Following Board approval, the County will transmit the partially executed Agreement to the State for final signatures. Upon receipt of the fully executed original FDEP Grant Agreement 171R1 from .the State, staff will transmit to the Clerk to the Board of County Commission for recording. ATTACHMENT 1. FDEP Grant Agreement 171R1 2. Indian River County Grant Form No. 171R1 APPROVED AGENDA ITEM FOR: FEBRUARY 13, 2018 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@8CODA72 1\@BCL@8CODA72 Ldocx 101 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Standard Grant Agreement This Agreement is entered into between the Parties named below, pursuant to Section 215.971, Florida Statutes: 1. Project Title (Project) Agreement Number Wabasso (Indian River Sector 3) Beach Restoration 171R1 2. Parties State of Florida Department of Environmental Protection 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Grantee Name: Indian River County (Department) Entity Type: Local Government Grantee Address: 1801 27th street, FEID: Vero Beach, Florida 32960 59-2073525 (Grantee) 3. Agreement Begin Date: Date of Expiration: January 31, 2018 December 31, 2021 4. Project Number: Project (If differentfrom Agreement Number) rf-- -aft R20a k513A, tl„Adb U<anbIndia„Rhe,County,kln&. Project Description: The Project consists of design and construction of a mitigation reef. 5. Total Amount of Funding: $900,000.00 Funding Source? Award #s or Line Item Appropriations: Amount per Source(s): ® State []Federal GAA Line # 1602 $900,000.00 ❑ State ❑ Federal ❑ State ❑ Federal ❑ State ❑ Federal Department's Grant Manager Grantee's Grant Manager Name: Catherine Florko Name: James G or successor Address: Beach Management Funding Assistant 3900 Commonwealth Boulevard, MS 3601 Tallahassee, FL 32399-3000 or successor Address: Indian River County 1801 27th Street Vero Beach, Florida 32960 Phone: (850)245-2979 Phone: (772)226-1344 Email: Catherine.Florko@dep.state.fl.us Email: JGray(a,irceov.com 7. The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are hereby incorporated by reference: ® Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements 2 Attachment 2: Special Terms and Conditions V Attachment 3: Grant Work Plan ® Attachment 4: Public Records Requirements ® Attachment 5: Special Audit Requirements ❑ Attachment 6: Program -Specific Requirements ❑ Attachment 7: Grant Award Terms (Federal) ❑ Attachment 8: Federal Regulations and Terms (Federal) ❑ Additional Attachments (if necessary): ❑ Exhibit A: Progress Report Form ❑ Exhibit B: Disclosure of Lobbying Activities (Federal) ❑ Exhibit C: DEP Property Reporting Form CEJ Exhibit D: Payment Request Summary Form ❑ Exhibit E: Quality Assurance Requirements ❑ Exhibit F: Advance Payment Terms and Interest Earned Memo ❑ Additional Exhibits (if necessary): 102 DEP Agreement No. 17IR1 Rev. 8/28/17 8. The following information applies to Federal Grants only and is identified in accordance with 2 CFR 200.331(a)(1): Federal Award Identification Numbers (FAIN): Federal Award Date to Department: Total Federal Funds Obligated by this Agreement: Federal Awarding Agency: Award R&D? ❑ Yes ❑N/A IN WITNESS WHEREOF, this Agreement is being executed by the Parties and is effective on the date in the Agreement Begin Date above or the last date signed below, whichever is later. 9. Indian River County GRANTEE Grantee Name LIM (Authorized Signature) Date Signed Print Name and Title of Person Signing 10. State of Florida Department of Environmental Protection DEPARTMENT M Secretary or Designee Print Name and Title of Person Signing ® Additional signatures attached on separate page. Date Signed 103 DEP Agreement No. 17IR1 Rev. 8/28/17 DWRA Additional Signatures DEP Grant Manager DEP QC Reviewer Local Sponsor may add additional signatures if needed below. 104 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS /:U 0 F.TN :iu iBR I�f1 I 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any preprinted terms and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions between the documents that make up the Agreement, the order of precedence for the documents is as follows: i. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement ii. Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication between the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: an increase or decrease in the Agreement funding amount; a change in the Grantee's match requirements; a change in the expiration date of the Agreement; and/or changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed ten percent (10%) of the total budget as last approved by the Department. A change order to this Agreement may be used when task timelines within the current authorized Agreement period change, and/or when the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than ten percent (10%) of the total budget as last approved by the Department, or without limitation to changes to approved fund transfers between budget categories for the purchases of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to the Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. Attachment 1 1 of 12 Rev. 7/28/2017 105 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by the Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time whether the services or qualifications offered by the Grantee meet the Agreement requirements. Notwithstanding any provisions to the contrary, written acceptance of a particular deliverable/minimum requirement does not foreclose the Department's remedies in the event those performance standards that cannot be readily measured at the time of delivery are not met. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by the Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at the Grantee's expense. If the Department's Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Reiection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to the Grantee's lack of satisfactory performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables will be at the Grantee's sole expense. The Grantee shall only invoice the Department for deliverables that are completed in accordance with the Grant Work Plan. Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to the Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which the Grantee may remedy the objections noted by the Department. The Grantee's failure to make adequate or acceptable said deliverables after a reasonable opportunity to do so may constitute an event of default. 7. Financial Consequences for Nonperformance. a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. These consequences for nonperformance shall not be considered penalties. b. Corrective Action Plan. If the Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, the Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by the Grantee to the Department. The Department shall provide the Grantee with a written request for a CAP that specifies the outstanding deficiencies. All CAPS must be able to be implemented and performed in no more than sixty (60) calendar days. L The Grantee shall submit a CAP within ten (10) calendar days of the date of the written request from the Department. The CAP shall be sent to the Grant Manager for review and approval. Within ten (10) calendar days of receipt of a CAP, the Department shall notify the Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, the Grantee shall have ten (10) calendar days from receipt of the Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain the Department approval of a CAP as specified above shall result in the Department's termination of this Agreement for cause as authorized in this Agreement. ii. Upon the Department's notice of acceptance of a proposed CAP, the Grantee shall have ten (10) calendar days to commence implementation of the accepted plan. Acceptance of the proposed CAP by the Department does not relieve the Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, the Department shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by the Department or steps taken by the Grantee shall preclude the Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to the Department as requested by the Department Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by the Department may result in termination of the Agreement. Attachment 1 2of12 Rev. 7/28/2017 106 8. Payment. a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by the Department, the Department agrees to pay the Grantee for services rendered in accordance with Section 215.422, Florida Statutes (F.S.). To obtain the applicable interest rate, please refer to: http://www.myfloridacfo.com/Division/AANendors/default.htm. b. Taxes. The Department is exempted from payment of State sales and use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by the Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with the Department. The Grantee shall not use the Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Agreement. The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of the Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit D, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: http://www.myfloridacfo.com/aadir/reference Quide/. e. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by the Department pursuant to the Grant Work Plan shall be submitted to the Department in sufficient detail for a proper pre -audit and post -audit to be performed. f. Interim Payments. Interim payments may be made by the Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by the Department's Grant Manager. g. Final Payment Request. A final payment request should be submitted to the Department no later than sixty (60) calendar days following the completion date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the completion date of the Agreement. h. Annual Appropriation Contingency. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of the Department if the Legislature reduces or eliminates appropriations. i. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If the Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If the Department determines that multipliers charged by the Grantee exceeded the rates supported by audit, the Grantee shall be required to reimburse such funds to the Department within thirty (30) calendar days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from the Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If the Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, the Grantee shall be required to reimburse such funds to the Department within thirty (30) calendar days of written notification. Interest shall be charged on Attachment 1 3of12 Rev. 7/28/2017 107 the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $1,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in Chapters 273 and/or 274, F.S., and Chapter 69I-72, Florida Administrative Code (F.A.C.) and/or Chapter 69I-73, F.A.C., as applicable. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to the Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from the Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, the Grantee shall request the advance written approval from the Department's Grant Manager of the fixed price negotiated by the Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of the Department Grant Manager's approval of the fixed-price amount, the Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, the Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with Section 112.061, F.S. e. Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defined as capital outlay costing $1,000 or more. Match or reimbursement for the Grantee's direct purchase of equipment is subject to specific approval of the Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly completed Property Reporting Form. f. Rental/Lease of Equipment — Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non -excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of the Grantee's contract obligations to its subcontractor, the Department shall not reimburse any of the following types of charges: cell phone usage, attorney's fees or court costs, civil or administrative penalties, or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, the Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to the Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) calendar days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by the Grantee within thirty (30) days. Attachment 1 4of12 Rev. 7/28/2017 108 11. Retainage. The following provisions apply if the Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement to a maximum percentage described in the Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. b. The Department reserves the right to withhold payment of retainage for Grantee's failure to respond to or correct identified deficiencies within the timeframe stipulated in the Grant Work Plan. The Department shall provide written notification to Grantee of identified deficiencies and the Department's intent to withhold retainage. Grantee's failure to rectify the identified deficiency within the timeframe stated in the Department's notice will result in forfeiture of retainage by Grantee. c. If Grantee fails to perform the requested work, or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment for the work and the retainage called for under the entire Grant Work Plan. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. d. No retainage shall be released or paid for incomplete work while this Agreement is suspended. e. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: i. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department of Environmental Protection, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $200,000 each individual's claim and $300,000 each occurrence. ii. Workers' Compensation and Employer's Liability Coverage. The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S., and employer's liability insurance with minimum limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Agreement. iii. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department of Environmental Protection, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $300,000 Automobile Liability Combined Single Limit for Company - Owned Vehicles, if applicable $300,000 Hired and Non -owned Automobile Liability Coverage iv. Other Insurance. Additional insurance may be required by federal law, where applicable, if any work proceeds over or adjacent to water, including but not limited to Jones Act, Longshoreman's and Harbor Worker's, or the inclusion of any applicable rider to worker's compensation insurance, and any necessary watercraft insurance, with limits of not less than $300,000 each. Questions concerning required coverage should be directed to the U.S. Department of Labor (http://www.dol.gov/owcp/dlhwc/lscontac.htm) or to the parties' insurance carrier. b. Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub -grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as Attachment 1 5of12 Rev. 7/28/2017 109 described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request. c. Exceptions to Additional Insured Requirements. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. Further, notwithstanding the requirements above, if Grantee is self-insured, then the Department of Environmental Protection, its employees, and officers do not need to be listed as additional insureds. d. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. e. Proof of Insurance. Upon execution of this Agreement, the Grantee shall provide the Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from the Department, the Grantee shall furnish the Department with proof of applicable insurance coverage by standard form certificates of insurance, a self-insured authorization, or other certification of self-insurance. f. Failure to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, the Grantee shall immediately notify the Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) calendar days after the cancellation of coverage. 13. Termination. a. Termination for Convenience. The Department may terminate the Agreement in whole or in part by giving 30 days' written notice to the Grantee, when the Department determines, in its sole discretion, that it is in the State's interest to do so. The Department shall notify the Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee shall not furnish any service or deliverable after it receives the notice of termination, unless otherwise instructed in the notice. The Grantee shall not be entitled to recover any cancellation charges or lost profits. If the Agreement is terminated before performance is completed, the Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described below occur or in the event that the Grantee fails to fulfill any of its other obligations under this Agreement. The Grantee shall continue work on any portion of the Agreement not terminated. If, after termination, it is determined that the Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Department. The rights and remedies of the Department in this clause are in addition to any other rights and remedies provided, by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination, and except as otherwise directed by the Department, the Grantee shall stop performing services on the date, and to the extent specified, in the notice. 14. Notice of Default. If the Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, without limitation, any of the events of default listed below, the Department shall provide notice to the Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, the Grantee will be found in default, and the Department may terminate the Agreement effective as of the date of receipt of the default notice. 15. Events of Default. Provided such failure is not the fault of the Department or outside the reasonable control of the Grantee, the following non-exclusive list of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by the Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding. Attachment 1 6of12 Rev. 7/28/2017 110 c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information. d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and the like furnishing labor or materials, or failure to make payment to any other entities as required herein in connection with the Agreement; g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; and i. One or more of the following circumstances, uncorrected for more than 30 calendar days unless, within the specified 30 -day period, the Grantee (including its receiver or trustee in bankruptcy) provides to the Department adequate assurances, reasonably acceptable to the Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title 11 of the United States Code; ii. The making by the Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of the Grantee's business or property; and/or iv. An action by the Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide the Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, the Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle the Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Grantee. In case of any delay the Grantee believes is excusable, the Grantee shall notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first arose, if the Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date the Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from the Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Grantee shall perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to the Department, in which case the Department may (1) accept allocated performance or deliveries from the Grantee, provided that the Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by the Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate the Agreement in whole or in part. Attachment 1 7of12 Rev. 7/28/2017 111 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that the Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the Department; ii. the Grantee's breach of this Agreement or the negligent acts or omissions of the Grantee. b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon the Department giving the Grantee (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by the Department in any legal action without the Grantee's prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. — b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of Section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract or this Agreement. d. No provision in this Agreement shall require the Department to hold harmless or indemnify the Grantee, insure or assume liability for the Grantee's negligence, waive the Department's sovereign immunity under the laws of Florida, or otherwise impose liability on the Department for which it would not otherwise be responsible. Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000. 20. Remedies. Nothing in this Agreement shall be construed to make the Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit the Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available to it at law or in equity and upon notice to the Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by the Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of the Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b. Pursuant to Sections 287.133 and 287.134, F.S., the following restrictions apply to persons placed on the convicted vendor list or the discriminatory vendor list: i. Public Entity Crime. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. Attachment 1 8of12 Rev. 7/28/2017 112 ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. iii. Notification. The Grantee shall notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list or the discriminatory vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and posts the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915. 23. Compliance with Federal, State and Local Laws. a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement. c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Scrutinized Companies. Grantee certifies that it and any of its affiliates are not scrutinized companies as identified in Section 287.135, F.S. In addition, Grantee agrees to observe the requirements of Section 287.135, F.S., for applicable sub -agreements entered into for the performance of work under this Agreement. Pursuant to Section 287.135, F.S., the Department may immediately terminate this Agreement for cause if the Grantee, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Grantee, its affiliates, or its subcontractors are placed on any applicable scrutinized companies list or engaged in prohibited contracting activity during the term of the Agreement. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions then they shall become inoperative. 25. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to Section 216.347, F.S., except that pursuant to the requirements of Section 287.058(6), F.S., during the term of any executed agreement between the Grantee and the State, the Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with Sections 11.062 and 216.347, F.S. 26. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, the Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of the Department's Inspector General, or other authorized State official, the Grantee shall provide any type of information the Inspector General deems relevant to the Grantee's integrity or responsibility. Such information may include, but shall not be limited to, the Grantee's business or financial records, documents, or files of any type or form that refer to or relate to the Agreement. The Grantee shall retain such records for the longer of: (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dos.myflorida.com/l ibrary-archives/records-inanag;ement/izeneral-records-schedules/). Attachment 1 9of12 Rev. 7/28/2017 113 27. Audits. a. Inspector General. The Grantee understands its duty, pursuant to Section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its Subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its sub -grantees. b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If the Department fails to provide an updated copy of Exhibit 1 to include in each amendment that authorizes a funding increase or decrease, the Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, the Grantee shall utilize the guidance provided under 2 CFR §200.330 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, the Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS -A2 -NS) that can be found under the "Links/Forms" section appearing at the following website: https:\\apps.fldfs.com\fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, the Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State and Federal guidelines (including cost allocation guidelines). The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) calendar days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, the Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If the Department finds that these funds have been commingled, the Department shall have the right to demand a refund, either in whole or in part, of the funds provided to the Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from the Department shall refund, and shall forthwith pay to the Department, the amount of money demanded by the Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from the Department by the Grantee to the date repayment is made by the Grantee to the Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by the Department, from another source(s), the Grantee shall reimburse the Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by the Grantee to the date repayment is made to the Department. 28. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. Attachment 1 10 of 12 Rev. 7/28/2017 114 29. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of the Department. 30. Subcontracting. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by the Grantee and may not be subcontracted or assigned without the prior written consent of the Department. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. c. The Department may, for cause, deny access to the Department's secure information or any facility by any Grantee employee, subcontractor, or agent. d. The Department's actions under paragraphs b. or c. shall not relieve the Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and the Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e. The Department will not deny the Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless the basis of the Department's denial is safety or security considerations. f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for the Grantee to meet the required delivery schedule. 31. Guarantee of Parent Company. If the Grantee is a subsidiary of another corporation or other business entity, the Grantee asserts that its parent company will guarantee all of the obligations of the Grantee for purposes of fulfilling the obligations of the Agreement. In the event the Grantee is sold during the period the Agreement is in effect, the Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of the Grantee. 32. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 33. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of the Grantee, its agents, servants, and employees, nor shall the Grantee disclaim its own negligence to the Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If the Department consents to a subcontract, the Grantee will specifically disclose that this Agreement does not create any third -party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 34. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 35. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Agreement must comply with all security and administrative requirements of the Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 36. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of the Department. In the event of any assignment, the Grantee remains secondarily liable for performance of the Agreement, unless the Department Attachment 1 11 of 12 Rev. 7/28/2017 115 expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to the Grantee of its intent to do so. 37. Prohibited Local Government Construction Preferences. Pursuant to Section 255.0991, F.S., for a competitive solicitation for construction services in which 50 percent (50%) or more of the cost will be paid from state -appropriated funds that have been appropriated at the time of the competitive solicitation, a state college, county, municipality, school district, or other political subdivision of the state may not use a local ordinance or regulation that provides a preference based upon: i. The contractor's maintaining an office or place of business within a particular local jurisdiction; ii. The contractor's hiring employees or subcontractors from within a particular local jurisdiction; or iii. The contractor's prior payment of local taxes, assessments, or duties within a particular local jurisdiction. For any competitive solicitation that meets the criteria of this section, a state college, county, municipality, school district, or other political subdivision of the state shall disclose in the solicitation document that any applicable local ordinance or regulation does not include any preference that is prohibited by this section. 38. Prohibited Governmental Actions for Public Works Projects. Pursuant to Section 255.0992, F.S., state and political subdivisions that contract for public works projects are prohibited from imposing restrictive conditions on certain contractors, subcontractors, or material suppliers and prohibited from restricting qualified bidders from submitting bids. a. "Political subdivision" means separate agency or unit of local government created or established by law or ordinance and the officers thereof. The term includes, but is not limited to, a county; a city, town, or other municipality; or a department, commission, authority, school district, taxing district, water management district, board, public corporation, institution of higher education, or other public agency or body thereof authorized to expend public funds for construction, maintenance, repair or improvement of public works. b. "Public works project" means an activity of which fifty percent (50%) or more of the cost will be paid from state - appropriated funds that were appropriated at the time of the competitive solicitation and which consists of construction, maintenance, repair, renovation, remodeling or improvement of a building, road, street, sewer, storm drain, water system, site development, irrigation system, reclamation project, gas or electrical distribution system, gas or electrical substation, or other facility, project, or portion thereof that is owned in whole or in part by any political subdivision. c. Except as required by federal or state law, the state or political subdivision that contracts for a public works project may not require that a contractor, subcontractor or material supplier or carrier engaged in such project: i. Pay employees a predetermined amount of wages or prescribe any wage rate; ii. Provide employees a specified type, amount, or rate of employee benefits; iii. Control, limit, or expand staffing; or iv. Recruit, train, or hire employees from designated, restricted, or single source. d. For any competitive solicitation that meets the criteria of this section, the state or political subdivision that contracts for a public works project may not prohibit any contractor, subcontractor, or material supplier or carrier able to perform such work who is qualified, licensed, or certified as required by state law to perform such work from submitting a bid on the public works project, except for those vendors listed under Section 287.133 and Section 287.134, F.S. e. Contracts executed under Chapter 337, F.S. are exempt from these prohibitions. 39. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 1 12 of 12 Rev. 7/28/2017 116 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION GRANT AGREEMENT SPECIAL TERMS AND CONDITIONS AGREEMENT No. 17I111 ATTACHMENT 2 These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is Wabasso (Indian River Sector 3) Beach Restoration. The Project is defined in more detail in the Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement begins on January 31, 2018 and ends at the expiration of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicine. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Costs Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match ❑ ❑ ■ ►i ■ ■ ■ ■ ■ I N Category Salaries/Wages Overhead/Indirect/General and Administrative Costs: a. Fringe Benefits, N/A. b. Indirect Costs, for actual costs not to exceed the budget amount identified in Attachment 3. Contractual (Subcontractors) Travel Equipment Rental/Lease of Equipment Miscellaneous/Other Expenses ❑ Land Acquisition No Equipment purchases shall be funded under this Agreement. There will be no Land Acquisitions funded under this Agreement. 5. Match Requirements. See Attachment 3, Grant Work Plan. 6. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. Attachment 2, Agreement No. 171R1 1 of 2 Rev. 10/10/17 117 7. Additional Lobbying Requirements for Federally -Funded Agreements This Agreement is not federally funded. 8. Miscellaneous Contract Terms. a. Retainage. Retainage is permitted under this agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. b. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any. invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. c. State-owned land. Special Terms for Projects on State -Owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by the Grantee. d. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 9. Additional Terms. None. Any terms added here must be approved by the Office of General Counsel. Attachment 2, Agreement No. 17181 2 of 2 Rev. 10/10/17 118 ATTACHMENT 3 GRANT WORK PLAN PROJECT TITLE: Wabasso (Indian River Sector 3) Beach Restoration. PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department/DEP) reference monuments R20 and R51.3 along the Atlantic Ocean in Indian River County, Florida. PROJECT BACKGROUND: The Wabasso (Indian River Sector 3) Beach Restoration project consists of restoration of approximately 6.1 miles of shoreline between DEP Monuments R20 - R51.3 (critically eroded section) in Indian River County (Sector 3). Construction of Phase I was completed in 2010 and Phase II construction was completed in 2012, as authorized under JCP Permit number 0285993-0014C. Due to damages sustained during Hurricane Sandy, emergency repairs were added in 2012 and a full storm repair project was constructed in the winter of 2014 - 2015 under JCP Permit number 0285993 -008 -JC. It was constructed in accordance with the terms and conditions of the permit, however, the Department required additional post -construction hardbottom monitoring during 2016. Although the permit has since expired, Department staff is currently reviewing the 2016 hardbottom monitoring report to assess the need for mitigation of an estimated 1.5 acres of hardbottom. Construction is anticipated for FY 2018-19. PROJECT DESCRIPTION: The Project consists of design and construction of a mitigation reef. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $900,000 for this Project or up to 50 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 6213-36, F.A.C. The Grantee will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061, Florida Statutes (F.S.). Pursuant to Sections 161.091 - 161.161, F.S, the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B -36.005(1)(d), Florida Administrative Code (F.A.C.), the Grantee has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved Scope of Work for an eligible Project item. The monitoring standards may be found at: http://www.dep. state.fl.usibeaches/publications/pdf/PhysicalMonitoringStandards.pdf. DEP Agreement No. 17IR1, Attachment 3, Page 1 of 3 119 One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. Acronyms: DEP or FDEP — Florida Department of Environmental Protection FWC — Florida Fish and Wildlife Conservation Commission FWS — United States Fish and Wildlife Service JCP — Joint Coastal Permit NEPA — National Environmental Policy Act NMFS — National Marine Fisheries Service RAI — Request for Additional Information USACE — United States Army Corps of Engineers TASKS and DELIVERABLES: For all tasks identified below, the Local Sponsor will provide detailed scopes of work or a letter requesting advance payment, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Design Task Description: The Local Sponsor will acquire professional services for the engineering and design of the Project such as coastal engineering analyses, preparation of plans and specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical services, sediment studies, inlet studies, environmental analyses, orthophotography, plan formulations and for obtaining environmental permits and other Project -related authorizations. The Local Sponsor will submit work products to the appropriate State or Federal- regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion including documentation of submittal affirming that the final design document was completed and submitted to the Department. For interim payment requests, a Task Summary Report signed by the Local Sponsor must be submitted detailing work progress during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than monthly. Task 2: Construction Task Description: This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction -phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization, construction observation or inspection services, physical and environmental surveys, beach fill, tilling and scarp removal, erosion control structures, mitigation reefs, dune stabilization DEP Agreement No. 17IR1, Attachment 3, Page 2 of 3 120 measures and native beach -dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: The deliverable is pending submittal of a scope of work to the Department and will not be reimbursed until the completion of an amendment or change order to this agreement. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than monthly. Estimated Eligible Project Cost Task # Eligible Project Tasks State Cost Share DEP Local Total 1 Design and Permitting 50.00% $50,000.00 $50,000.00 $100,000.00 $50,000 1/31/2018 9/30/21 09/30/2021 2 2 Construction 50.00% $850,000.00 $850,000.00 $1,700,000.00 09/30/2021 Total: $900,000 TOTAL PROJECT COSTS $900,000.00 $900,000.00 $1,800,000.00 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. Task No. Task Title Budget Category Budget Amount Task Start Date Task End Date Deliverable Due Date 1 Design Contractual Services $50,000 1/31/2018 9/30/21 09/30/2021 2 Construction Contractual Services $850,000 1/31/2018 9/30/21 09/30/2021 Total: $900,000 DEP Agreement No. 17IR1, Attachment 3, Page 3 of 3 121 DEPARTMENT OF ENVIRONMENTAL PROTECTION Public Records Requirements Attachment 4 1. Public Records a. If the Agreement exceeds $35,000.00, and if the Grantee is acting on behalf of the Department in its performance of services under the Agreement, the Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by the Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution or section 119.07(1), F.S. b. The Department may unilaterally terminate the Agreement if the Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term "contract" means the "Agreement." If the Grantee is a "contractor" as defined in section 119.0701(1)(a), F.S., the following provisions apply: a. Keep and maintain Public Records required by the Department to perform the service. b. Upon request, provide the Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. c. 'A contractor who fails to provide the Public Records to the Department within a reasonable time may be subject to penalties under section 119. 10, F.S. d. Ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the Public Records to the Department. e. Upon completion of the contract, transfer, at no cost, to the Department all Public Records in possession of the contractor or keep and maintain Public Records required by the Department to perform the service. If the contractor transfers all Public Records to the Department upon completion of the contract, the contractor shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements. If the contractor keeps and maintains Public Records upon completion of the contract, the contractor shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to the Department, upon request from the Department's custodian of Public Records, in a format specified by the Department as compatible with the information technology systems of the Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE 122 Rev. 5/26/17 Attachment 4 1 of 2 CONTRACT, CONTACT THE DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT: Telephone: (850) 245-2118 Email: public. services a,dep.state.fl.us Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 123 Rev. 5/26/17 Attachment 4 2 of 2 ATTACHMENT 5 SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the 'Department", 'DEP", 7DEP" or "Grantor", or other name in the contract/agreement) to the recipient (which may be referred to as the "Contractor", Grantee" or other name in the contract/agreement) may, be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133, as revised, 2 CFR Part 200, Subpart F, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised (for fiscal year start dates prior to December 26, 2014), or as defined in 2 CFR §200.330 (for fiscal year start dates after December 26, 2014). In the event that the recipient expends $500,000 ($750,000 for fiscal year start dates after December 26, 2014) or more in Federal awards in its fiscal year, the recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. 3. If the recipient expends less than $500,000 (or $750,000, as applicable) in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, is not required. In the event that the recipient expends less than $500,000 (or $750,000, as applicable) in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F the cost of the audit must be paid from non -Federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at www.cfda.gov Attachment 5 1 of 5 124 Rev. 5/30/17 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(n), Florida Statutes. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient, the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this Attachment indicates state financial assistance awarded through the Department of Environmental Protection by this Agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $750,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at https://Ul2s.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfm, State of Florida's website at http://www.myflorida.com/, Department of Financial Services' Website at http://www.fldfs.com/ and the Auditor General's Website at http://www.myflorida.com/audizen . PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F and required by PART I of this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, by or on behalf of the recipient directly to each of the following: Attachment 5 2 of 5 125 Rev. 5/30/17 A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit�;dep.state. fl. us B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised, and 2 CFR §200.501(a) (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, and 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at http://harvester.Census.14ov/facweb/ C. Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised, and 2 CFR §200.512. Pursuant to Section .320(f), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, the recipient shall submit a copy of the reporting package described in Section .320(c), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, and any management letters issued by the auditor, to the Department of Environmental Protection at one the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit@dep.state.fl.us 3. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Attachment 5 3 of 5 126 Rev. 5/30/17 Electronically: FDEPSingleAudit(i�deu.state.fl.us B. The Auditor General's Office at the following address: State of Florida Auditor General Room 401, Claude Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSinaleAudit a,dep.state.fl.us Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, Florida Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-133, as revised and 2 CFR Part 200, Subpart F, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of 3 years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Attachment 5 4 of 5 127 Rev. 5/30/17 EXHIBIT —1 FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Federal Resources Awarded to the Reci lent Pursuant to this Agreement Consist of the Following: Federal Program CFDA Number Federal Agency Number CFDA Title State Appropriation Funding Amount Category Funding Amount State Appropriation Category Original Land Acquisition Trust Fund, 2016-2017 37.003 Agreement GAA Line Item # 1602 Beach Management Funding Assistance Program $900,000 140126 State Resources Awarded to the Recipient Pursuant to this A reement Consist of the Following Matching Resources for Federal Programs: Federal State Program Appropriation Number Federal Agency CFDA CFDA Title Funding Amount Category State Resources Awarded to the Recipient Pursuant to this A reement Consist of the Following Resources Subject to Section 215.97 F. State Program State CSFA Number Funding Source Fiscal Year Number CSFA Title or Funding Source Description Funding Amount State Appropriation Category Original Land Acquisition Trust Fund, 2016-2017 37.003 Agreement GAA Line Item # 1602 Beach Management Funding Assistance Program $900,000 140126 Total Award $900,000 For each program identified above, the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance (CFDA) [www.cfda.gov) and/or the Florida Catalog of State Financial Assistance (CSFA) fhttps:Happs.fldfs.com/fsaa/searchCataloe.aspxl. The services/purposes for which the funds are to be used are included in the Contract scope of services/work. Any match required by the recipient is clearly indicated in the Contract. Attachment 5 5 of 5 Rev 5/30/17 128 EXHIBIT D FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART I PAYMENT SUMMARY Name of Project: Wabasso Beach Restoration (Indian River Sector 3) Local Sponsor: Indian River County DEP Agreement Number: 17IR1 Remittance Address: Billing Number: Billing Type: ❑ Interim Billing Costs Incurred This Payment Request Federal Share* State Share *if applicable Cost Summary: State Funds Obligated Less Advance Pay Less Previous Payment Less Previous Retained Less This Payment Less This Retainage (10%) State Funds Remaining ❑ Final Billing Local Share Total Local Funds Obligated Less Advance Pay Less Previous Credits Less This Credit Local Funds Remaining DEP Agreement No. 17IR1, Exhibit D, Page 1 of 5 129 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART II i Name of Project: Billing Period (1): Billing Number: Person Completing Form & Telephone Number (2): DEP Agreement Number: REIMBURSEMENT DETAIL Vendor 11 Invoice Check Name Number I:Numbert Retainage "Pt Withheld Retainage State Pa ment Total Due to Local Sponsor Form Instructions: 1. Billing Period: Should reflect Invoice services performed date. (beginning date -earliest date of services, end date -latest date of services performed). 2. Person responsible for completing this form: Please identify the person responsible for completing information if clarification is needed. 3. Deliverable #: Must identify completed deliverable(s) for each invoice. If invoice covers multiple deliverables, that invoice would be listed multiple times, aline item for each deliverable. 4. Invoice Amount 5. Eligible Cost: Invoice amount paid by Local Sponsor less ineligible cost for Line Item Deliverable only. 6. % Federal Share: If applicable this should be the percentage fisted in Agreement. Federal Share will be fisted on Table 1 if applicable. 7. Federal Share: If applicable, Local Sponsor will multiply Eligible Cost by Federal Share Percentage. 8. Non -Federal Share: Eligible Cost (5) minus Federal Share of Invoiced Amount (7). 9. Percentage of State Share: This should be the State Share Percentage listed in Agreement. 10. State Share: Multiply Non -Federal Share by State Share Percentage. 11. Local Share: Subtract State Share from Non -Federal Share. 12. Retainage Payment: Requires separate line for each completed Task, Sub -Task and or Deliverable that retainage is being requested. 13. Withheld Retainage: Multiply State Share by 10%. 14. State Payment: Subtract Retainage from State Share. 15. Total Due to Local Sponsor: Add Retainage Payment Total (12) to State Payment Total (14). Please redact all sensitive financial information from the invoices and other supporting documentation to be submitted with this Payment Request Form. Notes: For questions or concerns regarding this form please contact: Janice Simmons - (850)245-2978 or email at Janice.L.Simmons@dep.state.fl.us DEP Agreement No. 171R I, Exhibit D, Page 2 of 5 130 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART III PROJECT PROGRESS REPORT Name of Project: Wabasso Beach Restoration (Indian River Sector 3) Local Sponsor: Indian River County DEP Agreement Number: 17IR1 Billing Number: Report Period: Status of Eligible Project Items: (Describe progress accomplished during report period, including statement(s) regarding percent of task completed to date. Describe any implementation problems encountered, if applicable.). NOTE: Use as many pages as necessary to cover all tasks in the Grant Work Plan. The following format should be followed: Task 1: Progress for this reporting period: Identify any delays or problems encountered: DEP Agreement No. 17IR1, Exhibit D, Page 3 of 5 131 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM CERTIFICATION OF DISBURSEMENT REQUEST REQUEST FOR PAYMENT — PART IV Name of Project: Wabasso Beach Restoration (Indian River Sector 3) Local Sponsor: Indian River County DEP Agreement Number: 17IR1 Billing Number: Certification: I certify that this billing is correct and is based upon actual obligations of record by the Local Sponsor; that payment from the State Government has not been received; that the work and/or services are in accordance with the Department of Environmental Protection, Beach Management Funding Assistance Program's approved Project Agreement including any amendments thereto; and that progress of the work and/or services are satisfactory and are consistent with the amount billed. The disbursement amount requested on Page 1 of this form is for allowable costs for the Project described in the grant work plan. I certify that the purchases noted were used in accomplishing the Project; and that invoices, check vouchers, copies of checks, and other purchasing documentation are maintained as required to support the cost reported above and are available for audit upon request. Name of Project Administrator Signature of Project Administrator Date Name of Project Financial Officer Signature of Project Financial Officer Date DEP Agreement No. 17IR1, Exhibit D, Page 4 of 5 132 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FLORIDA BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM PROJECT COMPLETION CERTIFICATION PART V Name of Project: Wabasso Beach Restoration (Indian River Sector 3) Local Sponsor: Indian River County DEP Agreement Number: 17IR1 Task Completion ❑(List Task) Project Completion ❑ *I hereby certify that the above-mentioned Project task has been completed in accordance with the Project Agreement, including any amendments thereto, between the Department and Local Sponsor, and all funds expended for the Project were expended pursuant to this Agreement. All unused funds and interest accrued on any unused portion of advanced funds which have not been remitted to the Department, have been returned to the Department, or will be returned to the Department within sixty (60) days of the completion of construction portion of this Project. Unused funds advanced to the United States Army Corps of Engineers through Local Sponsors will be due sixty (60) days after the Federal final accounting has been completed. Name of Project Manager Signature of Project Manager Date DEP Agreement No. 17IR1, Exhibit D, Page 5 of 5 133 GRANT NA -ML E: FDEP Wabasso (Indian River Sector 31,13each Restoration — Reef -Mitigation GRANT# 171R1 AMOUNT OF GRANT: 1800 000 DEPARTMENT RECEIVING GRANT: Public Works/Coastal Enaineerin.- CONTACT PERSON: James D. Gray, Jr. TELEPHONE: ext. 1344 1. How long is the grant for? December 31, 2021 Expected Starting Date: Feb 13, 2018 YES NO 2. Does the grant require you to fund this function after the grant is over? x 3. Does the grant require a match? x If yes, does the grant allow the match to be In -Kind services? x 4. Percentage of match to grant 50.00 % 5. Grant match amount required 5900,000 6. Where are the matching funds coming from (i.e. In -Kind Services; Reserve for Contingency)? Local Funding for this proiect is available from Sector 3 Mitipation Reef Proiect — Account No. 12814472&66S10-14007. 7. Does the grant cover capital costs or start-up costs? If no, how much do you think will be needed in capital costs or start-up costs: $ (Attach a detail listing of costs) No 8. Are you adding any additional positions utilizing the grant funds? No If yes, please list. (if additional space is needed, please attach a schedule.) Acct. Description Position :1 Position Position Position Position 011.12 Regular Salaries 011.13 Other Salaries & Wages (PT) 012.11 Social Security 012.12 Retirement — Contributions 012.13 Insurance — Life& Health 012.14 Worker's Compensation 012.17 S/Scc.Mcdicare Matching $ TOTAL 9. What is the total cost of each position including benefits, capital, start-up, auto expense, travel and operating? Salary and Benefits Operating Costs Capital Total Costs 10. What is the estimated cost of the grant to the county over five years? $ Signature of Preparers A Date. Z 9 U 134 Grant Amount Other Match Costs Not Covered Match Total First Year $ $ $ $ Second Year $ $ $ $ Third Year $ $ $ $ Fourth Year $ $ $ $ Fifth Year $ 1 $ $ $ Signature of Preparers A Date. Z 9 U 134 si. INDIAN RIVER COUNTY, FLORIDA BOARD MEMORANDUM TO: Jason E. Brown County Administrator THROUGH: Richard B. Szpyrka, P.E. Public Works Director FROM: James D. Gray, Jr. Natural Resources Manager SUBJECT: FDEP Grant Agreement No. 171R2 Wabasso Beach Restoration Project (Sector 3) - Post Construction Monitoring (2018) DATE: February 1, 2018 L]�%IZl�ii[�I�_L`IZ�L�7►17II[�7�� The Florida Department of Environmental Protection (FDEP) received FY 2016/2017 funding to assist eligible governmental entities for beach erosion control activities under the Florida Beach Management Funding Assistance Program. FDEP has issued Agreement No. 171R2 to commit state funds for the partial reimbursement of permit -required post construction monitoring on the Sector 3 Beach and Dune Restoration Project. The attached agreement commits up to $250,000 at a cost share ratio of 50% State - 50% Local. The total local share under this agreement is $125,_000 with a maximum State reimbursement of $125,000. The Agreement identifies Indian River County as the Local Sponsor, County Natural Resources Manager, James Gray as the project manager, and has an, expiration date of April 30, 2021. FUNDING Local funding of Beach Restoration includes a portion of Local Option Tourist Tax Revenue as well as allocation of the One Cent Sales Tax. Funding for the 2018 Post Construction Monitoring is available from Sector 3 Post Construction Monitoring Account No. 12814472-033490-05054. Page 2 C:\Users\legistar\AppDataU,ocal\Temp\BCL Technologies\easyPDF 8\@BCL@240D4D38\@BCL@24OD4D38.docx 135 BCC Agenda Item FDEP Grant Agreement 171112 February 13, 2018 RECOMMENDATION Staff recommends the Board approve FDEP Grant Agreement No. 171R2 and authorize the Chairman to sign the Agreement on behalf of the County. Following Board approval, the County will transmit the partially executed Agreement to the State for final signatures. Upon receipt of the fully executed original FDEP Grant Agreement 171R2 from the State, staff will transmit to the Clerk to the Board of County Commission for recording. ATTACHMENT 1. FDEP Grant Agreement 171R2 2. Indian River County Grant Form No. 171R2 APPROVED AGENDA ITEM FOR: FEBRUARY 13, 2018 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@240D4D38\@BCL@240D4D38.docx 136 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Standard Grant Agreement This Agreement is entered into between the Parties named below, pursuant to Section 215.971, Florida Statutes: 1. Project Title (Project) Agreement Number Wabasso (Indian River Sector 3) Beach Restoration 17IR2 2. Parties State of Florida Department of Environmental Protection 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 (Department) Grantee Name: Indian River County Entity Type: Local Government Grantee Address: 1801 27th street, Vero Beach, Florida 32960 FEED: 59-2073525 (Grantee) 3. Agreement Begin Date: Date of Expiration: 1/1/2018 4/30/2021 4. Project Number: Project Location(s):Indian River County (If different from Agreement Number) Project Description: The project consists of monitoring 5. Total Amount of Funding: $125,000.00 Funding Source? Award #s or Line Item Appropriations: Amount per Source(s): ® State ❑Federal GAA Line # 1602 $125,000.00 ❑ State ❑Federal ❑ State ❑ Federal ❑ State ❑Federal 6. Department's Grant Manager Grantee's Grant Manager Name: Catherine Florko Name: James G or successor Address: Beach Management Funding Assistant 3900 Commonwealth Boulevard, MS 3601 Tallahassee, FL 32399-3000 or successor Address: Indian River County 1801 27th Street Vero Beach, Florida 32960 Phone: (850)245-2979 Phone: 772-226-1344 Email: @dep.state.fl.us Email: JG ray(a?,irc1!ov.com 7. The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are hereby incoroorated by reference: ® Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements 0 Attachment 2: Special Terms and Conditions CEJ Attachment 3: Grant Work Plan ® Attachment 4: Public Records Requirements ® Attachment 5: Special Audit Requirements ❑ Attachment 6: Program -Specific Requirements ❑ Attachment 7: Grant Award Terms (Federal) ❑ Attachment 8: Federal Regulations and Terms (Federal) ❑ Additional Attachments (if necessary): ❑ Exhibit A: Progress Report Form ❑ Exhibit B: Disclosure of Lobbying Activities (Federal) ❑ Exhibit C: DEP Property Reporting Form 9 Exhibit D: Payment Request Summary Form ❑ Exhibit E: Quality Assurance Requirements ❑ Exhibit F: Advance Payment Terms and Interest Earned Memo ❑ Additional Exhibits (if necessary): 137 DEP Agreement No. 17IR2 Rev. 8/28/17 8. The following information applies to Federal Grants only and is identified in accordance with 2 CFR 200.331(a)(1): Federal Award Identification Numbers (FAIN): Federal Award Date to Department: Total Federal Funds Obligated by this Agreement: Federal Awarding Agency: Award R&D? ❑ Yes ❑N/A IN WITNESS WHEREOF, this Agreement is being executed by the Parties and is effective on the date in the Agreement Begin Date above or the last date signed below, whichever is later. 9' Indian River County Grantee Name By (Authorized Signature) GRANTEE Date Signed Print Name and Title of Person Signing 10. State of Florida Department of Environmental Protection DEPARTMENT LM Secretary or Designee Print Name and Title of Person Signing ® Additional signatures attached on separate page. Date Signed 138 DEP Agreement No. 17IR2 Rev. 8/28/17 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any preprinted terms and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions between the documents that make up the Agreement, the order of precedence for the documents is as follows: i. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement ii. Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication between the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: an increase or decrease in the Agreement funding amount; a change in the Grantee's match requirements; a change in the expiration date of the Agreement; and/or changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed ten percent (10%) of the total budget as last approved by the Department. A change order to this Agreement may be used when task timelines within the current authorized Agreement period change, and/or when the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than ten percent (10%) of the total budget as last approved by the Department, or without limitation to changes to approved fund transfers between budget categories for the purchases of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to the Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. Attachment 1 1of12 Rev. 7/28/2017 139 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by the Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time whether the services or qualifications offered by the Grantee meet the Agreement requirements. Notwithstanding any provisions to the contrary, written acceptance of a particular deliverable/minimum requirement does not foreclose the Department's remedies in the event those performance standards that cannot be readily measured at the time of delivery are not met. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by the Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at the Grantee's expense. If the Department's Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Rejection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to the Grantee's lack of satisfactory performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables will be at the Grantee's sole expense. The Grantee shall only invoice the Department for deliverables that are completed in accordance with the Grant Work Plan. Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to the Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which the Grantee may remedy the objections noted by the Department. The Grantee's failure to make adequate or acceptable said deliverables after a reasonable opportunity to do so may constitute an event of default. 7. Financial Consequences for Nonperformance. a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. These consequences for nonperformance shall not be considered penalties. b. Corrective Action Plan. If the Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, the Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by the Grantee to the Department. The Department shall provide the Grantee with a written request for a CAP that specifies the outstanding deficiencies. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days. i. The Grantee shall submit a CAP within ten (10) calendar days of the date of the written request from the Department. The CAP shall be sent to the Grant Manager for review and approval. Within ten (10) calendar days of receipt of a CAP, the Department shall notify the Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, the Grantee shall have ten (10) calendar days from receipt of the Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain the Department approval of a CAP as specified above shall result in the Department's termination of this Agreement for cause as authorized in this Agreement. ii. Upon the Department's notice of acceptance of a proposed CAP, the Grantee shall have ten (10) calendar days to commence implementation of the accepted plan. Acceptance of the proposed CAP by the Department does not relieve the Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, the Department shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by the Department or steps taken by the Grantee shall preclude the Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to the Department as requested by the Department Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by the Department may result in termination of the Agreement. Attachment 1 2of12 Rev. 7/28/2017 140 8. Payment. a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by the Department, the Department agrees to pay the Grantee for services rendered in accordance with Section 215.422, Florida Statutes (F.S.). To obtain the applicable interest rate, please refer to: http://www.myfloridacfo.com/Division/AANendors/default.htm. b. Taxes. The Department is exempted from payment of State sales and use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by the Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with the Department. The Grantee shall not use the Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Agreement. The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of the Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit D, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: http://www.myfloridacfo.com/aadir/referenceug ide/. e. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by the Department pursuant to the Grant Work Plan shall be submitted to the Department in sufficient detail for a proper pre -audit and post -audit to be performed. f. Interim Payments. Interim payments may be made by the Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by the Department's Grant Manager. g. Final Payment Request. A final payment request should be submitted to the Department no later than sixty (60) calendar days following the completion date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the completion date of the Agreement. h. Annual Appropriation Contingency. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of the Department if the Legislature reduces or eliminates appropriations. i. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If the Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If the Department determines that multipliers charged by the Grantee exceeded the rates supported by audit, the Grantee shall be required to reimburse such funds to the Department within thirty (30) calendar days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from the Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If the Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, the Grantee shall be required to reimburse such funds to the Department within thirty (30) calendar days of written notification. Interest shall be charged on Attachment 1 3of12 Rev. 7/28/2017 141 the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $1,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in Chapters 273 and/or 274, F.S., and Chapter 69I-72, Florida Administrative Code (F.A.C.) and/or Chapter 69I-73, F.A.C., as applicable. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to the Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from the Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, the Grantee shall request the advance written approval from the Department's Grant Manager of the fixed price negotiated by the Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of the Department Grant Manager's approval of the fixed-price amount, the Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, the Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with Section 112.061, F.S. e. Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defined as capital outlay costing $1,000 or more. Match or reimbursement for the Grantee's direct purchase of equipment is subject to specific approval of the Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly completed Property Reporting Form. f. Rental/Lease of Equipment — Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non -excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of the Grantee's contract obligations to its subcontractor, the Department shall not reimburse any of the following types of charges: cell phone usage, attorney's fees or court costs, civil or administrative penalties, or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, the Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to the Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) calendar days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by the Grantee within thirty (30) days. Attachment 1 4of12 Rev. 7/28/2017 142 11. Retainage. The following provisions apply if the Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement to a maximum percentage described in the Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. b. The Department reserves the right to withhold payment of retainage for Grantee's failure to respond to or correct identified deficiencies within the timeframe stipulated in the Grant Work Plan. The Department shall provide written notification to Grantee of identified deficiencies and the Department's intent to withhold retainage. Grantee's failure to rectify the identified deficiency within the timeframe stated in the Department's notice will result in forfeiture of retainage by Grantee. c. If Grantee fails to perform the requested work, or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment for the work and the retainage called for under the entire Grant Work Plan. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. d. No retainage shall be released or paid for incomplete work while this Agreement is suspended. e. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: i. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department of Environmental Protection, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $200,000 each individual's claim and $300,000 each occurrence. ii. Workers' Compensation and Emplover's Liability Coverage. The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S., and employer's liability insurance with minimum limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Agreement. iii. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department of Environmental Protection, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $300,000 Automobile Liability Combined Single Limit for Company - Owned Vehicles, if applicable $300,000 Hired and Non -owned Automobile Liability Coverage iv. Other Insurance. Additional insurance may be required by federal law, where applicable, if any work proceeds over or adjacent to water, including but not limited to Jones Act, Longshoreman's and Harbor Worker's, or the inclusion of any applicable rider to worker's compensation insurance, and any necessary watercraft insurance, with limits of not less than $300,000 each. Questions concerning required coverage should be directed to the U.S. Department of Labor (http://www.dol.gov/owcp/dlhwc/Iscontac.htm) or to the parties' insurance carrier. b. Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub -grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as Attachment 1 5of12 Rev. 7/28/2017 143 described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request. c. Exceptions to Additional Insured Requirements. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. Further, notwithstanding the requirements above, if Grantee is self-insured, then the Department of Environmental Protection, its employees, and officers do not need to be listed as additional insureds. d. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. e. Proof of Insurance. Upon execution of this Agreement, the Grantee shall provide the Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from the Department, the Grantee shall furnish the Department with proof of applicable insurance coverage by standard form certificates of insurance, a self-insured authorization, or other certification of self-insurance. f. Failure to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, the Grantee shall immediately notify the Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) calendar days after the cancellation of coverage. 13. Termination. a. Termination for Convenience. The Department may terminate the Agreement in whole or in part by giving 30 days' written notice to the Grantee, when the Department determines, in its sole discretion, that it is in the State's interest to do so. The Department shall notify the Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee shall not furnish any service or deliverable after it receives the notice of termination, unless otherwise instructed in the notice. The Grantee shall not be entitled to recover any cancellation charges or lost profits. If the Agreement is terminated before performance is completed, the Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described below occur or in the event that the Grantee fails to fulfill any of its other obligations under this Agreement. The Grantee shall continue work on any portion of the Agreement not terminated. If, after termination, it is determined that the Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Department. The rights and remedies of the Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination, and except as otherwise directed by the Department, the Grantee shall stop performing services on the date, and to the extent specified, in the notice. 14. Notice of Default. If the Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, without limitation, any of the events of default listed below, the Department shall provide notice to the Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, the Grantee will be found in default, and the Department may terminate the Agreement effective as of the date of receipt of the default notice. 15. Events of Default. Provided such failure is not the fault of the Department or outside the reasonable control of the Grantee, the following non-exclusive list of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by the Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding. Attachment 1 6of12 Rev. 7/28/2017 144 c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information. d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and the like furnishing labor or materials, or failure to make payment to any other entities as required herein in connection with the Agreement; g. Employment of an unauthorized alien in theperformance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; and i. One or more of the following circumstances, uncorrected for more than 30 calendar days unless, within the specified 30 -day period, the Grantee (including its receiver or trustee in bankruptcy) provides to the Department adequate assurances, reasonably acceptable to the Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title 11 of the United States Code; ii. The making by the Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of the Grantee's business or property; and/or iv. An action by the Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide the Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, the Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle the Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Grantee. In case of any delay the Grantee believes is excusable, the Grantee shall notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first arose, if the Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date the Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from the Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Grantee shall perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to the Department, in which case the Department may (1) accept allocated performance or deliveries from the Grantee, provided that the Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by the Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate the Agreement in whole or in part. Attachment 1 7of12 Rev. 7/28/2017 145 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that the Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the Department; ii. the Grantee's breach of this Agreement or the negligent acts or omissions of the Grantee. b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon the Department giving the Grantee (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by the Department in any legal action without the Grantee's prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. — b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of Section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract or this Agreement. d. No provision in this Agreement shall require the Department to hold harmless or indemnify the Grantee, insure or assume liability for the Grantee's negligence, waive the Department's sovereign immunity under the laws of Florida, or otherwise impose liability on the Department for which it would not otherwise be responsible. Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000. 20. Remedies. Nothing in this Agreement shall be construed to make the Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit the Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available to it at law or in equity and upon notice to the Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by the'Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of the Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b. Pursuant to Sections 287.133 and 287.134, F.S., the following restrictions apply to persons placed on the convicted vendor list or the discriminatory vendor list: i. Public Entity Crime. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. Attachment 1 8of12 Rev. 7/28/2017 146 ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. iii. Notification. The Grantee shall notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list or the discriminatory vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and posts the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915. 23. Compliance with Federal, State and Local Laws. a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. b. No person, on the grounds of race,' creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement. c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Scrutinized Companies. Grantee certifies that it and any of its affiliates are not scrutinized companies as identified in Section 287.135, F.S. In addition, Grantee agrees to observe the requirements of Section 287.135, F.S., for applicable sub -agreements entered into for the performance of work under this Agreement. Pursuant to Section 287.135, F.S., the Department may immediately terminate this Agreement for cause if the Grantee, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Grantee, its affiliates, or its subcontractors are placed on any applicable scrutinized companies list or engaged in prohibited contracting activity during the term of the Agreement. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions then they shall become inoperative. 25. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to Section 216.347, F.S., except that pursuant to the requirements of Section 287.058(6), F.S., during the term of any executed agreement between the Grantee and the State, the Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with Sections 11.062 and 216.347, F.S. 26. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, the Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of the Department's Inspector General, or other authorized State official, the Grantee shall provide any type of information the Inspector General deems relevant to the Grantee's integrity or responsibility. Such information may include, but shall not be limited to, the Grantee's business or financial records, documents, or files of any type or form that refer to or relate to the Agreement. The Grantee shall retain such records for the longer of: (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dos. myflorida.com/l i brary-archi ves/records-management/izeneral-records-schedules/). Attachment 1 9of12 Rev. 7/28/2017 147 27. Audits. a. Inspector General. The Grantee understands its duty, pursuant to Section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its Subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its sub -grantees. b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If the Department fails to provide an updated copy of Exhibit 1 to include in each amendment that authorizes a funding increase or decrease, the Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, the Grantee shall utilize the guidance provided under 2 CFR §200.330 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, the Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS -A2 -NS) that can be found under the "Links/Forms" section appearing at the following website: https:\\apps.fldfs.com\fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, the Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State and Federal guidelines (including cost allocation guidelines). The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) calendar days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, the Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If the Department finds that these funds have been commingled, the Department shall have the right to demand a refund, either in whole or in part, of the funds provided to the Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from the Department shall refund, and shall forthwith pay to the Department, the amount of money demanded by the Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from the Department by the Grantee to the date repayment is made by the Grantee to the Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by the Department, from another source(s), the Grantee shall reimburse the Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by the Grantee to the date repayment is made to the Department. 28. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. Attachment 1 10 of 12 Rev. 7/28/2017 148 29. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of the Department. 30. Subcontracting. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by the Grantee and may not be subcontracted or assigned without the prior written consent of the Department. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. c. The Department may, for cause, deny access to the Department's secure information or any facility by any Grantee employee, subcontractor, or agent. d. The Department's actions under paragraphs b. or c. shall not relieve the Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and the Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e. The Department will not deny the Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless the basis of the Department's denial is safety or security considerations. f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for the Grantee to meet the required delivery schedule. 31. Guarantee of Parent Company. If the Grantee is a subsidiary of another corporation or other business entity, the Grantee asserts that its parent company will guarantee all of the obligations of the Grantee for purposes of fulfilling the obligations of the Agreement. In the event the Grantee is sold during the period the Agreement is in effect, the Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of the Grantee. 32. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 33. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of the Grantee, its agents, servants, and employees, nor shall the Grantee disclaim its own negligence to the Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If the Department consents to a subcontract, the Grantee will specifically disclose that this Agreement does not create any third -party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 34. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 35. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Agreement must comply with all security and administrative requirements of the Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 36. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of the Department. In the event of any assignment, the Grantee remains secondarily liable for performance of the Agreement, unless the Department Attachment 1 11 of 12 Rev. 7/28/2017 149 expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to the Grantee of its intent to do so. 37. Prohibited Local Government Construction Preferences. Pursuant to Section 255.0991, F.S., for a competitive solicitation for construction services in which 50 percent (50%) or more of the cost will be paid from state -appropriated funds that have been appropriated at the time of the competitive solicitation, a state college, county, municipality, school district, or other political subdivision of the state may not use a local ordinance or regulation that provides a preference based upon: i. The contractor's maintaining an office or place of business within a particular local jurisdiction; ii. The contractor's hiring employees or subcontractors from within a particular local jurisdiction; or iii. The contractor's prior payment of local taxes, assessments, or duties within a particular local jurisdiction. For any competitive solicitation that meets the criteria of this section, a state college, county, municipality, school district, or other political subdivision of the state shall disclose in the solicitation document that any applicable local ordinance or regulation does not include any preference that is prohibited by this section. 38. Prohibited Governmental Actions for Public Works Projects. Pursuant to Section 255.0992, F.S., state and political subdivisions that contract for public works projects are prohibited from imposing restrictive conditions on certain contractors, subcontractors, or material suppliers and prohibited from restricting qualified bidders from submitting bids. a. "Political subdivision" means separate agency or unit of local government created or established by law or ordinance and the officers thereof. The term includes, but is not limited to, a county; a city, town, or other municipality; or a department, commission, authority, school district, taxing district, water management district, board, public corporation, institution of higher education, or other public agency or body thereof authorized to expend public funds for construction, maintenance, repair or improvement of public works. b. "Public works project" means an activity of which fifty percent (50%) or more of the cost will be paid from state - appropriated funds that were appropriated at the time of the competitive solicitation and which consists of construction, maintenance, repair, renovation, remodeling or improvement of a building, road, street, sewer, storm drain, water system, site development, irrigation system, reclamation project, gas or electrical distribution system, gas or electrical substation, or other facility, project, or portion thereof that is owned in whole or in part by any political subdivision. c. Except as required by federal or state law, the state or political subdivision that contracts for a public works project may not require that a contractor, subcontractor or material supplier or carrier engaged in such project: i. Pay employees a predetermined amount of wages or prescribe any wage rate; ii. Provide employees a specified type, amount, or rate of employee benefits; iii. Control, limit, or expand staffing; or iv. Recruit, train, or hire employees from designated, restricted, or single source. d. For any competitive solicitation that meets the criteria of this section, the state or political subdivision that contracts for a public works project may not prohibit any contractor, subcontractor, or material supplier or carrier able to perform such work who is qualified, licensed, or certified as required by state law to perform such work from submitting a bid on the public works project, except for those vendors listed under Section 287.133 and Section 287.134, F.S. e. Contracts executed under Chapter 337, F.S. are exempt from these prohibitions. 39. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 1 12 of 12 Rev. 7/28/2017 150 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION GRANT AGREEMENT SPECIAL TERMS AND CONDITIONS AGREEMENT No. 17IR2 ATTACHMENT 2 These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is Wabasso (Indian River Sector 3) Beach Restoration. The Project is defined in more detail in the Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement begins on January 1, 2018 and ends at the expiration of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Costs Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match Category ❑ ❑ Salaries/Wages Overhead/Indirect/General and Administrative Costs: ❑ ❑ a. Fringe Benefits, N/A. ❑ ❑ b. Indirect Costs, for actual costs not to exceed the budget amount identified in Attachment 3. ® ❑ Contractual (Subcontractors) ❑ ❑ Travel ❑ ❑ Equipment ❑ ❑ Rental/Lease of Equipment ❑ ❑ Miscellaneous/Other Expenses ❑ ❑ Land Acquisition No Equipment purchases shall be funded under this Agreement. There will be no Land Acquisitions funded under this Agreement. 5. Match Requirements. See Attachment 3, Grant Work Plan. 6. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. Attachment 2, Agreement No. 17182 1 of 2 Rev. 10/10/17 151 7. Additional Lobbying Requirements for Federally -Funded Agreements This Agreement is not federally funded. 8. Miscellaneous Contract Terms. a. Retainage. Retainage is permitted under this agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. b. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. c. State-owned land. Special Terms for Proiects on State -Owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by the Grantee. d. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 9. Additional Terms. None. Any terms added here must be approved by the Office of General Counsel. Attachment 2, Agreement No. 17IR2 2 of 2 Rev. 10/10/17 152 ATTACHMENT 3 GRANT WORK PLAN PROJECT TITLE: Wabasso (Indian River Sector 3) Beach Restoration PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department/DEP) reference monuments R20 and R51.3 along the Atlantic Ocean in Indian River County. PROJECT BACKGROUND: The Wabasso (Indian River Sector 3) Beach Restoration project consists of restoration of approximately 6.1 miles of shoreline between DEP Monuments R20 - R51.3 (critically eroded section) in Indian River County (Sector 3). As authorized under JCP Permit number. 0285993, Phase I construction was completed in 2010, Phase II construction was initiated in 2011 and completed in 2012. Due to damages sustained during Hurricane Sandy minor emergency repairs were constructed in 2012 and a full storm repair project was constructed in the winter of 2014 — 2015. PROJECT DESCRIPTION: The project consists of permit required monitoring. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $125,000 for this Project or up to 50 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 6213-36, F.A.C. The Grantee will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061, Florida Statutes (F. S.). Pursuant to Sections 161.091 - 161.161, F.S, the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program; and Pursuant to 62B -36.005(1)(d), Florida Administrative Code (F.A.C.), the Grantee has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved Scope of Work for an eligible Project item. The monitoring standards may be found at: http://www.dep. state.fl.uslbeacheslpublicationslpdflPhysicalMonitorin,Standards. pdf. One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. Acronyms: DEP or FDEP — Florida Department of Environmental Protection F.A.C. — Florida Administrative Code DEP Agreement No. 17IR2, Attachment 3, Page 1 of 3 (Revised 10/27117) 153 F.S. — Florida Statutes FEMA — Federal Emergency Management Agency FWC — Florida Fish and Wildlife Conservation Commission FWS — United States Fish and Wildlife Service IMP — Inlet Management Plan JCP — Joint Coastal Permit USACE — United States Army Corps of Engineers TASKS and DELIVERABLES: For all tasks identified below, the Local Sponsor will provide detailed scopes of work or a letter requesting advance payment, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of interest and to be consistent with Section 287.057(17)(a)(1), F.S., all monitoring data and statistical analysis must be provided directly and concurrently from the monitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant must provide an adequate mitigation plan, consistent with section. 287.057(17)(a)(1), F.S., including a description of organizational, physical, and electronic barriers to be used by the Local Sponsor's engineering consultant, that addresses conflicts of interest when contracting multi -disciplinary firms for Project engineering and post -construction environmental monitoring services, or when the Project engineering consultant firm subcontracts for post - construction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and mangrove resources. Department approval of the consultant's mitigation plan will be required prior to execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails to comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by the Department associated with environmental monitoring for the Project listed. Task Description: This task includes activities associated with permit -required monitoring conducted in accordance with the conditions specified by state or federal regulatory agencies. All monitoring tasks must be located within or adjacent to the Project area and follow the Department's Regional Coastal Monitoring Program and FWC's marine turtle and shorebird monitoring programs. Guidance for monitoring of nearshore resources is available in the Department's Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be eligible for reimbursement under this task, unless otherwise directed. Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report containing; 1) An itemized listing of all monitoring activities completed or in progress during the payment request period and, 2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data, surveys and final reports for permit -required work under this task description. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. DEP Agreement No. 17IR2, Attachment 3, Page 2 of 3 154 Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost State Task Title Task # Eligible Project Tasks Cost DEP Local Total Share Task End Deliverable No. 1 Monitoring 50.00% $125,000.00 $125,000.00 $250,000.00 COSTS 1 $125,000.001 $125,000.001 $250,000.00 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. Task Task Title Budget Budget Task Start Task End Deliverable No. Category Amount Date Date Due Date Contractual 1 Monitoring $125,000 1/1/18 1/31/21 1/31/21 Services Total: $125,000 DEP Agreement No. 17IR2, Attachment 3, Page 3 of 3 155 DEPARTMENT OF ENVIRONMENTAL PROTECTION Public Records Requirements Attachment 4 1. Public Records a. If the Agreement exceeds $35,000.00, and if the Grantee is acting on behalf of the Department in its performance of services under the Agreement, the Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by the Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution or section 119.07(1), F.S. b. The Department may unilaterally terminate the Agreement if the Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term "contract" means the "Agreement." If the Grantee is a "contractor" as defined in section 119.0701(1)(a), F.S., the following provisions apply: a. Keep and maintain Public Records required by the Department to perform the service. b. Upon request, provide the Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. c. A contractor who fails to provide the Public Records to the Department within a reasonable time may be subject to penalties under section 119. 10, F.S. d. Ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the Public Records to the Department. e. Upon completion of the contract, transfer, at no cost, to the Department all Public Records in possession of the contractor or keep and maintain Public Records required by the Department to perform the service. If the contractor transfers all Public Records to the Department upon completion of the contract, the contractor shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements. If the contractor keeps and maintains Public Records upon completion of the contract, the contractor shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to the Department, upon request from the Department's custodian of Public Records, in a format specified by the Department as compatible with the information technology systems of the Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE 156 Rev. 5/26/17 Attachment 4 1 of 2 CONTRACT, CONTACT THE DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT: Telephone: (850) 245-2118 Email: public. serviceskdep.state. fl.us Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 157 Rev. 5/26/17 Attachment 4 2 of 2 ATTACHMENT 5 SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the 'Department", 'DEP", 7DEP" or "Grantor" or other name in the contract/agreement) to the recipient (which may be referred to as the "Contractor", Grantee" or other name in the contract/agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133, as revised, 2 CFR Part 200, Subpart F, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The. recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised (for fiscal year start dates prior to December 26, 2014), or as defined in 2 CFR §200.330 (for fiscal year start dates after December 26, 2014). In the event that the recipient expends $500,000 ($750,000 for fiscal year start dates after December 26, 2014) or more in Federal awards in its fiscal year, the recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, will meet the requirements of this part. In connection with the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. 3. If the recipient expends less than $500,000 (or $750,000, as applicable) in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, is not required. In the event that the recipient expends less than $500,000 (or $750,000, as applicable) in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F the cost of the audit must be paid from non -Federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at www.cfda.gov Attachment 5 1 of 5 158 Rev. 5/30/17 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(n), Florida Statutes. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient, the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this Attachment indicates state financial assistance awarded through the Department of Environmental Protection by this Agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $750,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at https:Hgpl2s.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfm, State of Florida's website at http://www.myflorida.com/, Department of Financial Services' Website at http://www.fldfs.com/ and the Auditor General's Website at http://www.myflorida.com/audgen/. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F and required by PART I of this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, by or on behalf of the recipient directly to each of the following: Attachment 5 2 of 5 159 Rev. 5/30/17 A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSinW eAuditAdep.state.fl.us B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised, and 2 CFR §200.501(a) (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, and 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at http://harvester.Census.gov/facweb/ C. Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised, and 2 CFR §200.512. Pursuant to Section .320(f), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, the recipient shall submit a copy of the reporting package described in Section .320(c), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, and any management letters issued by the auditor, to the Department of Environmental Protection at one the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit@dep.state.fl.us 3. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Attachment 5 3 of 5 160 Rev. 5/30/ l7 Electronically: FDEPSingleAudit(cildep.state.fl.us B. The Auditor General's Office at the following address: State of Florida Auditor General Room 401, Claude Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSing]eAudit(a-)dep.state.fl.us Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, Florida Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-133, as revised and 2 CFR Part 200, Subpart F, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of 3 years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Attachment 5 4 of 5 161 Rev. 5/30/17 EXHIBIT —1 FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Federal Resources Awarded to the Reci lent Pursuant to this Agreement Consist of the Following: Federal State Program CFDA Appropriation Number Federal Agency Number CFDA Title Funding Amount Cate o State Resources Awarded to the Recipient Pursuant to this A reement Consist of the Following Matching Resources for Federal Pro rams: Federal State Program Appropriation Number Federal Agency CFDA CFDA Title Funding Amount Cate2ory State Resources Awarded to the Recipient Pursuant to this A reement Consist of the Following Resources Subject to Section 215.97 F.S.: State Program Number Funding Source State CSFA Fiscal Year Number CSFA Title or Funding Source Description Funding Amount State Appropriation Cate o Original Agreement Land Acquisition Trust Fund, GAA Line Item # 1602 2016-2017 37.003 Beach Management Funding Assistance Program $125,000 140126 Total Award 1 $125,000 For each program identified above, the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance (CFDA) [www.cfda.govl and/or the Florida Catalog of State Financial Assistance (CSFA) [httgs://avos.fldfs.coin/fsaa/searchCatalo2.asoxl. The services/purposes for which the funds are to be used are included in the Contract scope of services/work. Any match required by the recipient is clearly indicated in the Contract. Attachment 5 5 of 5 Rev. 5/30/17 162 EXHIBIT D FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART I PAYMENT SUMMARY Name of Project: Wabasso (Indian River Sector 3) Beach Restoration Local Sponsor: Indian River County DEP Agreement Number: 17IR2 Remittance Address: Billing Number: Billing Type: ❑ Interim Billing ❑ Final Billing Costs Incurred This Payment Request: Federal Share* State Share *if applicable Cost Summary: State Funds Obligated Less Advance Pay Less Previous Payment Less Previous Retained Less This Payment Less This Retainage (10%) State Funds Remaining Local Share Total Local Funds Obligated Less Advance Pay Less Previous Credits Less This Credit Local Funds Remaining 01 DEP Agreement No. 17IR2, Exhibit D, Page I of 5 163 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART II Name of Project: Billing Period (1): Billing Number: Person Completing Form & Telephone Number (2): DEP Agreement Number: REIMBURSEMENT DETAIL Vendor Invoice Name Number t 1' ii i II Withheld Retainage Total Due to Local Sponsor (15) Form Instructions: 1. Billing Period: Should reflect Invoice services performed date. (beginning date -earliest date of services, end date - latest date of services performed). 2. Person responsible for completing this form: Please identify the person responsible for completing information if clarification is needed. 3. Deliverable #: Must identify completed defiverable(s) for each invoice. If invoice covers multiple deliverables, that invoice would be listed multiple times, aline item for each deliverable. 4. Invoice Amount 5. Eligible Cost: Invoice amount paid by Local Sponsor less ineligible cost for Line Item Deliverable only. 6. % Federal Share: If applicable this should be the percentage listed in Agreement. Federal Share will be fisted on Table 1 if applicable. 7. Federal Share: If applicable, Local Sponsor will multiply Eligible Cost by Federal Share Percentage. 8. Non -Federal Share: Eligible Cost (5) minus Federal Share of Invoiced Amount (7). 9. Percentage of State Share: This should be the State Share Percentage fisted in Agreement. 10. State Share: Multiply Non -Federal Share by State Share Percentage. 11. Local Share: Subtract State Share from Non -Federal Share. 12. Retainage Payment: Requires separate line for each completed Task, Sub -Task and or Deliverable that retainage is being requested. 13. Withheld Retainage: Multiply State Share by 10%. 14. State Payment: Subtract Retainage from State Share. 15. Total Due to Local Sponsor: Add Retainage Payment Total (12) to State Payment Total (14). Please redact all sensitive financial information from the invoices and other supporting documentation to be submitted with this Payment Request Form. Notes: For questions or concerns regarding this form please contact: Janice Simmons - (850)245-2978 or email at Janice.L.Simmons@dep.state.fl.us DEP Agreement No. 17IR2, Exhibit D, Page 2 of 5 164 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART III PROJECT PROGRESS REPORT Name of Project Wabasso Indian River Sector 3 Beach Restoration Local Sponsor: Indian River County DEP Agreement Number: 17IR2 Billing Number: Report Period: Status of Eligible Project Items: (Describe progress accomplished during report period, including statement(s) regarding percent of task completed to date. Describe any implementation problems encountered, if applicable.). NOTE: Use as many pages as necessary to cover all tasks in the Grant Work Plan. The following format should be followed: Task 1: Progress for this reporting period: Identify any delays or problems encountered: DEP Agreement No. 17IR2, Exhibit D, Page 3 of 5 165 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM CERTIFICATION OF DISBURSEMENT REQUEST REQUEST FOR PAYMENT — PART IV Name of Project: Wabasso (Indian River Sector 3) Beach Restoration Local Sponsor: Indian River County DEP Agreement Number: 17IR2 Billing Number_ Certification: I certify that this billing is correct and is based upon actual obligations of record by the Local Sponsor; that payment from the State Government has not been received; that the work and/or services are in accordance with the Department of Environmental Protection, Beach Management Funding Assistance Program's approved Project Agreement including any amendments thereto; and that progress of the work and/or services are satisfactory and are consistent with the amount billed. The disbursement amount requested on Page 1 of this form is for allowable costs for the Project described in the grant work plan. I certify that the purchases noted were used in accomplishing the Project; and that invoices, check vouchers, copies of checks, and other purchasing documentation are maintained as required to support the cost reported above and are available for audit upon request. Name of Project Administrator Signature of Project Administrator Name of Project Financial Officer Signature of Project Financial Officer Date Date DEP Agreement No. 17IR2, Exhibit D, Page 4 of 5 166 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FLORIDA BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM PROJECT COMPLETION CERTIFICATION PART V Name of Project: Wabasso Indian River Sector 3 Beach Restoration Local Sponsor: Indian River County DEP Agreement Number: 17IR2 Task Completion ❑(List Task) Project Completion ❑ *I hereby certify that the above-mentioned Project task has been completed in accordance with the Project Agreement, including any amendments thereto, between the Department and Local Sponsor, and all funds expended for the Project were expended pursuant to this Agreement. All unused funds and interest accrued on any unused portion of advanced funds which have not been remitted to the Department, have been returned to the Department, or will be returned to the Department within sixty (60) days of the completion of construction portion of this Project. Unused funds advanced to the United States Army Corps of Engineers through Local Sponsors will be due sixty (60) days after the Federal final accounting has been completed. Name of Project Manager Signature of Project Manager Date DEP Agreement No. 17IR2, Exhibit D, Page 5 of 5 167 GRANT NAME: FDEP Wabasso (Indian River Sector 3) Beach Restoration —Post Const. Monitoring GRANT# 171 R2 AMOUNT OF GRANT: $250.000 DEPARTMENT RECEIVING GRANT: Public Works/Coastal Engineering CONTACT PERSON: James D. Gray, Jr. TELEPHONE: ext, 1344 1. How long is the grant for? April 30, 2021 Expected Starting Date: Feb 13, 2018 YES NO 2. Does the grant require you to fund this function after the grant is over? X 3. Does the grant require a match? X If yes, does the grant allow the match to be In -Kind services? X 4. Percentage of match to grant 50.00 % 5. Grant match amount required 5125,000 6. Where are the matching funds coming from (i.e. In -Kind Services; Reserve for Contingency)? Local Fundine is available from Sector 3 Post Construction Monitorine— Account No. 12814472-033490-05054- 7. Does the grant cover capital costs or Stan -UP costs? No If no, how much do you think will be needed in capital costs or start-up costs., (Attach a detail listing of costs) 8. Are you adding any additional positions utilizing the grant funds? No If yes, please list. (if additional space is needed, please attach a schedule.) Acct Description Position Position Position Position Position 011.12 Regular Salaries 011.13 Other Salaries & Wages (PT) 012.11 Social Security 012.12 Retirement — Contributions 012.13 Insurance — Life & Health 0112.14 Worker's Compensation 012.17 SiSec. Medicare Matching $ TOTAL 9. What is the total cost of each position including benefits, capital, start-up, auto expense, travel and operating? Salary and Benefits Operating Costs:::� Capital Total Costs 10. What is the estimated cost of the grant to the county over five years? $ Signature of Preparer: Date: 168 Grant Amount Other Match Costs Not Covered Match Total First Year S S S Second Year $ S $ Third Year S $ $_ Fourth Year $ $ S Fifth Year S 1 $ 1 S Signature of Preparer: Date: 168 3.1 INDIAN RIVER COUNTY, FLORIDA BOARD MEMORANDUM TO: Jason E. Brown County Administrator THROUGH: Richard B. Szpyrka, P.E. Public Works Director FROM: James D. Gray, Jr. Natural Resources Manager SUBJECT: Work Order No. 2 Environmental Science Associates Lost Tree Islands Feasibility Study DATE: January 31, 2018 BACKGROUND On April 4, 2017, under Commissioners Matters 14.1) (2), a number of potential lagoon legacy partnership projects between Indian River County and the City of Vero Beach (COVB) were presented. Following the presentation, the Board authorized staff to begin discussions with City staff to further evaluate the proposed projects and requested that staff update the Board on their progress. Proposed Lagoon Legacy Projects and brief summary as presented on April 4, 2017: Lagoon Legacy Project Name Project Summary A — Oyster Reef Install new Oyster reef within the COVB limits B — Lost Tree Island Cuts Determine the feasibility. of opening two points on the island to improve water quality C — COVB Outfall Redesign Construct rock rubble oyster reef D — Foot Island Merrill Barber Bridge Stabilization Construct a living shoreline to reduce island erosion and improve water quality E — Rockridge Aeration Pilot Project Use aeration to remove legacy N and P in muck F — South Vero Storm Water Treatment Pump untreated water through existing salt marsh to filter out N and P G — Main Relief Canal Storm Water Treatment Pump untreated water through existing salt marsh to filter out N and P Upon further review of the proposed lagoon legacy projects, City and County staff determined that similar projects could be combined to improve project effectiveness and permitability. As such, projects A, C, and D, all utilizing a living shoreline and/or oyster reef construction focus, have been combined. Currently, City and County staff are refining the project design and anticipate project permitting beginning this coming March/April. Work Order No. 2 169 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@C40D5253\@BCL@C4OD5253.docx Consent Agenda 2-13-18 Page 2 Project E — Aeration Pilot Project is being administered by the City and is currently under project design. Projects F and G, both utilizing a salt marsh to treat water, are long term focused projects and have not begun at this time. The subject of this agenda item is to provide an update on Project B — Lost Tree Island Cuts and to request Board approval of Work Order No. 2 with Environmental Science Associates. DESCRIPTION AND CONDITIONS On October 10, 2017, the Board approved a contract with Environmental Science Associates (ESA) for professional continuing environmental and biological support services for engineering projects for a two year term, through October 10, 2019. ESA is the selected consultant for professional environmental services related to the Lost Tree Island Project. The proposed Work Order No. 2 provides professional environmental services to determine the feasibility of reconnecting the historically connected Lost Tree Islands Conservation Area (LTICA) to the open water.of the Lagoon. The goal of the project is to improve the overall health of the LTICA in conjunction with the Indian River Lagoon (IRL). The feasibility project will focus and explore the following: 1. Reconnection of specific LTICA canals to open water 2. Improvement of water quality and habitat restoration 3. Reduction of exotic vegetation and stagnant water in an effort to reduce mosquito breeding, etc. Work Order No. 2 includes five separate tasks for a not -to -exceed amount of $41,750. A preliminary design report will be developed to enable the County to make an informed decision if the project is feasible going forward. If the project is deemed feasible, future project work orders will be presented to the Board for approval. dIILIIIII Jtr Funding, in the amount of $41,750 for ESA Work Order No. 2, will be provided by a budget amendment transferring money from General Fund/Reserve for Contingency to General Fund/IR Lagoon Projects/Other Professional Services -Acct# 00128337-033190 RECOMMENDATION The recommendation of staff is for the Board to approve Work Order No. 2 to the contract with Environmental Science Associates and authorize the Chairman to sign on behalf of the County. ATTACHMENT Environmental Science Associates Work Order No. 2 Lagoon Legacy Projects as presented April 4, 2017 APPROVED AGENDA ITEM FOR: FEBRUARY 13,201 170 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@C40D5253\@BCL@C40D5253.docx 0 INDIAN RIVER COUNTY, FLORIDA INTER - OFFICE MEMORANDUM TO: Joseph A. Baird County Administrator DEPARTMENT HEAD CONCURRENCE: Stan Boling, AICP Community Deve pmentDi�rector FROM: Roland M. DeBlois, AICP.`""" cj Chief, Environmental Planning & Code Enforcement DATE: December 15, 2015 Additional Back-up 8.J - February 13, 2018 RE: Board Consideration to Approve an Agreement with St. Christopher's Harbor Homeowner's Association, Inc. for Cost -Share of the Head Island Channel Restoration • Project It is requested that the Board of County Commissioners formally consider the following information at its regular meeting of December 1.5, 2015. DESCRIPTION AND CONDITIONS At the Board of County Commissioner's August 18, 2015 meeting, the Board authorized staff to negotiate a contract with CO Services, LLC to complete a channel restoration project at Head Island (a.k.a. the Green Salt Marsh Conservation Area) at a bid cost of $159,770.41 (see attached minutes). Head Island is owned by Indian River County and is located in the Indian River Lagoon west of St. Christopher Harbor Subdivision, The County has a 25% cost -share grant from the Florida Inland Navigation District (FIND) and a cost -share commitment from St. Christopher's Harbor Homeowner's Association, Inc. (HOA) for the restoration work. Leading up to the Board's August 18 meeting, the St. Christopher's Harbor HOA had committed to pay $38,499 towards the restoration work, in addition to $38,000 that the HOA had already spent for project permitting and design. At the August 18 meeting, the HOA's president, Anna Garramone, verbally indicated that the HOA agreed to pay an additional $7,385.71 to facilitate completion of the project, resulting in a total of $45,884.71 (beyond permitting and design costs) that the HOA committed toward the restoration work. A County contract with CO Services, LLC for the work was subsequently finalized and CO Services has made substantial progress towards completion of the project, consistent with environmental permits and . in coordination with County staff and the HOA. Regarding HOA payment of its share of project costs, /7,4- I Ms. Garramone has requested that the County allow 12 months for the HOA to pay its share to the County. To that end, attached for the Board's approval is a proposed agreement between the County and the St. Christopher's Harbor HOA to establish' terms for the HOA's cost -share payment, written to account for the HOA's request for a 12 month payment timeframe. ANALYSIS The following table provides a summary of overall Head Island project costs, as presented.to the Board at its August 18; 2015 meeting. Head island Channel Restoration FIND WaterwAa s Assistance Program_ Project .ESTIMATE BASED ON CO SERVICES BID Project Element Estimated FIND Cost County Cost* St. Christopher Cost (25%)* Harbor HOA Design and pennitting $38,000* N/A N/A $3$;000* Public boat landing $10000 $2,500 $7,500 N/A. TSI payment for work $31,499 $7,874 $23,625 N/A performed (exotics treatment, channel/breach vegetation clearing, siltation control, mobilization Channel/breach completion $153,965.41 $23,924.75 $84,155.95 $45,884.71 under re -bid ( CO Services Contract Project management, $5,805:00 $1,451.25 $4,353.75 N/A engineering oversight (CO Services Contract) TOTAL $239,269.41 $35,750* $119,634.70* $83,884.71 *County cost adjustedto reflect 50% of totalproject costs, Design and permitting costs are not covered under the FIND cost - share grant project; the total FIND grant amount is capped at $35,750 (25% of original project cost estimate). As indicated in the proposed agreement, the St. Christopher Harbor HOA is to pay $45,884.71 towards the $159,770.41 cost of the CO Services contract, with the remainder of the CO Services contract cost to be paid with FIND grant funds ($25,376.00) and with County use of Florida Boating Improvement Funds ($88,509.70). The proposed agreement formalizes the commitment of the St. Christopher's Harbor HOA to pay its share of costs for the Head Island improvements project. Given the limited number of HOA members (14) and the amount of funding that the HOA has already spent and is committed to spend towards the overall project, staff thinks it is reasonable to allow a 12 month timeframe for the HOA to pay its share of costs, as set forth in the proposed agreement (see Attachment #2). Funding Since the project results in boating improvements, the County's Florida Boating Improvement Fund was previously identified as the County's appropriate funding source for this project, including for the County's $88,509.70 share of the CO Services, LLC contract work. WORK ORDER NUMBER 2 PROJECT NAME: LOST TREE ISLANDS FEASIBILITY STUDY This Work Order Number _2_ is entered into as of this day of pursuant to that certain Continuing Contract Agreement for Environmental and Biological Support Services, dated October 10th, 2017, (referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Environmental Science Associates , ("Consultant"). The COUNTY has selected the Consultant to perform the Environmental and Biological Support Services set forth on Exhibit A (Scope of Work), attached to this Work Order and made part hereof by this reference. The Environmental and Biological Support Services will be performed by the Consultant for a Not -to -exceed fee of $ 42,750. The Consultant will perform the Environmental and Biological Support Services within the timeframe more particularly set forth in Exhibit A, attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS Environmental Science Associates OF INDIAN RIVER COUNTY By: By: r / Peter D. O'Bryan, Chairman Title: Sr C5fM( BCC Approved Date: Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Approved: Approved as to form and legal sufficiency: Deputy Clerk Jason E. Brown, County Administrator William K. DeBraal, Deputy County Attorney 171 1 EXHIBIT A r ESA Scope of Services Lost Tree Islands Feasibility Study for Indian River County Vero Beach Shores, Florida January 3, 2M8 Background The Lost Tree Islands Conservation Area (LTICA) is located north of the Merril Barber Bridge in Vero Beach Shores. This area was once slated for development and preliminary site work created finger canals to drain mangrove swamp and create upland for residential housing. Those plans stalled and were eventually scrapped in the z970s, but the finger canals remain. Historically, the LTICA canals were connected to open water, but these canals have shoaled along the western shoreline and now create stagnant areas of water that exhibit low dissolved oxygen and potential for mosquito breeding areas. Indian River County would like to explore options to i) reconnect these canals to open water, i) improving water quality and habitat and 3) reducing the area for exotic vegetation, stagnant water and mosquito breeding. The goal is to improve the overall health of the LTICA in conjunction with the Indian River Lagoon (IRL). 172 SCOPE -OF -WORK Task 1 - Site Visit ESA staff will prepare for and attend a site visit with County staff and Mosquito Control staff to the Lost Tree Islands project site. ESA will document site conditions, including water levels, sediment types, vegetative cover, submerged aquatic vegetation (SAV) and oysters. ESA will bring underwater camera and other instruments to conduct preliminary assessments of the area. This task will include two (z) ESA staff and it is anticipated County Staff or Mosquito Control will provide boats to access the island. ESA has an 18 foot skiff that can be authorized by the County on a contingency basis for a fee of $25o per day. Anticipated need would only be one day of boat usage. Deliverables: Copies of field notes will be provided. Task z — Data Collection ESA staff will continue to work with the County to acquire historical data including topographic & bathymetric survey data (or LiDAR), water quality data, aerials, oyster and seagrass maps. In the absence of historical data and the need for recent, site specific data; ESA proposes to collect water quality data at points around the project area for depth, dissolved oxygen (DO), salinity, temperature, and Chlorophyll. This information will help to characterize the site and determine which type of restoration project will be the most successful. This work can be repeated on a quarterly or event basis by ESA or by the County to determine seasonal variability in the water quality. Pending the site visit in Task 1, this task may be revised to select the best collection points and water quality sampling parameters for the site. In order to determine if the finger canals should be reconnected ESA staff will examine the existing subsurface conditions in the immediate area of potential reconnection sites. Sediment samples will be collected both upland and in -water and photographed. These samples will undergo visual analysis only, and will not be logged. Laboratory testing for mechanical or chemical properties of the sediment would occur in future phases of the project if warranted. SAV and oyster reconnaissance surveys will be conducted on a presence/absence basis, since the work will not be during the seagrass growing season. Limits closest to proposed work may be recorded for preliminary design purposes only. SAV and oyster densities and mapping will be conducted in future phases if necessary for permitting. ESA will use their boat to access the islands for data collection and field work in this task, County staff are welcome to join/assist-in data collection efforts if timing allows. ESA estimates two field days to collect the necessary data. Deliverables: Project database files and figures (Excel, GIS, PDF) will be provided to the County Task 3 — Planning Meeting At the conclusion of Task i, ESA Staff will chair a project planning meeting with County staff (Coastal, Natural Resources & Parks) along with other stakeholders (Mosquito Control) to discuss project feasibility, determine project stages, funding streams and schedules. The meeting will focus on the timing of proposed project elements including reconnection of the 173 finger canals, living shorelines, oyster and SAV restoration and public access/recreation elements. This meeting will be held at the County offices. Deliverables: Project planning documents and meeting minutes. Task 4— Pre -Application Meeting(s) Once the project team has developed a tentative plan, ESA and County staff will schedule pre - application meetings with the U.S. Army Corps of Engineers (USACE) and the Florida Department of Environmental Protection (FDEP) Central District and Coastal & Aquatic Managed Areas (CAMA) departments to discuss the regulatory requirements for permitting and constructing project elements. ESA staff will prepare figures, drawings and/or PowerPoint presentations and travel to the project site, or to regulatory offices as necessary for the meeting(s). Deliverables: Project planning documents and meeting minutes. Task 5 - Preliminary Design Report ESA staff will develop a preliminary design report that will compile the information collected in Tasks 1-4. The report will provide a narrative on the feasibility of restoration and habitat creation in the Lost Tree Island finger canals. Items that will be discussed in the report will include i) water quality & circulation improvement, i) reconnection of finger canals 3) grading of islands to reduce exotic proliferation, 4) restoration/habitat creation 5) public access and recreation enhancements. The report will discuss the data collected, results of meetings with the County, local stakeholders, and regulatory agencies. It will include figures, tables and photographs of the project sites, data collection and results. Estimated costs for project elements and potential funding sources will be provided. A preliminary project schedule will be developed to show project phasing. Project drawings in plan and typical cross sections will be included to the extent possible provided topographic and bathymetric data are available from other sources with reliable metadata. The report will provide direction on phasing project elements, their cost, a preliminary schedule and an opinion of whether the project is feasible going forward. Deliverables: Preliminary Design Report (3 Hard Copies and 3 CDs) Budget Estimate Taskis Site Visit............................................................................. $ 4,450 Task is Data Collection.................................................................. $ 9,600 Task 3: Planning Meeting............................................................... $ 3,300 Task 4: Pre -Application Meeting(s)................................................ $ 7,600 Task 5: Preliminary Design Report ................................................ $16,800 Total (Not-To-Exceed)........................................................... $ 41,750 174 ASSUMPTIONS: • County/Mosquito Control District will provide boat for site visit in Task 1. ESA boat can be authorized for use by the County at a fee of $25o/day. • ESA will provide boat to conduct data collection in Task i, boat usage fees included. • Since the field work will occur in January/February, outside seagrass growing season, the SAV reconnaissance survey will be conducted on a presence/absence basis. 175 Lagoon Legacy Project Lagoon Legacy Project (LLP) — A collaborative initiative between the City of Vero Beach, Florida, The county of Indian River, Florida and its great citizens to take action with both immediate and long-range Indian River Lagoon restoration projects. These projects address and remediate a multitude of negative environmental factors contributing to the � overall degradation of the Indian River Lagoon. (;) "The nation behaves well if it treats the natural resources as assets which it must tura over to the next generation increased; and not impaired in value." -Theodore Roosevelt r r r Lagoon Legacy Project: A ►The County had an oyster reef built off the FDOT outfall that borders the north side of Spoonbill Marsh. This Reef has been successful in growing oysters, which have been up taking nitrogen (N) and phosphorus (P) from the waters of the Lagoon. Proposed is one new oyster reef project, within COVS limits, mirroring the 53rd_57th Street FDOT Outfall Project. • Cost estimate: $25,000 to $50,000 per Oyster Reef. •Benefits: Increase of nitrogen (N) and phosphorus (P) absorbing Oysters and increased fish habitat. E Pre 1. Vj E Pre ,bl Vj ,bl o� r Lagoon Legacy Project: B • Lost Tree Island Cuts. This project would break the dike at two points on the island. This would allow for a much greater, and more natural flow of water helping the Lagoon with special benefits to the areas around Cache Cay. + Benefit: Water flow, which would improve water quality. # Cost: Approximately $100,000 Permit required from FIDEP, which would take perhaps one year. • * ORCA KILROY. located nearbv. O Lagoon Legacy Project: B ��sns,� S11 � �t,r IDES t:101.StiU ��-'BAtfl .- 'Wil -W-' 4 .. T Lagoon Legacy Project : C = o COVB Island Outfall Redesign. The COVE has a number of outfalls that remove water from Orchid Island to the Lagoon. Three outfalls by the Dog Park, Greytwig and the Acacia Boat ramp have a lot of rock rubble by the outfall. The rock rubble could be redesigned to support both tidal and sub - tidal oyster recruitment. Cost estimate for the three locations: Approximately $251000. � Benefits :Increase of nitrogen (N) and phosphorus (P) absorbing Oysters, which would help clean the waters of the Lagoon. 0 Permit required by FDEP 4 Volunteer Friendly Project. oon Leoacv Prc 6. i GREYTI t7ft 4 � oo• � Voro Beach 14 } 4 A M 00 Lagoon Legacy Project : D Foot Island Merrill Barber Bridge Stabilization Project. The old Miller Barber Bridge had a support structure at the Southeast side of the bridge, which sat on a small island. The action of waves and boat wakes is steadily eroding the island. If remediation work is not done soon the island will disappear. A shoreline stabilization project is proposed, which would include oyster mats, natural rock and some plantings. +� Cost estimate for the shoreline stabilization between $25,000 and $60,000. Benefits: Island preservation, oyster recruitment nitrogen (N) and phos �) P removal and additional fish habitat. phosphorus Permit required by I~DEP, which would take perhaps one year to obtain. Lagoon Legacy Project : D hli:.ftfill� B�RpER BSit1G� -- �"`'.� IRT 00 kn 00 Lagoon Legacy Project : E • Rockridge Aeration Pilot Project. Aeration has been proposed as one possible method to start addressing the problem of legacy N and P in the muck in the Lagoon. There is a canal between the CCVB wastewater treatment plant and Fairlane Harbor, which would be a great location for a pilot project especially, as CCVB electricity is located nearby. • Cost estimate, under $20,000. • Benefits: Removal of nitrogen (N) from the muck and starting to learn about and build experience in dealing with the legacy nitrogen (N) and phosphorus (P) in the Lagoon. • hormif rnm 6rorl by Pni=p T =A. lisl Lagoon Legacy Project : E �$W, 7�L I Lagoon Legacy Project : F • South Vero Storm Water Treatment Project. A lot of the water from the Rockledge -South Vero area presently flows untreated, into the Lagoon after rain events. This project would require that some of the drainage in the area be redesigned and would use gravity and perhaps one or two pumps to get the water into the existing salt Marsh to the east -of the drainage basin and then use the flow of water through the salt marsh to remove sediment and nitrogen (N) and phosphorus (P). • Cost: Significant • Benefits: remove nitrogen (N) and phosphorus (P) sediment and other pollutants from storm water from the water before it aets into the Laaoon and slows down the flow of water n 00 Zltg LL2 DOC 1:1 El Indian River Aquatic Reserve 6 DOC 1:1 El Indian River Aquatic Reserve 6 Lagoon Legacy Project: G Main Relief Canal Storm Water Treatment Area. Presently storm water from the COVB flows, without any significant treatment, into the Main Relief Canal and then to the Indian River Lagoon. There is a significant area of Salt Water Marsh where the Main Relief Canal drains into the Lagoon. (The area under, and to the north and south, of the Miller Barber Bridge where it leaves the mainland and begins its assent towards the Lagoon.) '* The salt water marsh under the bridge already has a number of roads and paths which would be ideal for redesign with pumps and structures to slow -the flow of water and divert it through passive remediation areas. This allows sediment to drop out of the water, (and periodically be mechanically removed) and for nitrogen (N.) removal by plant uptake (as well as for the nitrogen (N) and phosphorus (P) to be periodically harvested and removed). • Cost: Significant Benefits: remove nitrogen (N) and phosphorus (P) sediment and other Lagoon Legacy Project: C S, K. INDIAN RIVER COUNTY, FLORIDA BOARD MEMORANDUM TO: Jason E. Brown County Administrator THROUGH: Richard B. Szpyrka, P.E. Public Works Director FROM: James D. Gray, Jr. Natural Resources Manager SUBJECT: Work Order No. 5 Morgan & Eklund, Inc. 2018 Beach Profile Monitoring Surveys (WINTER) DATE: February 1, 2018 DESCRIPTION AND CONDITIONS On October 4, 2016, the Board approved a contract with Morgan and Eklund, Inc. (M&E) for Professional Land Surveying and Mapping Services for a two-year term. The Board amended the Contract on October 18, 2016. M&E is the selected County Consultant for professional onshore/offshore hydrographic surveying services. The County's Beach Preservation Plan recommends semiannual beach profile surveys in order to monitor the seasonal, summer and winter, fluctuations of the beach. The proposed Work Order No. 5 provides winter -time countywide hydrographic surveying (beach profile) services as part of the County's beach monitoring program. All onshore and offshore beach profile surveys are conducted along The Florida Department of Environmental Protection (FDEP) Range Monuments at approximately 1,000 foot intervals (alongshore) and extend from the vegetated dune seaward to a location approximately -40 feet offshore (crosshore). Work Order No. 5 totals a lump sum amount of $55,000. Please note: The Sebastian Inlet District (District), as part of their Inlet Management Plan, conducts semiannual beach profile surveys along the northern 5.6 miles of the County. The District continues to partner with the County and has agreed to provide their certified 2018 beach profile survey data (winter and summer) to the County, resulting in a complete 22.4 mile countywide (semiannual) beach profile survey and a combined annual savings of approximately $35,000 to the County. C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 191 8\@BCL@4COD31 DD\@BCL@4COD31 DD.docx Page 2 BCC Agenda. Item February 13, 2018 FUNDING Local funding of Beach Restoration includes a portion of Local Option Tourist Tax Revenue as well as allocation of the One Cent Sales Tax. Funding for winter beach profile surveying is budgeted and available in the Beach Restoration Fund, Other Professional Services Account No. 12814472- [*0&6I13iHOIZll RECOMMENDATION The recommendation of staff is for the Board to approve Work Order No. 5 to the Professional Land Surveying and Mapping Services contract with Morgan and Eklund, Inc. and authorize the Chairman to sign on behalf of the County. ATTACHMENT Morgan and Eklund, Inc. Work Order No. 5 (1 original copy) APPROVED AGENDA ITEM FOR: FEBRUARY 13, 2018 C:\Users\iegistar\AppData\Local\Temp\BCL Technologies\easyPDF 192 8\@BCL@4COD31 DD\@BCL@4COD31 DD.docx EXHISITA, M&E Morgan & Eklund, Inc. 8745 U.S. Highway 1 Phone: 772-3685384 P.©. Box 701420 Fax: 772-386-3165 Wabasso, Floride 32570 January 3, 2018 Indian River County Attn: Mr. James Gray, Jr. Coastal Engineer 180127"' Street, Building A Vero .Beach, FL 32960 RE: Winter 2018 Indian River County Coastal Monitoring Survey; Onshore/Offshore Profiles along FDEP Range Lines R-20 to R-119 (100 Lines) Dear James: Morgan & Eklund, Inc. is pleased to provide you with the following proposal to furnish professional land and hydrographic survey services for the above referenced project. Beach profiles will include R-20 through R-119, a total of 100 (one hundred) beach profile lines. All data collected will be in accordance with the FDEP-approved Physical Monitoring Plan. Morgan & Eklund, Inc. will provide the County with beach profile data in ASCII file format together with AutoCAD drawings signed by the surveyor. The survey will be performed in January/February 2018 with drawings and reports completed in April 2018. Additionally, the landward occurrence of rock outcroppings will be identified along each profile line. In accordance with.the scope of work as provided, I estimate our costs to be as follows: I. Winter 2018 Sector 3 Beach and Dune Restoration Project Post Construction Monitoring Survey (R-20 to R-60) 41 Onshore/offshore profile lines @ $550/line......................................$ 22,550.00 II. Winter 2018 Sector 7 Post Construction Monitoring (R-97 to R-108) 12 Onshore/Offshore profile lines @ $550/line.....................................$ 6,600.00 193 III. Winter 2018 Countywide Beach Monitoring (R-61 to R-96 and R-109 to R-119) 47 onshore/offshore profile lines @ $550/line......................................$ 25,850.00 Total Cost I -III ...................................................$ 55,000.00 As alwenu, Morgan & Eklund, Inc. is looking forward to working with you and Indian River County on this project. n ohn R organ, 11, President JRM:dmc Indian River Comnh 2 1/3/20/8 194 D' r-0NID� Board of County Commissioners Administration - Building A 1801 27th Sheet Vero Beach, Florida 32960 Telephone: (772) 567-8000 FAX: 772-778-9391 Project: 2018 WINTER Countywide Beach Profile monitoring Surveys WORK ORDER NO. 5 (Hydrographic Surveying) FOR PROFESSIONAL SERVICES AGREEMENT ANNUAL SURVEYING and MAPPING/GIS SERVICES WITH MORGAN AND EKLUND, INC In accordance with Contract No. 1605 2016-2018 This Work Order No. 5 is in accordance with the existing AGREEMENT dated October 4, 2016 and as amended October 18, 2016, between Morgan and Eklund, Inc., (SURVEYOR) and Indian River County (COUNTY); This Work Order No. 5 amends the agreement as follows: SECTION I — PROJECT LIMITS This Work Order No. 5 is for the SURVEYOR to perform all related field and office Surveying and Mapping services in connection with the 2018 Countywide Beach Profile Monitoring Surveys (WINTER); Florida Department of Environmental Protection Reference Monuments R-20 — R- 119. SECTION II - SCOPE OF SERVICES As agreed upon between SURVEYOR and COUNTY, the SURVEYOR shall provide Professional Land Surveying services to complete all tasks as outlined in this Work Order No. 5; specifically detailed in the attached proposal Exhibit A. SECTION III —TIME FOR COMPLETION & DELIVERABLES/WORK PRODUCT 1. Project shall be completed as follows: a. 100% "Paper" review submittal (final review prior to request for final deliverables) shall be made within 90 calendar days of receipt of Notice to Proceed for review by County Staff prior to preparing the final submittal package. b. Time of FINAL project completion shall be within 10 calendar days of receipt of the County's review comments from the 100% "Paper Submittal". II(i C:\Users\debbie\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\AVJOWLNM\2018 Countywide Beach Profile Monitoring Surveys (WINTER) -- Morgan and Eldund WO No. 5 signature page.docx 195 i;: IRC Work Order No. 5 Morgan and Eklund, Inc 2018 Countywide Beach Profile Monitoring Surveys (WINTER) February 13, 2018 Page 2 of 3 2. Deliverables -The SURVEYOR shall provide the COUNTY: a. 100% Phase Submittal for COUNTY -review and comment. All submittals shall include one (1) paper "hardcopy" along with AutoCad Files and an ASCII file for all survey points. COUNTY shall strive to provide review comments within 10 calendar 1' days of the preliminary submittal. j b. FINAL Deliverables, one (1) paper hardcopy signed and sealed sets. Sheeted and model space (as applicable) AutoCad drawing file in release 2009 through Civil 3D 2013, PDF formats and an ASCII file for all survey points, all electronic files to be on CD. c. Survey set/sheets shall include a cover sheet with location sketch, survey certifications, related title and project number, survey notes, legend and abbreviations and plan view sheets. d. Work Product and digital versions are to be prepared and submitted so that the COUNTY or other consultants can readily use it for the design and analysis of the area, as defined. It shall contain all information necessary for third -party surveyor to independently recreate and/or utilize the survey work. It is acknowledged all final products become property of Indian River COUNTY and will be available for use by the public at large. e. The SURVEYOR'S work product shall meet or exceed the minimum standards as defined by Sections II, III and IV or the COUNTY will not approve the SURVEYOR'S request for payment. SECTION IV — COMPENSATION The COUNTY agrees to pay, and the SURVEYOR agrees to accept, for the above described services rendered as identified in Sections I, II, and III of this Work Order No. 5, for a total lump sum fee of $55,000. All and/or any additional services not described hereon shall be pre -approved by the COUNTY. Approved additional services shall be invoiced at the rates disclosed in the approved fee schedule with the SURVEYOR for the contract year(s) of October 1, 2016 through September 30, 2018. All invoicing shall include Work Order No. 5 (WO 5), Contract Number (1605). Payments shall be in accordance with the original Professional Surveying and Mapping Services Agreement, Contract No: 1605 with the COUNTY and as stated in Section II, III and IV hereon. C:\Users\debbie\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\AVJOWLNM\2018 Countywide Beach Profile Monitoring Surveys (WINTER) -- Morgan and Eklund WO No. 5 signature pag0.docx 196 IRC Work Order No. 5 Morgan and Eklund, Inc 2018 Countywide Beach Profile Monitoring Surveys (WINTER) February 13, 2018 Page 3 of 3 The AGREEMENT is hereby amended as specifically set forth herein. All remaining sections of the AGREEMENT shall remain in full force and effect, and are incorporated herein. IN WITNESS WHEREOF the parties hereto have executed these presents this day of 2018. OWNER BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA (Signature) Peter D. O'Bryan, Chairman Approved by BCC ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller (Seal) Deputy Clerk Approved: Jason E, Brown, COUNTY Administrator Approved as to Form and Legal Sufficiency: William K. DeBraal, Deputy COUNTY Attorney Morgan and Eklund, Inc. (Signator John R. Morgan, President (Printed name and title) Witnessed by: (Signature) C:\Users\debbie\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.0utlook\AVJOWLNM\2018 Countywide 197 Beach Profile Monitoring Surveys (WINTER) -- Morgan and Eklund WO No. 5 signature page.doex INDIAN RIVER COUNTY, FLORIDA MEMORANDUM DATE: January 29, 2018 TO: Jason E. Brown, County Administrator THROUGH: Richard B. Szpyrka, P.E., Public Works Director FROM: James Ennis, P.E., County Engineer SUBJECT: Traffic Video Detection at Bahia Mar Road and State Road AIA: Board Approval for Trade-in and Purchase Of Video Detection Processor DESCRIPTION AND CONDITIONS In accordance with County Capital Asset Policies and Procedures, the Traffic Engineering Division seeks Board approval and authorization to trade-in one (1) traffic video detection processor and purchase one (1) processor. The processor is damaged and has minimal salvage value. The new processor is needed to maintain the County's traffic video detection system at the intersection of Bahia Mar Road and SRAlA. The cost of the replacement processor is $3,550.00 and the trade-in value of the damaged processor is $710.00. The net purchase price of $2,840.00 FUNDING Funding for the purchase will come from Transportation Fund/Traffic Engineering/Traffic Signals 11124541-066440. RECOMMENDATION Staff recommends that the Board declare the processor surplus, approve the transaction and authorize staff to trade-in one (1) traffic video detection processor and purchase one (1) new traffic video detection processor. ATTACHMENTS Iteris Quote Office of Management & Budget Approved Disposal of Excess Property Memorandum APPROVED AGENDA ITEM FOR FEBRUARY 13, 2018 198 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@7CODC422\@BCL@7CODC422.doc S.L. • • 1501 Arthur Street - Orlando, FL 32804 lterls� email: w 407-292-9776 fax: 407-292-9780 sw(a)iteris.com. floridasales(a)lteris.com EQUIPMENT QUOTATION e-mail: wsw@ilerls.eom website: hllp://www.ileds.corn 10/16/2017 Subject to Credit Approval See Term and Conditions Below Promised Date: Other: Project: Indian River Co 2017 - Bahia Mar @ Al A Shipping: Prepay & Add -FOB Shipping Polnt Part Number Description Qty 1. Unit Unit Price Extended Price EDGE2-2N-PAK Iteris Vantage Edge 2 Processor- 2 camera input, 12 124 VDC - p# Edge 2-2 CH - APL#660-015-011 1 ea $ 3,550.00 $ 3,550.00 TRADE IN Trade In Upgrade - Processors - Limited to equal number of channels of video (must be returned to 1 Iteris) ea ($710.00) $ (710.00) Important: This quotation and any resulting order are subject to Iteris' Roadway Sensor Products Standard Terms and -Conditions of Sale attached hereto or available -at http://www.iteris.com/RS-Std-TC.odf , which are incorporated herein by -this reference. All Prices are FURNISH ONLY unless otherwise stated. SUBTOTAL FREIGHT TAX TOTAL $ 2,840.00 Prepay & Add Authorized Signature: W. Stokes Wallace " if applicable $ 2.840.00 e-mail: wsw@ilerls.eom website: hllp://www.ileds.corn INDIAN RIVER COUNTY FORM FOR DISPOSAL/TRANSFER OF EXCESS PROPERTY Of - TO: Raeanne Cone, Finance Department DATE: January 29, 2018 SUBJECT: Disposal/Transfer of Excess Property FROM: John Ankeny Check One: Surplus Transfer Trade -In X Non -Capital Missing/Stolen Asset Number: N/A Department: Public Works/I'raflic Eng. Fleet Number: Serial Number: Description: Iteris Vantage Edge 2 Processor Do you have possession of the asset? Yes X No If Lost/Missing has a police report been filed? Yes N/A No If yes, please attach a copy of the police report. If no, state reason: Is the item functional/IVORKING CONDITION and could be used by another department? Yes No X If not in working condition, description of problems with item: Cameras are not detecting vehicles if transfer, department transferred to: N/A Contact Person: John Ankeny Telephone Number: 772-226-1563 Physical Location of asset: Traffic Operations -4548 41st Street (The above information will aid Purchasing and Facilities Management in the process of equipment removal from department). If asset will be replaced, please answer the following: Purchase Order ►m er for Re lacement Approval tial Asset Custodian Approvae Approval Date Replacement Received Date " ,the Date 2 /2 Date If asset transfer, approval of devartnnent receiving asset: Approval _ Director Date Additional Comments: To be completed by Budget Department: Approved for: Surplus Transfer Trade -In Replacement Budget _ Director Date This form is to be used for all property with or without an asset number assigned. Please attach a copy of this form securely to the item being disposed of. All other forms for disposal/transfer of property now obsolete. Revised: August 2015 200 INDIAN RIVER COUNTY, FLORIDA BOARD MEMORANDUM TO: Jason E. Brown County Administrator THROUGH: Richard B. Szpyrka, P.E. Public Works Director FROM: James D. Gray, Jr. Natural Resources Manager SUBJECT: Request assistance from the Town of Indian River Shores — Sector 4 Beaches DATE: February 2, 2018 BACKGROUND On January 29, 2018, the County received a letter from Indian River Shores Town Manager, Robert Stabe, Jr., requesting the County's support and help in petitioning to the Florida Department of Environmental Protection (FDEP) that the shoreline within the Town (Sector 4) be reclassified as critically eroded. The Sector 4 shoreline is entirely within the Town of Indian River Shores jurisdiction and extends from John's Island south to Surf Lane. As highlighted in the County's Beach Preservation Plan (BPP) (2015), the Sector 4 beach condition from 1972 to present has changed from stable to accretional to the current erosional condition. Unlike other County managed, FDEP designated critically eroded shorelines (Sectors 1,2,3,5, and 7), FDEP does not list the Sector 4 beach condition as a critically eroded shoreline. As such, Sector 4 beaches currently do not have large scale beach/dune nourishment projects planned. However, the Sector 4 shoreline is routinely surveyed and monitored for sea turtle nesting as part of the County's annual monitoring programs. Pursuant to rule 62B-36.002(5), Florida Administrative Code (F.A.C.), "critically eroded shoreline" is defined as: "a segment of the shoreline where natural processes or human activity have caused or contributed to erosion and recession of the beach or dune system to such a degree that upland development, recreational interests, wildlife habitat, or important cultural resources are threatened or lost. Critically eroded shorelines may also include peripheral segments or gaps between identified critically eroded areas which, although they may be stable orslightly erosional now, their inclusion is necessary for continuity of management of the coastal system or for the design integrity of adjacent beach management projects." Based on rule, FDEP does not consider segments of beach that have not been designated critically eroded shoreline eligible for cost share in beach/dune restoration activities. C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 201 8\@BCL@C40D86BD\@BCL@C4OD86BD.docx Town request for assistance BOCC Consent item 2-13-18 Page 2 Concerned that the Sector 4 beach condition has progressed enough to potentially threaten upland property and important sea -turtle wildlife habitat, the Town has requested assistance from the County regarding this matter. DESCRIPTION AND CONDITIONS Based on recent conservations with FDEP staff, the Department requires a letter from the local sponsor requesting that Department staff evaluate the shoreline condition and provide a determination whether the shoreline meets rule 62B-36.002(5), F.A.C. The Department will also consider and review additional supporting beach condition data and documentation of a loss of wildlife habitat that local sponsor may have. The County will assume the local sponsor responsibilities for Sector 4. If Department staff determines that the Sector 4 shoreline is critically eroded, it will be included in the State Critically Eroded Beaches Report, published normally in June of each year. The current state of the Sector 4 beaches have been a common discussion point during several County Beach and Shore Advisory Committee (Beach Committee) meetings. On January 22, 2018, the Beach Committee voted unanimously to approve moving forward with the County working with Indian River Shores on updating the designation of Sector 4 to eroding. As a result of the Beach Committee motion and follow-up letter from the Town, staff has prepared a letter to FDEP for the Board's consideration and approval. FUNDING At this time, no funding is required for this item. However, the Town of Indian River Shores has offered the possibility of funding in the event additional Sector 4 studies and/or beach monitoring are required by the Department. RECOMMENDATION The recommendation of staff is for the Board to approve the letter to FDEP and authorize staff to sign on behalf of the County. ATTACHMENT 1. January 29, 2018 letter from Town of Indian River Shores 2. Sector 4 Critically Eroded Shoreline Letter to Florida Department of Environmental Protection. C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 202 8\@BCL@C40D86BD\@BCL@C40D86BD.docx APPROVED AGENDA ITEM FOR: FEBRUARY 13, 2018 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 203 8\@BCL@C40D86BD\@BCL@C40D86BD.docx OW* MAYOR BRIAN 14. BAREFOOT I TOWN MANAGER ROBERT H. STAGE JR. VICEMAYOR TOWN CLERK MICHAEL B. OCHSNER LAURA ALORICH COUNCIL'. ROBERT F. AUVVAERTER TOWN ATTORNEY RICHARD M HAVERLAND CHESTER CLEM DEBORAH H. PENISTON 1"UN RI"R SHORES FLORIDA I 6001 North AlA, Indian River Shores, FL 32963 (772) 231-1771 FAX (772) 231-4348 Mr. Jason Brown January 29, 2018 Indian River Count), Administrator 1800 27"' Street Vero Beach, FL 32960 Dear Mr. Brown, The Town Council of Indian River Shores formally requests the County's help in support of petitioning the Florida Department of Environmental Protection to perform a study, as soon as possible, to determine if our shoreline (County Sector 4 R-51.3 — R-70) should be re-classified as a "Critically Eroded" Beach. Pursuant to FAC, rule 6213-36.002 (5), it is the Town's position that the change rate has accelerated in this stretch of shoreline resulting in significant erosion and it has recessed to the point that some upland developments within Sector 4 are potentially threatened. Also, the Town is very concerned about the threat of these effects on our sea -turtle wildlife habitat. Our sea -turtle habitat is historically robust, and it is the Town's position that this important habitat is being directly threatened due to the elimination of typical nesting areas, especially during higher tides. At times, the surf literally reaches the vertical face of the dune. We are aware that your office routinely assesses the shoreline of the entire County and that you are in possession of data that clearly supports this issue regarding the erosion of Sector 4. The Town would ask for that data to also be included in this request along with any sea -turtle data that may be helpful. I am also including some photographs of areas within Sector 4. The Town Council would appreciate any assistance from the County regarding this matter. Respectfully submitted at the request of and on behalf of the Town Council of Indian River Shores, Robert H. Stabe Jr. Town Manager I 204 BOARD OF COUNTY COMMISSIONERS February 6,-2018 Engineering, Hydrology & Geology Program Division of Water Resource Management Department of Environmental Protection Bob Martinez Center 2600 Blair Stone Road M.S. 3595 Tallahassee, Florida 32399 Attn: Robert Brantly, .P.E., Program Administrator RE: Request Department evaluation of Indian River County Shoreline (R-51.3 —R-70) for Critically Eroded Shoreline Determination. Dear Mr. Brantly: Pursuant to rule 62B.36-.002(5), F.A.C, Indian River County respectively requests the Department's assistance in evaluating our shoreline between R-51.3 and R-70 for the purposes of a critically eroded shoreline designation. The majority of this shoreline is referred to by the County as Sector 4, with the exception of R-51.3 — R-55 which is within the southern portion of our Sector 3 ) project area. As highlighted in the County's Beach Preservation Plan (BPP) (2015), the R-51.3 — R-55 beach condition from 1972 to present has changed from stable to accretional to the current erosional condition. Additionally, the erosional condition on these beaches have been amplified recently by Hurricanes Sandy (2012), Matthew (2016), and Irma (2017). The southern portion of Sector 3 and all of Sector 4 shoreline is within the Town of Indian River Shores jurisdiction. Concerned that the beach condition has progressed enough to potentially threaten upland property and important sea -turtle wildlife habitat, the Town has requested assistance from the County regarding this matter. The County will assume the local sponsor responsibilities along this section of shoreline and assigns James Gray, County Natural Resources Manager as the project manager. 205 Letter to Robert Brantly, P.E., Program Administrator Page 2 To assist the Department with their shoreline evaluation we have enclosed a collection of recent beach profile surveys and a summary of sea turtle nesting specific to the R-51.3 — R-70 shoreline. Thank you for your assistance. Please let James Gray or me know if you have any questions. Sincerely, Jason E Brown County Administrator Enclosures: 1) Beach Profile and Sea Turtle Nesting Data 2) Letter dated January 29, 2018 from the Town of Indian River Shores cc: Robert 1-1. Stabe, Jr,, Town Manager, Indian River Shores Richard Szpyrka, P.E., IRC Public Works Director James Gray, Jr, IRC Natural Resources Manager OFFICE OF, THE COUNTY ADNIINISTR-4 TOR INDIANRIVER COUNTY 180127 1h Street, Vero Beach, F1 32960-3388 206 PHONE: 772-226-1408 - FAX: 772-978-1822 �N INDIAN RIVER COUNTY, FLORIDA DEPARTMENT OF UTILITY SERVICES Date: January 26, 2018 To: Jason E. Brown, County Administrator From: Vincent Burke, P. E., Director of Utility Services Prepared By: Arjuna Weragoda, P.E., Capital Projects Manager Subject: Work Order No. 17 with Kimley Horn and Associates for Design and Implementation of Floridan Wellfield Assessment and Improvements. DESCRIPTIONS AND CONDITIONS: Indian River County Department of Utility Services (IRCDUS) owns and operates two (2) regional potable water treatment facilities. The North County Reverse Osmosis (NCRO) Water Treatment Plant is rated for 11.44 million gallons per day (mgd). The South County Reverse Osmosis (SCRO) Water Treatment Plant is rated for 8.57 million gallons per day (mgd). The source water for both plants are from a total of sixteen (16) Upper Floridan Aquifer (UFA) wells — nine (9) are at the NCRO and seven (7) are at the SCRO. Some of these wells are almost 26 years old. Raw water is the lifeblood and the main source of water for both water treatment facilities. With recent and more frequent well pump motor failures at the NCRO, limitations in the SCRO wellfield controls and remote telemetry unit (RTU) system, and on-going wellfield improvements at the SCRO facilities, it is prudent to improve the sustainability and reliability of these wells. The substantial completion of the new Well No. 7 at SCRO was achieved December 2017, and Well No. 411 is currently under construction; hence the two subject wells have been removed from the assessment. The purpose of this project is to improve the sustainability and reliability of the wellfields and implement a plan to standardize equipment and operations of wells, improve reliability of the wellfields, and provide upgrades to the fiber optic and controls system for the wellfields. Standardizing equipment and operations will allow interchangeability of equipment among all of the wells, resulting in a more robust wellfield system. ANALYSIS: Staff requested Kimley-Horn and Associates (KHA) prepare a proposal to evaluate, assess and improve the fourteen (14) old wells. The work order will be provided in accordance with the Extension and Amendment of Continuing Contract Agreement for Professional Services entered into as of the 41h day of November, 2014, and Extension of Continuing Contract Agreement for Professional Services entered into the 24th day of October, 2017. The scope is more specifically described in the attached Work Order No. 17. The total negotiated cost for the Wellfield Assessment and Improvements in Work Order No. 17 is a lump sum amount of $87,953.00 separated into four (4) tasks. 207 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@FCODEOOF\@BCL@FCODEOOF.docx FUNDING: Funding for the Wellfield Assessment and Improvements project is available in the Other Professional Services account within the Utilities Operating Fund. Operating funds are derived from water and sewer sales. Description Account Number Amount Other Professional Services 47123536-033190 $87,953.00 RECOMMENDATION: Staff recommends approval of Work Order No. 17 authorizing the professional services and requests the Board to authorize the Chairman to execute Work Order No. 17 on their behalf for a lump sum amount of $87,953.00 to Kimley-Horn and Associates. ATTACH M E NT(s) : Work Order No. 17 and supporting documents (8 Pages) 208 WORK ORDER NUMBER 17 Floridan Wellfield Assessment and Improvements This Work Order Number 17 is entered into as of this _ day of „ 2018, pursuant to that certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into as of this 4t" day of November, 2014, (collectively referred to as the "Agreement") and that certain Extension of Continuing Contract Agreement for Professional Services entered into as of this 24th day of October, 2017 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Kimley-Horn and Associates, Inc. ("Consultant"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (Scope of Work), attached to this Work Order and made part hereof by this reference. The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit B (Fee Schedule), attached to this Work Order and made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit A (Time Schedule), attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS Kimley-Horn and -Associates, Inc. OF INDIAN RIVER COUNTY By: 9\-- --- By: Bp;an G'od, P.E. Peter D. O'Bryan, Chairman Title: S' ni r .P. BCC Approved Date: Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Approved: Approved as to form and legal sufficiency: Deputy Clerk Jason E. Brown, County Administrator Dylan T. Reingold, County Attorney 209 EXHIBIT A Work Order Number 17 Indian River County Department of Utility Services Floridan Wellfield Assessment and Improvements PROJECT UNDERSTANDING Raw water is the lifeblood and the main source of water of the Oslo water treatment facilities (WTP) and Hobart water treatment facilities (WTP). With recent and more frequent wellpump motor failures at the Hobart water treatment plant, limitations in the South WTP wellfield controls and RTU system, and on-going wellfield improvements at the South Oslo road water treatment facilities, it is prudent to improve the sustainability and reliability of these wells. The purpose of this project is to improve the sustainability and reliability of the wellfields and implement a plan to standardize equipment and operations of wells, improve ireliability of the wellfields, and provide upgrades to the fiber optic and controls system for the wellfields. Standardizing equipment and operations will allow interchangeability of equipment among all of the wells, resulting in a more robust wellfield system. SCOPE OF WORK A thorough evaluation of the existing wellfield performances with respect to mechanical efficiency, specific capacity and performance, and electrical conditions will be provided. TASK 1- WELL PERFORMANCE - FIELD TESTING Consultant will conduct well testing, collect field data, and update well performance data collected in December 2013. Consultant will perform wellfield testing of fourteen (14) wells in the North and South wellfields (the new well S7 and S4 will not be included) which will consist of water quality parameter testing: sand, silt density index (SDI), turbidity, hydrogen sulfide, iron, pH, dissolved oxygen, and specific conductance; specific capacity testing, review of SCADA system logger data, static and pumping water levels, pumping rates, and specific capacity. 210 FAUtilities\UTILITY - Engineering\WATER\Wells\Admin\1RCU Floridan Well Improvements 1.29.18.docx Page 1 of 7 Consultant assumes instruments (flow, pressure, drawdown) are calibrated and functioning at the time of field testing and that all wells and wellpumps are in operation. Consultant will prepare a technical memorandum of the field test results for IRCU staff review and attend one meeting to discuss findings. Consultant will update the existing table of well performance and prepare a graph depicting wellfield performance trends. Consultant will provide recommendations which may improve or enhance individual well performance. Consultant will prepare table summarizing all the information and data collected for each of the wells. TASK 2 - EVALUATE EXISTING WELLS and CONDUCT ASSESSMENT CONSULTANT will attend a kick-off meeting to discuss the information and data collected on each of the wells to date and the current operational issues at each wellfield. Information on the individual performance of each well will be discussed. CONSULTANT will conduct a 1 to 2 -day walkthrough of each of the wellsites (14 total) concurrently with the field testing in Task 1, in order to assess current condition of each wellhead. CONSULTANT will prepare condition assessment summary, performance testing, wire/ water efficiency data, and specific capacity performance. Consultant will develop a raw water hydraulic model for both water treatment plants using WaterGEMS, specific capacity with intent to install wells on several wells Consultant will review well pump control operations with respect to motor failures which have occurred more frequently than normal. CONSULTANT will evaluate all of the existing wellpump capacities, pump curves and motors with respect to manufacturer, performance, pump selection, material, hardware used at each well, and inventory of spare pumps. 211 FAUtilities\UTILITY - Engineering\WATER\Wells\Admin\IRCU Floridan Well Improvements 1.29.18.docx Page 2 of 7 Consultant will help define spare parts inventory needed to improve wellfield reliability. - CONSULTANT will develop a table which outlines the specific requirements and information on each of the wells, wellpumps, and motors. CONSULTANT will evaluate standby generator capability and potential limitations of existing standby power capacity. CONSULTANT will evaluate the applicability of variable frequency drives (VFD's) at the wells which may warrant installation of VFD's. The evaluation will consider return on investment (ROI) and the additional maintenance and replacement costs which can be inherent with VFD installation at wells. Consultant will review existing raw water quality data with respect to the design water quality used for membrane selection. Consultant will provide recommendation of impacts to treatment plant or if further and additional raw water quality analysis is necessary. TASK 3 - SCADA SYSTEM and FIBER SYSTEM EVALUATION - WELLS It is recommended to continue with the PLC upgrade project described in the Final Report - Water Plant SCADA Improvements Evaluation, May 2015, and work completed in early 2016 (Refer to -attached report schedule). The existing PLC and control system is antiquated, has been discontinued, replacements are difficult and costly to acquire, and Allen-Bradley has discontinued manufacturing and support of the PLC5 hardware, which comprises the majority of the hardware at both water plants. The completed system would provide all of the advantages noted previously and also allow for any future changes to well sequencing. This will also allow further well upgrades without installing additional CPU's at additional cost at each of the wells. Consultant will review fiber optic (FO) system, and identify final improvements to complete the FO system to all wells at both water treatment plants. Consultant will review previous construction documents and record drawings, provide field investigations of each wellsite, and verify existing equipment at each well. Consultant will review and identify individual well improvements to integrate FO at each well and develop a summary of improvements that can be designed for 212 FAUtilitieAUTILITY - Engineering\WATER\Wells\Admin\IRCU Floridan Well Improvements 1.29.18.docx Page 3 of 7 implementation. Consultant will investigate the conversion of Hobart well panels to strictly remote I/O versus the existing PLC CPU and 1/0 at each well and provide a summary of recommentions. Consultant will review the SCADA system programming and develop an automated wellfield matrix for each water plant. The current operation at Hobart wellfield includes manipulation of discharge check valve to potentially be closed during pump startup, therefore modification ofthis operation will be evaluated. TASK 4 - PREPARE TECHNICAL REPORT AND DESIGN GUIDELINES Consultant will prepare report on findings, recommendations, costs, summary of individual well improvements, auxiliary power requirements. Consultant will prepare design guidelines for the improvements at each well, including sketches, costs, and list of improvements. Design of these improvements (VFD's, FO, auxiliary power if needed) is not included in this scope, but can be provided as additional services. CONSULTANT will finalize summary report after review meeting and furnish up to six (6) copies of report, including electronic in PDF format. Consultant will attend a coordination meeting to discuss the report on the findings. Summary of Items to Comte OSLO WTP • Review fiber optic (FO) system, identify final improvements to complete FO to all wells • Identify individual well improvements to integrate FO at each well (C&W, CSD) • Conduct well testing and update well performance data — specific capacity, water quality, well pump data (JLA) • Evaluate existing well pump/flows — pump curves, develop RWM model, specific capacity with intent to install VFD's on several wells • Prepare table of complete well data • SCADA review & programming for wellfield matrix, etc. (CSD) • Prepare report on findings, recommendations, costs, auxiliary power (JLA, CSD, . C&W) - • Update design water quality to plant 213 F:\Utilities\UTILITY - Engineering\WATER\Wells\Admin\IRCU Floridan Well Improvements 1.29.18.docx Page 4 of 7 • - Define spare parts to improve wellfield reliability • Design improvements (VFD's, FO, auxiliary power if needed) - FUTURE SCOPE HOSART WTP • Evaluate well motors & S/S issues • Review existing FO system, integrate standardization with wells • Identify individual well improvements to integrate FO at each well (C&W, CSD) • Conduct well testing and update well performance data - specific capacity, water quality, well pump data (JLA) • Evaluate well pump/flows - pump curves, develop RWM model, specific capacity with intent to install wells on several wells • Prepare table of complete well data • SCADA review programming for wellfield matrix, etc. (CSD) • Prepare report on findings, recommendations, costs, auxiliary power (JLA, CSD, C&W) • Update design water quality to plant • Define spare parts to improve wellfield reliability • Design improvements (VFD's, FO, auxiliary power if needed) — FUTURE SCOPE SCHEDULE In general, the following schedule is anticipated from notice to proceed (NTP): Task 1 WELL PERFORMANCE - FIELD TESTING 2 - 4 weeks Task 2 EVALUATE EXISTING WELLS 4 - 6 weeks Task 3 SCADA SYSTEM 4 weeks Task 4 PREPARE TECHNICAL REPORT 10 -12 weeks FEE SCHEDULE We will provide these services in accordance with our Continuing Services Contract Agreement for Professional Services dated November 15, 2011, with Indian River County. The Consultant will provide professional services for Task 1 through Task 4 on a lump sum fee basis as follows: 214 FAUtilities\UTILITY - Engineering\WATER\Wells\Admin\IRCU Floridan Well Improvements 1.29.18.docx Page 5 of 7 Task No. Task Task Fee TASK 1 WELL PERFORMANCE - FIELD TESTING $19,298 TASK 2 EVALUATE EXISTING WELLS and CONDUCT ASSESSMENT $ 27,887 TASK 3 SCADA SYSTEM and FIBER SYSTEM EVALUATION - WELLS $ 25,585 TASK 4 PREPARE TECHNICAL REPORT $15,183 TOTAL $ 87,953 ADDITIONAL SERVICES The following services are not included in the Scope of Services for this project, but may be required depending on circumstances that may arise during the execution of this project. Additional services include, but may not be limited to the following: Preparation of design and specification documents ITEMS FURNISHED BY OWNER The following items will be furnished by the Owner. and are necessary for completion of the tasks described herein. • Laboratory analysis of raw water quality 215 FAUtilities\UTILITY - Engineering\WATER\Wells\Admin\IRCU Floridan Well Improvements 1.29.18.doex Page 6 of 7 EXHIBIT B - FEE SCHEDULE 1 8 -Jan -18 216 F:\Utilities\UTILITY - Engineering\WATER\Wells\Admin\IRCU Floridan Well Improvements 1.29.18.docx Page 7 of 7 t PROJECT: IRCUWELLF[ELDASSESSMENT AND IMPROVEMENTS i ! !SHEET I OF 1 CLIENT: Indian River County Utilities (FILE NO.; j ESTIMATOR:MDM ( j ; fDATE:12/15/17 _— DESCRIPTION: l DIRECT LABOR ( MAN-HOURS) —EEVALUATION, TESTING,AND ASSESSMENT REGDirE� — _ ^PRINC _ SEN PROF PROF TH/FH DES/ P2_--- CLK _ Pl -SUB EXP — --- _LINE TOTAL �'---..._---�— NO. TASK 1 WELL PERFORMANCETESTING Field Testing/coordination 2 8 16 500 $153 $3,983 Prepare Tech Memo 6 12 2 $129 $2,931 SUB - JLA $12,384 $0 $12,384 $19,298 2 EXISTING WELLASSESSMINTS Kickoffineeting 2 4 4 $66 $1,500 12 day walldhrough 8 8 16 $215 $4,895 Hydraulic modelling 4 4 16 4 $164 $3,728 _ Review motor failures (Hobart) 6 4 $90 $2,040 Attend review meetings 6 81 4 1 $1371 $3,107 Evalute purnp selections, spare parts, aux power 8 8 8 $177 $4,017 Evaluate electrical (C&W 66406) $7,000 $0 $7,000 Raw water quality 4 6 $70 $1,600 $27,887 3 SCADA SYSTEM EVALUATION Review/update fiber optic improvements (CSD) 6 6 4 $5,000 $121 $7,755 Individual well ' rovernents 12 4 18 4 $256 $5,830'— SUB-C&W $12,000 $0 $12,000 $25,585 4 PREPARETECH REPORT & DESIGN GUIDES Meetings 6 6 $1041 $2,354 _ Design guidelines 8 121 12 $219 $4,971 — Summary report 6 18 22 12 $346 $7,858 _ $15,183 TOTALHOURS, 01 841 901 1181 42 $36,884 $2,247 $87,953 $87,953 LABOR ($/HOUR)' 2351 2251 1501-105 96 $0 SUBTOTAL. 01 189001 135001 123901 4032 0 548,822 $0 216 F:\Utilities\UTILITY - Engineering\WATER\Wells\Admin\IRCU Floridan Well Improvements 1.29.18.docx Page 7 of 7 INDIAN RIVER COUNTY, FLORIDA DEPARTMENT OF UTILITY SERVICES Date: February 2, 2018 To: Jason Brown, County Administrator From: Vincent Burke, P.E., Director` of Utility Services Through: Cindy Corrente, Finance Manager, Utility Services Prepared By: Terry Southard, Operations Manager, Utility Services Subject: Purchase Order Increase for Caustic Soda (Sodium Hydroxide) BACKGROUND/ANALYSIS: Indian River County Department of Utility Services (IRCDUS) has two (2) water production facilities, that use caustic soda for the treatment of water. Production costs, and therefore vendor pricing, for caustic soda fluctuates monthly so IRCDUS compares the costs every quarter to receive the lowest cost available. Allied Universal was the lowest cost of three (3) vendors last quarter and was issued a purchase order (PO) for $50,000.00. Due to an error, staff exceeded the PO limit by $9,135.06. Precautionary procedures have been put into place to avoid similar issues in the future between Operations and accounting staff. FUNDING: Funds for the caustic soda purchase are available in the Chemicals account within the Utilities Operating Fund. Operating funds are derived from water and sewer sales. Description Account Number Amount 219 Water Treatment - Chemicals 1 47121936-035230 $9,135.06 RECOMMENDATION: Staff recommends that the Board of County Commissioners (BCC) approve the additional $9,135.06 to Allied Universal and that the BCC authorize the Purchasing Manager to increase the existing purchase order by $9,135.06. C:\Users\legistar\AppData\Local\Temp\BCL Tech nologies\easyPDF 8\@BCL@540DB1E8\@BCL@54ODBlE8.doc Page 1 of11,' �A V - Leslie R. Swan Supervisor of Elections February 1, 2018 Indian River County Peter O'Bryan Chairman Board of County Commissioners Indian River County 1800 27" Street Vero Beach, FL 32960 Dear Commissioner 0' Bryan: The 2017 Legislature appropriated $2,000,000 from the Federal Grants Trust Fund (Help America Vote Act) to be distributed to Supervisors of Elections based on a formula using the number of active registered voters in each county as of the 2016 General Election's book closing date. Enclosed please find a Certificate Regarding Matching Funds. This document certifies that the Indian River County Board of County Commissioners will provide matching funds for the Federal Election Activities Grant for FY 2017-2018. The matching funds are 15% of the amount to be received from the state. For Indian River County, the matching fund amount is $2,486.37, In order to receive the Federal Election Activities Funds, the Legislature requires that the Chairman of the Board of County Commissioners certify that the county will match the state funds of $16,575.83 with a 15% county match of $2,486.37.. 1 have enclosed the Certificate Regarding Matching Funds for your signature. The matching funds have already been budgeted in the Supervisor of Elections FY 2017-2018 approved budget. Please execute the certificate and return it to our office at your earliest convenience. Thank you for your attention to this matter. Most sincerely, I � ��A - � � Leslie Rossway Swan Supervisor of Elections Enclosures 0 L4375 43' Avenue - Vero Beach, FL 32967 1 -Office: (772) 226-3440 Pax: (772)_770-5367 1 w -ww ,,voteindia-M ATTACHMENT A;mMCA # 2017-2018-0001 3098 SPECIAL CATEGORIES GRANTS AND AIDS - FEDERAL ELECTION ACTIVITIES (HELP AMERICA VOTE ACT) FROM FEDERAL GRANTS TRUST FUND ... $2,000000 Funds in Specific Appropriation 3098 shall be distributed to county supervisors of elections to beused for election administration activities such amvoter education; poll worker training; standardizing elections results reporting; or other federal election administrative activities as approved bythe Department ofState. County supervisors of elections will receive funds only after providing the Department of State a detailed description of the programs that will be implemented. Funds distributed to county supervisors ofelections require acertification from the county that matching funds will be provided in an amount equal to fifteen percent of the amount to be received from the state. Also, before acounty supervisor ufelections receives funds for any software orhardware techno|mQy, including, but not limited 10any emerging technology that enhances orfacilitates the delivery ofabsentee ballots, the casting and counting ofvalid votes, voting system audits or recount processes, and the certification of accurate and complete official election results, the software or technology must first be certified or approved, whichever is applicable by the Department of State. Additionally, before the Supervisor can receive funds for emerging or enhancing technology, the county supervisor ofelections and the chairperson of the county governing body must certify that the county has purchased and made available sufficient equipment for casting and counting ballots to meet the needs of the county electors including reducing the wait time at the polls during the early voting period and on election day for the next regularly scheduled general election, To be eligible, a county must segregate federal funds and required county matching dollars in u separate account established to hold only such funds, Funds in this account must be used only for the activities for which the funds were received, Funds shall remain in the account to be used for the same purposes for subsequent years or until such funds are expended. Supervisors of elections shall report to the Department of State any unspent funds remaining on June 30 of each fiscal year. 219 ATTACHMENT D of MOA 2017-2018-0001 Certificate Regarding Matching Funds |. . Chairman of the Board of County Commissioners of Indian River County. Florida, do hereby certify that the Board ofCounty Commissioners will provide aspecific county match fund in FY 2017-18 in an amount equal to or gnaobar than 6% of the amount of the Federal Election Activities grant that the county Supervisor of Elections receives from the otate, which for Indian River County is $16,575.8-3). 1 understand that if the Board fails to appropriate the additional matching funds, all funds received from the state for this grant during the 2017- 2018 state fiscal year will be required to be returned to the Department ofState. herift'Derul Loar Indian River County Sheriff's Office February 1, 2018 Mr. Peter D. O'Bryan, Chairman Indian River Board of County Commissioners 180127 1h Street Vero Beach, FL 32960 Re: P.G.I. Request — County Fund 126 Dear Chairman O'Bryan: Florida Statute 932.7055, the Florida Contraband Forfeiture Act, provides that proceeds and interest earned from the forfeiture of real or personal property shall be used for providing additional equipment and may not be used to meet normal operating expenses of the law enforcement agency. These funds are the direct result of our deputies' diligent law enforcement efforts and are derived mainly from drug related offenses. None of the funds are derived from county tax dollars. Please consider this letter as a request for transfer of $11,111.24 to the Indian River County Sheriffs Office. These funds will be used to purchase equipment for covert law enforcement operations. This transfer will close out the remaining PGI funds for County Fund 126-000-000- 247026 ($236.31) and County Fund 126-000-000-247029 ($10,874.93). Please place this item under Constitutional Officers for the February 13, 2017 board agenda. If you have any questions or require additional information, please contact me at 978-6404. Thank you for your consideration. Sincerely, Deryl Loar, Sheriff DL:nmj cc: Jason E. Brown, County Administrator Mike Smykowski, OMB Director Kelly Goodwin, Comptroller Annette Russell, Grant Manager 4055 41 st Avenue • Vero Beach, FL 32960 • (772) 569-6700 • www.iresheriff.org 'QE)Z: 221 PG•I Quarterly Balance Reporting Fiscal Year Detail Donation Spend Totals 2015 MACE PGI Balance $0.00 $0.00 $0.00 2016 MACE PGI Balance $0.00 $0.00 $0.00 2017 MACE PGI Balance $0.00 $236.31 $236.31 FUND 166 Totals (12603S) $0.00 $236.31 $236.31 2016 SIU PGI Balance $0.00 $3,023.55 $3,023.55 2017 SIU PGI Balance $0.00 $7,851.38 $7,851.38 FUND 183 Totals (126036) $0.00 $10,874.93 $10,874.93 Totals $0.00 $11,111.24 $11,111.24 N N N INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown, County Administrator FROM: Richard B. Szpyrka, P.E., Public Works Director Stan Boling, Community Development Director SUBJECT: Oslo Boat Ramp — Reduced Scope of Construction DATE: January 30, 2018 DESCRIPTION AND CONDITIONS D.F.I. On October 24, 2017 the Board of County Commissioners directed staff to reduce the scope of construction for the Oslo Boat Ramp from the current design encompassing 1.41 acres of land with 12 parking spots for trailers and 11 parking spots for cars to the following three items: • Place a material on the access roadway and turnaround area that would reduce the turbid runoff from the existing stabilized access road into the lagoon. The material used could be asphalt pavement, asphalt millings, crushed concrete, or any material that would accomplish this goal. • Remove the muck from the 5,000 +/- square foot area shown on the current Oslo Boat Ramp construction plans. • Add additional channel markers for the Oslo Boat Ramp. Staff has reviewed the current plans, discussed the changes with the various permitting agencies, and we offer the following information to the Board: ➢ The Army Corp of Engineers (ACOE) have indicated that they will not issue a permit for the current design. The ACOE have stated that the County will be required to submit a new permit application showing only the improvements that the County intends to construct. This condition will require that the County hire an engineering consultingfirm to redesign the project for permitting. This pertains mostly to the muck removal from the channel as depicted on the original design plans. The removal of the muck will require mechanical removal rather than the originally designed hydraulic pumping removal. This is due to the change in the overall design of the project. This is a more costly method of removal, but is the only option available with the reduced project scope. ➢ The St. John's River Water Management District will require the Countyto withdraw the current permit and submit a new permit application for the muck removal and stormwater treatment as needed. The District indicated that a variance for the shellfish harvesting in Class II waters would still be required due to the dredging. Since the footprint of the new improvements would be restricted to the existing area, no impacts would be felt by the surrounding mangroves, so mitigation would not be required. 223 Page 2 of 3 Oslo Boat Ramp — Reduced Scope of Construction BCC Agenda Item for February 13, 2018 ➢ Staff recommends that millings be applied to the existing roadway cross-section to reduce the runoff of turbidity into the lagoon. Asphalt millings are not considered to be an impervious material as it does not have the same characteristics of asphalt pavement. Both the District and the ACOE have indicated that using a pervious material on the roadway would likely reduce the determination time for permit approval. ➢ The permitting of additional channel markings can be accomplished by staff. Also at the Commission Meeting the Board directed staff to meet with City of Vero Beach staff to discuss the possibility of a joint venture for a Mainland Boat Launch, at the old power plant site, as a possible alternative to improvements_ to the Oslo Boat Ramp. The Chairman and the County Administrator met with Councilman Lange Sykes and the City Manager to discuss the possibility of this joint venture. A Mainland Boat Launch concept plan (see attached) was provided to the County by City staff and County staff reviewed the sketch and found that there will be significant permitting issues associated with this location. ➢ One of the main issues that needs to be evaluated is compliance with the County Manatee Protection Plan (MPP). The MPP currently prohibits new boat ramps in areas that are deemed both high manatee use and high watercraft -related manatee mortality areas. Recent calculations performed by staff show that the Power Plant location is not in a high manatee use area, as defined in the MPP. The location is, however, in a high watercraft -related manatee mortality area, which may result in design restrictions by permitting agencies. Under the MPP, new boat ramps are also prohibited where the site is located where the footprint of the new boat ramp (including turning basins and ingress and egress pathways) has submerged aquatic vegetation coverage (SAV) of 10% or greater. Although there does not appear to be SAV coverage in the vicinity of the Power plant that would trigger the SAV restriction, that will need to be verified. The FWC once designated the canals adjacent to the Power Plant as one of eight manatee "safe haven" areas in the state due to the warm water discharge from the plant that occurred in the past. Staff will need to determine how state and federal staff will now look at this location since the source of warm water is no longer available due to the decommissioning of the power plant. ➢ The concept of filling in the north -south finger canal at the water treatment plant for parking, as shown on the concept plan, is problematic and likely a nonstarter for permitting agencies. It also appears to conflict with Criterion 1.3.4(a) in the MPP, which does not allow more than 100 linear feet of native shoreline vegetation to be altered (trimmed, cut, removed, killed, or destroyed). ➢ The proposed Mainland Boat Launch site is approximately 3.1 miles north of the existing Oslo Boat Ramp. This could preclude or deter some boaters from using the proposed Mainland Boat Launch due to the proximity of the site to a highly traveled area of the City. 224 C:\Users\legistar\AppData\Local\Temp\BCL Tech nologies\easyPDF 8\@BCL@F40D059A\@BCL@F40D059A.doc Page 3 of 3 Oslo Boat Ramp — Reduced Scope of Construction BCC Agenda Item for February 13, 2018 ➢ The Florida Department of Transportation (FDOT) and the Federal Highway Administration (FHWA) would need to review the proposed location. Based on the attached sketch it is proposed to provide access under the bridge and construct boat ramps under the bridge. This will cause concern with FDOT and FHWA for potential damage to the bridge structure. ➢ Further discussions with the City would be required to determine the funding of a boat ramp at this location. The County's share of capital costs as well as operating responsibilities would need to be established. Staff is requesting the Board consider the following options and provide direction to staff. ➢ Option #1— Proceed with obtaining the ACOE permit for the original Oslo Boat Ramp Design and construct the boat ramp and parking as originally proposed. Option #2— Proceed with a redesign of the Oslo Boat Ramp to permit the demucking of the area depicted on the original plan, to install an asphalt millings roadway in the existing foot print of the current roadway, and install additional channel markers. ➢ Option #3—Construct only the asphalt millings roadway and install additional channel markers. ➢ Option #4 —Not to construct -any improvement at the Oslo Boat Ramp. ➢ Option #5 — Pursue a joint venture with the City of Vero Beach for a Mainland Boat Launch. FUNDING Funding for improvements would depend upon the option selected. Once an option is selected and a cost estimate determined, a funding plan will be submitted to the Board. RECOMMENDATION Staff recommends that the Board take into consideration the necessary design and permitting issues for both project locations and provide staff with direction. ATTACHMENTS Oslo Boat Ramp Parking Area Oslo Boat Ramp Spoil Containment Area Aerial of Power Plant Location City Mainland Boat Launch Concept Plan APPROVED AGENDA ITEM FOR February 13, 2018 225 C:\Users\legistar\AppData\Local\Temp\BCL Tech nologies\easyPDF 8\@BCL@F40D059A\@BCL@F40D059A.doc N N Oslo Boat Ramp Original Design - .. . _. _ _ .._ _ ..— .... _ _ . _._ _ _._._. __ _ . _ ..� ._ ._ _ ... _ . .. + �'' :�'r,';r $!;!'r{'r, .��ti!:...'Ir•.lt�:;?';:r'}?'%:1:i.'a:ii?::<}ir''y 1�`.,�/.::'`:'rr. . J:i}:'i: �t 4'r' _ _- _.; ..._. N N J Muck Spoil Containment Area - .. . •'}''✓a. ... • . r: r �' ; � i:+'"r'����:' r�., rr{�;a,.T.!r,,,�: iti'Y '.'..,'T•�i':';•'r,}' ''�r,':'� ,.,?,.{} . �? : ''''' .. . ....... ,. ...•. ..... ..... ............ »... ��..h$i:•l+,.. . n . , .. � • .,. by ..,.. s. • .. ✓�. .41 f T 1� �4�. •Y•,4,> plc rr . f..�..�Ta{, ; �=�.-� ...;i _=_• "� . • a} V. '}' ^ �`,f- '♦ "NOS OF 4�w•��• ?_'- • . - � •�. i.PWW". q-. �� ^ wr., .i4'; '► •aA.. / --trl. S.A. M+n•Hco AAW '�-.`Y- 7Cr-, _• . •sem=_� ,v ./'7 .......... .-� `�. • 1 ~'1+•�JI • e'tiy l .. 4� •� } ^ �+•LRW[DLYIY 1 �,! w.wr ' RNA _ .. •'1+YT'�-�`••+>-^^•Gi�� M1J�(p�/!1!IRG. Iti bT5!!7¢V SSE R s. -. 't .` -`L• AGR` dfp7:ARL .LWRL pgpG�p ,r ..t ♦ t. 1�:. J 'O.�GlM'T.4Mipfwr.) _ ryi1• ,. -}�`t 86. AR•FL`?D ioi WAW •�,�IY�-. }"�'�'•-..q��T^,'+r�h^TTF�'^tttr'-f*µT 1F.`+v+"'"r''�y'''�!'�'*e;{4�w{Yyi�� M11:.F1. _ r �. �+t i,'� .'rd BNW - •^;'� fi•;Y .. 't .�.� 14�'. .t { C. I• •' • •{� Y�.ty, • •;^ + ' may} ' T :..:e�;-=''v"+,j^, "' t,,•'r }ter '"',i'✓- ^.;�' y�'y'�`^'''j' �:,:. •1f"TW;'ti�r°� f .R' �.i •f'S, . Pik � � ,�.Rw �yi " , .:'i: , , .. 4te�t, y • *• �i� � •, ti '7 �:.� .�. ,,,� g , a' 4 ;N tit `'� _ L.•''. r�'�. J tti�7� , ij' .t�'� jai's � t a � tis: 't .� tf�iF�s� 4 rt� �.� � 7:* + q • Vim}. �.jj..���y - .' ti# i f4�` rQ•" J,'k JL'll•N',{, • �. �YJ� �I�� 11 Rf� �y �•( ��r.d�L rtt� !1r�1'�!;�f�.xRQ`�l' .'.N 4� ���''�„ ` Ri" R���•+C'�'A k" f , w - , * h �- �(f r' i •e" � 4 , i.'. fi w.1 4. 1• ! ..t tp�� MJ t" I&, Ml--" NDU%N R= COUNTY Oro�onm.nr of Pogue woFts ^ "•^`= - OSLO ROAD BOAT RAMPPARK/NC LOT _ £ngirfaJlring !i'sion =r ��, �'I`';' pJBI SPOIL CON/A/NMEN/ AREA �B - .. . •'}''✓a. ... • . r: r �' ; � i:+'"r'����:' r�., rr{�;a,.T.!r,,,�: iti'Y '.'..,'T•�i':';•'r,}' ''�r,':'� ,.,?,.{} . �? : ''''' .. . ....... ,. ...•. ..... ..... ............ »... ��..h$i:•l+,.. . n . , .. � • .,. by ..,.. s. • .. ✓�. Existing Power Plant Location fl, N N City Power Plant Boat Ramp/Marina Sacr.--xY+►K�-!4FGt�i yBD�� c/f!�/.vG.'.-------r//8o �o x•wsJ C� -rA o• y�8. W� ,< �T c'/iiC✓N7Jb.J r � �. �C'iirc�.+ d�'�dq � �R l x.41 • ?. /�%,ssl,�f rb i�tlui/.dO� ,P�..vl 9 - _ !'i/.d.I L•-. •�,t I"a ' ZZ 045 HAMAR AZZ 8o�r-- k*' � . �:�:�.:YS4 .... ....:}.".f...::ir•.....�......�}r?%'m i`F.�'•; "'•"'•.•;i�,;i; sy;•--- EASF'��' :i. r�"'r>=^'' �,b/IR1*N, f:?,I t l'p.PmM'Fi'i�. FOX U""�.` ,r`I�'$.'� 1��. MM 'L�•'.`m UWA 2MA Rm Lk,>h✓:ri NM b:= �:_ ` _°r": d,.i -gveytr. �: .'.� ar 1 ---,..<=n'..(^;•• ,��''�+i u<w� �.M:; k'��z�"dww���yw MAORI,AR ` 47:+3"°'r.��1✓.'1'w,.,w�'" dr." •,d '°'` § 'i:R.., n, 'iw�Y fA_ '`' ""SuyY ! ,yf ,s � � "r'.e• ,���vv�'yECy Yk�N�' .ih ',� �' ��vn�k', .fi ' . .,h :.lir Y• ,�`�,,,rS.J�,a: ,•h, ',:'�..' '�.`. r".. 4t"¢•"t .«.�'"« t, :3 �.C'"Y•� t :,ti.�i,+r�:w i��, '�.tN"• g ,.Y 'tQ7��a '�' ' At �.r^i,,,,q+�'xk";.wtkR�s"a�a.'�F:~�;,_+.M,L«�^aF,w.'"�. dG.vr,�;,....sr�•,��'#�',.,,�;._, i4, 'J• °r�,. ^s` �„� P,�'�p ,+h, •' '� RIF ni �pl. y".i , �..`..'�•.��";Y� 'Fk«a'',"y,�"-b.,`s'a'' W:q.k._ y,_ .>}:'iCt„ ""` �« .•f� .i VS, LOO •✓�'".np�" x q dt by P '� µ'"rnR ..o -e,, ° +�,+Lt .e; :a:;li' i,.'.., r .t; 4� i +',. . �,,�:�t++"'c,'�,}Yr•u�. H, #Y �.'.�F'ai'+ `"� `c.'YU^^,. ,-k o'6 .db� "�'•- .vj �,.::,.�.,.,�. o r .;, L,. ' �^�r`irS�x�'�' M7xa�+i. r,rs.��'+�rxd{":�i�.�io-,. w`°,1;�',-. •x`�u''.,r�' , . �l ,"�"-,,,''w„y+.a,. 4yrt2 -i`.+'.�a�, •K .y v ii' 1'.''{' 'a . _ � ,p,�w �piy h y � `}j. 1.• ' G ` Wa;!'[y4, ,k �q't. hJ w .. �h• ! . !�.. L^.y .�+� DRAWN By. EN VIRONME NTAL INC. SCALF i � +:Kt�;.,i... , fit_ ., "�•'*'*'"" :".�-s=A^i�`�;:i+:: a a��+"' '� t.'a••., d rs '''�;, • �" 'x � �y �+�, '} a1 - •�I F�..a.. ;,�.. c«,i c, °,t.-.,,::5� r•. ��-"y''•a: ,�*.''"��,«� a•, i �7' `" r . y. - IxE •, 1�_ M � - •e�.. '�{•`,,,�" 'S, d=�y.Cti ss `�^i "w .fid,+, +•wk xi r , � vw'.°, � "i• ,q.. k�R��^ ' _ -'.�f;?K�,ti,�fii'��'.,"...:r:'>:?4�rf:",�,..,T-'d'iin•«»r�,.'v^5'��w,, ,..«i�'r;4:'C.ru, �'v,Sf. �.;`s. ..,..,•..rs.-fir° :a`ria' r. ... .: rh+ w!.1'.:.u..:h°.,«tn`�?'�,i,.,-im..!ANi<'. - .sn.:S?i -fd. _+a,".��c_...3.,. YL George IL Xulczyeki, President 155 McKeeLkl . Vero -Beach, FL 32960 REVISED �$��:: 772 S�7-9f2� ��: 772 567-�2@S t -s � CO 1 _CU 00 O �I S TYPICAL CROSS-SECTION OF MUCK REMOVAL IN EXISTING CHANNEL NORTH 2 2 SOUTH 1.00 MHW EL 0.84 — — — — — — — — MTL EL. 0.46 0-OM— MLW EL. 0.07 4-W ...... . ..... . ...... M . ......... M M MDD EL. -2.93 -4.00; . ..... ..... R ..... . .... ................... PROPOSED EXCAVATED V, AREA? 15.53 SO. FT. DATUM ELEY SCALES HORIZ: 1 2 Gmxp CHA0 WEL 50 40 30 20 10 10 20 30 40 so Sea= 7 VERT: 11 20'' STA: 1+61.07 SEE SHEET 16 FOR LEGEND WM 071=0 -�d "W"nav-1- CARTER ASSOCIATES, INC. �RQJ. # : 10MIS OSLO BOAT RAMP FACILITY SHEET o CONSULTING ENGRMRS AND LAND SURVZYORS DPAWNBY: DJM VERO BEACH, FLORIDA APPD. BY DEL INDIAN RIVER COUNTY 1708 21st STREET, VERO BEACH, IFIL 32960 PLOTBY Domenic Miele 19 * (772)682-4191 FAX- (172) 582-7180 REF. # INDIAN RIVER COUNTY PROJ. NO. 0381 (9518) TEL: — . — — — =--=== — — . — — __ - 11 - F.B.&M. .7491 -16 -GPS SECTIONS Dop.*. 17005C2 I ON .. Removing tons of `black mayonnaise' from lagoon - VeroNews: Indian River Lagoon Page 1 of 2 Removing tons of `black mayonnaise' from lagoon Posted: Thursday, September 18, 2014 5:00 am There was a flurry of environmental excitement in May when the legislature appropriated more than $200 million for cleaning up the Indian River Lagoon and Lake Okeechobee. That amount included $20 million to remove ecologically harmful muck from the central lagoon and the Eau Gallie River to reduce the nutrient load in the estuary. Moving quickly by government standards, the Florida Department of Environmental Protection last month handed over $10 million to Brevard County to remove up to 350,000 cubic yards of muck from the lagoon. "The last time I spoke with Brevard officials, they were in the engineering and permitting phase," said Sen. Thad Altman, who was instrumental in securing money for muck removal. "A million of the $10 million will go to research and development conducted by FIT. We want to make sure we are dredging in the most beneficial locations for the greatest immediate benefit." Florida Institute of Technology scientists will help select the best sites to dredge and do pre- and { post -dredge testing and analysis to determine how muck removal helps the lagoon. Professor of Marine and Environmental Systems John Trefry, whose testimony at a senate committee in December put the appropriation process in motion, said he and his colleagues will begin work this month. "We are close. We have written up our proposals and we should be announcing the study sites in the next week or two, which will be very exciting. "My part is I will go out and determine how much muck is there and the exact composition of it. Others will look at seagrass and biology and other elements." Trefry and his colleagues will establish an ecological baseline, documenting the amount of seagrass and biological diversity in areas selected for dredging. After dredging is complete, they will reexamine the. dredged areas to chart the degree of biological recovery. "We have to show this works if we want the legislature to fund an ongoing effort," Trefry says. "I think everything is on track and I am very optimistic this will be very helpful to the lagoon." Dubbed `black mayonnaise' because of its consistency, the smelly muck is made-up mainly of _water, fine particles of soil or clay and rotting organic material. It damages lagoon ecology by releasing nutrients that feed.' destructive algae bloom and by clouding the water when stirred up by storms, cutting off light seagrass needs for photosynthesis and survival. http://www.veronews.cominewslindian river countyllagoonlremoving-tons-of-black-may... 9/29/2014 Removing tons of `black mayonnaise' from lagoon - VeroNews: Indian River Lagoon Page 2 of 2 WWOrld=renowned;experton,sedimentatioii,..Trefry'told the Senate Committee on Environmental Preservation and Conservation there has been an "incredible expansion of muck" since he came to the area in the 1980s, due to fertilizer runoff and other causes. "Iti'is_like a cancer. tlia$;has beerirs'prea-d-i'­-g;" he said in December. "There are now between five and seven million cubic yards of muck along the Brevard and Indian River County stretch of the lagoon. That is enough to cover 1,000 football fields a yard high." LTre�fry. said;besides`clo_udirigtheiwafer colui_n_n and;coritinually relea's'.i_ng nutrients that, feed algae '.w^f.^.�•.... _ •l•C.� to i'w.n'.F'.-.—'_ f q».l'..'l.ral`, .S...a F•..• y blooms; riiuck•accumulates toxiris andcontams.bacte`ria that'.depleteoxyen levels.in the;l`ago:on: It �_smothers,all hfeforms,other than bacteria: "Wherever the muck=is; all habitable life is gone,'_' -.;he:'. i said:' "The lagoonfcould recover almost overnight-if-you.get a:clean sand`.bottom again; w_ith�sluiin and crabs:and;oysters�coming.back along -with -seagrass an game:fish;"_Indian River -County -FIND r' lCommissioner:P,aulD'riterifias,s`aid earlier th'i's"year: "We realize $20 million is not going to fix the problem," Altman said. "It will take at least $100 million over a five-year period to clean up most of the muck. But we need to get started and I think we can make significant inroads with the $20 million." The project is "expected to remove up to 672 tons of total nitrogen and 144 tons of total phosphorous contained in the muck deposits," according to DEP. Those are the chemicals responsible for feeding algae bloom and degrading lagoon ecology. Brevard County staff aims to have dredges in the water by January 2015, after FIT scientists complete their preliminary surveys. The other $10 million of the current appropriation will be used to remove muck from the Eau Gallie River, which empties into the lagoon. "It is critical we remove these sediments from our waterways and get the Indian River Lagoon on a pathway to health," Altman said. http://www. veronews. com/news/indian_river_countyllagoonlremoving-tons-of-black-may... 9/29/2014 Fish, wildlife return to St. Sebastian River after 3 years of dredging - TC Palm Page 1 of 4 Fish, wildlife return to St. Sebastian River after 3 years of dredging' BY: Tyler Treadway POSTED: 4:34 PM, Nov 12, 2014 TAG: health Utopic/health) I indian river county Utopic/indian+river+county) I indian river lagoon (/topic/indian+river+lagoon) SEBASTIAN — Tarpon, manatees and dolphins in the water; ospreys, cormorants and bald eagles in the sky above. As the River King tour boat's first mate, Scott Smart sees them practically every day as he cruises the St. Sebastian River. "Once the sea grass came back, that brought in the manatees and bait fish; and the bait fish brought back the bigger fish and the dolphins," Smart said. "And the big fish , brought the ospreys and eagles." Smart-attributedthe wide array of wildlife to a dredgrg project that°removed about million cubic yards of muck fromthe river bed=from June ?o66.to August 2009. That amount would cover the 625 -acre Sebastian Municipal Airport in nearly 2 feet of muck. "It's -all becatise the.water_quality is better," said Smart, who remembered dodging all the pipes, barges and other equipment during the dredging. "All that sediment. on the bottom was keeping the. sea grass from growing. Once that was lifted off, there a- vast improvement.... I noticed a big change, and it didn't take long after they stopped dredging." Zz9-Z http://www.tepalm.com/franchise/indian-river-lagoon/flsh-wildlife-return-to-st-sebastian-... 11/13/2014 Fish, wildlife return to St. Sebastian River after 3 years of dredging - TC Palm Page 2 of 4 Sea grass beds increased from 2.24 acres in 2011 to 8.56. acres in 2013 in the area where the St. Sebastian River enters the Indian River Lagoon, according to mapping by the St. Johns River Water Management District. The survey didn't go farther south. NO BETTER NO WORSE During the dredging and for a year after it was completed, the Florida Fish and Wildlife Research Institute at Melbourne collected more than 1.2 million fish from 154 species and determined the project had little significant impact, positive or negative, on the river's fish population. The size of commercial species such as snook and drum remained the same as well, Richard Paperno, a marine biologist with the institute, said at a Friends of St. Sebastian River meeting in November 2011. Since then, monthly monitoring of fish populations have shown "good numbers" of commercial and recreational fish such as snook and snapper, "plenty of mullet" and "low but consistent numbers" of exotic species such as opossum pipefish and several types of gobies, Paperno said in October. With all that's happened to the lagoon in the past few years, including algal blooms and prolonged cold snaps, "you can't really pinpoint whether dredging has had a good or bad effect," said Derek Tremain, another researcher at the institute. THE BIG FREEZE Fishing guides who ply the St. Sebastian say prolonged cold weather in early 2010 took a serious toll on the river's fish population. The first two weeks of January 2010 was one of the coldest 12 -day periods on record in South Florida, according to the National Weather Service. Water temperatures in the lagoon and its tributaries, including the St. Sebastian, were well below 5o degrees. 22,,9 -� http://www.tcpalm.com/franchise/indian-river-lagoon/fish-wildlife-return-to-st-sebastian-... 11/13/2014 Fish, wildlife return to St. Sebastian River after 3 years of dredging - TC Palm Page 3 of 4 The resulting dead fish statewide were too numerous to count, but estimates in the c lagoon's Treasure Coast section were in the hundreds of thousands, the Florida Fish and Wildlife Conservation Commission reported. "Considering only four years ago we lost a lot of fish to a big freeze, the number of snook, jacks and tarpon we're seeing in the river now is pretty impressive," said Capt. Gus Brugger, a Sebastian fishing guide. "The water isn't mucky at all; it's just kind of brown from all the tannins in the water, but that's natural." The dredging also made navigating the river easier, Brugger said. Capt. Mike Peppe, a Sebastian fishing guide on the river for about 25 years, said the fishing "is as good as I've seen it in the last 15 to 20 years." Peppe said he has caught 15 to 20 different species of fish in the river over the last year. "I can catch six or seven types of fish without really thinking about it," he said. "The ,. =---- water clarity is good if there hasn't been a lot of rain draining stuff into the river. If there's no rain, I can see to the bottom. I can see bass on their beds. It's just a wonderful place to go look around." The manatee population is "super strong" and "plenty of dolphin are coming in," Peppe said. "They wouldn't be there if there was a water quality problem." It's difficult to impossible to get a good manatee count in the river, according to Katie Tripp, science and conservation director at the Save the Manatee Club. Manatees tend to congregate in the river in summer, but aerial counts are done in winter when manatees congregate around warm springs and power plant discharges. STOP IT, DON'T SCRAPE IT Despite the dredging's seeming success, the goal should be ending the source of muck rather than periodically scraping it off the river bottom, said Grant Gilmore, lead scientist at Estuarine, Coastal and Ocean Science in Vero Beach. http://www.tcpalm.com/franchise/indian-river-lagoon/fish-wildlife-return-to-st-sebastian-... 11/13/2014 Fish, wildlife return to St. Sebastian River after 3 years of dredging - TC Palm Page 4 of 4 "Let's cure the problem before we put another bandage on it," Gilmore said. E The exact source, or sources, of the muck have yet to be determined, Gilmore said, "but generally it's coming off agriculture fields. Muck is basically organic material that washes off the land. It's the finest particles that settle into lowest area of the river bed." If it's not stopped at. its source, Gilmore said, muck will simply return to the dredged - out channel. "That deep trench (the dredging) left needs to be filled in with sand or it will refill with muck that will just have to be dredged out again," he said."It's a perpetual problem." Copyright 2014 Scripps Media, Inc. All rights reserved. This material may not be published, broadcast, rewritten, or redistributed. 22,9- http://www.tcpalm.com/franchise/indian-river-lagoon/fish-wildlife-return-to-st-sebastian-... 11/13/2014 I rP •y - 's ; tF +-.tib. � - •t :•1-.M �_ .•,� _ ._":1� p�' - r ;y.:,.,:. .y 1..t.�k�•'�r�.°3.`:et?st ,f�...•`i?;.ya.�K�iZ7.�+!�',"f• -T'n i • -iW. .a �_ .fy `4 ••°._ `+!+...f.'�N'T .. )s�'., i' � '+1..... R... ..." _ c:. ^s'.: �' i_F SKt •. k.ty;' • F ••p• a .a n'�. _;�� ° aM .'` .1. �� :k�: i - .. .r � ,.ci yr ,r<�'%+''.'..ti. .e ��`- �_.`1�a _ Y�y.c"�,��•_'.c 414 ��.y`;j� ,:r H,y: ;-i. y4'.'s, N?'�.:4. •, a..,^ n`,S `�`'� _ yw1� _ •f..iY - '�`^�J A.: '✓YV.1� *~`i w','�Yi.Y.:i :F'. r0.?;...T;�u,w �k �. S i .� -'_�i'<.'.'.'i ,J >'f.�",lli-._-.J�.s. .___:.t.:tl.iwY1'i.-i; ��.t•�.c,', ..�_.� - +ril'7L:iL%-..+Li♦. DistrictyExecutive Director Dr. Ann Shortelle and partners gathered Nov. 30 tocelebratethe Cocoa Beach dredging project. This week, we enjoyed a great celebration with local government, partners and the public as we, marked another step in ongoing work torestore and protect the Indian River Lagoon. Projects like the Cocoa Beach dredging project celebrated Thursday are moving us closer to a healthier lagoon. Through the District's cost -share program, the District provided the city. of Cocoa Beach with approximately one third of the funding needed for the latest phase of its $1.8 million muck dredging project. This funding is helping to remove more than 44,000 cubic yards of muck from 13 canals in the southern part of the city. When the project is completed in 2019, Cocoa Beach will have removed a total of 206,657 cubic yards of muck from the waterway. Nearby, the District is also dredging lagoon tributaries (the Eau Gallie River and Elbow Creek), where approximately 632,000 cubic yards of muck will have been removed when that project is completed in 2018. It has taken decades for muck to accumulate in the lagoon and it will take time and a united front to reverse negative impacts. These types of projects continue to help restore our important resources. Such projects are an important part of overall water quality improvement. projects: because. of the excess nutrients and sediments that are removed from waterways. Muck contains high amounts of nutrients, blocks sunlight, clouds the water and contributes to the creation of algal blooms. Thanks to State. Rep. Tom Goodson, Cocoa Beach Mayor -Ben Malik, the Florida Department of Environmental Protection and the other stakeholders and merhbers of the 2 7 2,51 V "Muck' mess threatens lagoon's marine life I Melbourne Beachsider I Vero News Page 1 of 2 Mucked up. f� That's the crass, yet accurate- summation given to the Indian River Lagoon by one of its most fierce protectors, the Florida Institute of Technology. The more -than -150 -mile coastal estuary is host to more than 3,000 species of plants and animals, though industrial and recreational impacts have led to what scientists have deemed a half -century of neglect. Marine life is at risk, impacted by fertilizer run-off and planned emergency wastewater discharges required when the system becomes inundated with groundwater. Hurricane Irma and the Oct. 1 floods resulted in nearly 20 million gallons of raw sewage being discharged into an Indian Harbour Beach canal, and into the lagoon, rather than having raw sewage back up into homes and neighborhood streets. O.V'er-ti'me,nofesFlorida Tech'srwiiebsi.te, '`ttiere.'s�been'a. huge buildup;of whaf FIT`scientists, simply'=; de'scrib`e as,'muck,' a,-blendlof"nitrogen-and: phosphorus that resembles. tar." As the muck' kiuilds it kills seag-ass.beds, fuels algae blooms, suffocating, seagrass'bedsand marine life.. There's plenty of blame to go around, up and down the estuary system. A power outage at a sewage treatment center in Fort Pierce was responsible for a 1.25 million -gallon spill last October. And a broken wastewater pipe in Vero Beach is the culprit for a November spill of 3.1 million gallons of sewage. Those are the most recent episodes. In 2016 an algae bloom led to a massive fish kill in Brevard County. The recent spills have prompted a fresh examination of how to clean up the Indian River Lagoon, but citizens aren't waiting for the bureaucrats to act. Grassroots efforts have popped up, some by individuals and small groups, and even schoolchildren. Marti Veatch is among those working to help improve the health of the lagoon. She's a Melbourne Beach resident who is also a member of the town's Environmental Advisory Board. Veatch said she and a few friends have launched a grassroots effort, one that so far includes plantings near the town's pier, installing bat houses to help control the mosquito population, and placing oyster mats to encourage new marine life in the lagoon. The group is modeling its efforts after Satellite Beach, which in May 2017 adopted a nearly 50 -page Sustainability Action Plan that focuses on five areas: Built Environment; Land and Water Systems; Energy and Transportation; Community Outreach; and Quality of Life. 2,,�9 - // http://veronews.com/2018/01/04/muck-mess-threatens-lagoons-marine-life/ 1/4/2018 `Muck' mess threatens lagoon's marine life I Melbourne Beachsider I Vero News Page 2 of 2 For each category the plan identifies stressors that have a negative impact, and recommendations to remedy the problem. "The simplest way to help is for people to pick up after themselves," Veatch said. "Leaves. Debris. Garbage. It all leads to standing water. We're trying to keep our community free of debris." In addition to awareness spreading about lagoon -friendly practices, there are at least 42 separate projects meant to help clean up the lagoon. To do the work, the Brevard Board of County Commissioners approved $25.87 million from a special half -cent increase in the sales tax:: Completing_a'll`42,:projecfs will; cost? $68:77 million Within Brevard."altine projectLLs; includei7riu&k 6rrioval,_,upgrades to waste water treatment plants, upgrades from septic systems to sewers, and storm water projects. In addition, the work is expected to reduce nitrogen in the lagoon by nearly 97,000 pounds annually, and phosphorous would be reduced by more than 10,000 pounds a year. Meanwhile, Michigan-based Greenfield Resources launched a pilot program in Indian River County in July to show that it could remove pollutants from water entering the Indian River Lagoon by shocking it FF.:_.._. with electricity. Greenfield tested raw water in Vero's Main Relief Canal for 10 different contaminants, then treated it, then tested again. In all 10 samples, the level of contaminants was reportedly reduced. In three of those samples the contaminants (aluminum, boron and nitrites) were no longer detectable. In others, the reductions ranged as high as 67 percent and as low as less than 20 percent. http://veronews.com/2018/01/04/muck-mess-threatens-lagoons-marine-life/ 1/4/2018 esti g �.Sfects Y v .r- �% , ,. '_ 'i � " ��:, '� 6• I •t♦ ;+ ,Q0. r- �+� • TM .�� •. �,•. -µ,;ms. J�....... ' , � _ �r- SLOPE 11.7% IXEL. 2.80ISTNG DIRT DRIVE 79' ' I-1 I I -I I - . EXISTING CONCRETE MAC, W1LL1AM I—Al A BOAT RAMP SLOPE 17.4% 1 EDGEOF SLAB EL —2.9 MHW EL 0.84_N G V.D.'29 5F=— L— m_ISm�I I III I L=I L=1TI=I I �I I I=I I I I I I I I I ISI I IA 1 SIIII I PRORZE VIEW OSLO BOAT RAMP OSLO BOAT RAMP AND MACWILLIAM PARK BOAT RAMP PROFILE COMPARISON No. Revision Dale SECTION - SHEEP INDIAN RIVER COUNTY s/�/u 7501 27th STREET Deportment of Public Wo/ICS TOWNSHIP OSLO BOAT RAMP VERO BEACH FL 32960 Engineering Division Ko w. RAN •�• .�. • 0381 EXH/B/T 1 (772) 567-8000 �J Richard Grant Gilmore, Jr., Ph.D. 5920 First St. SW, Vero Beach, FL 32968 Resident Indian River County since 1972, 46 yrs. I would like to refer to the research of Dr. John Trefry, Professor at the Fla. Institute of Technology in Melbourne and his extensive work with soft colloidal sediments commonly referred to as "muck". I have followed John's work for over 40 yrs. So what is "muck". The word is derived from the 19th century need to bring attention to dirt, grime, filth, mud, slime, and mess. More technical 20'h century definitions classify muck as "highly organic dark or black soil with less than 50% combustible content' Dr. Trefry describes our IRL muck as a dark highly organic colloidal substance that contains significant amounts of water and has the consistency of mayonnaise. Last December (2017) 1 had the opportunity to walk down the Oslo Road boat ramp and the bottom adjacent to it from the ramp out to just beyond the wooden dock along the north side of the ramp, a distance of about 60 feet. I found soft sediments no more than a few inches deep at the base of the ramp, but they did not extend much past 10- 15 ft from, the ramp. A hard sand ridge appeared on the Lagoon side of this walk followed by clear sand after we passed the end of the dock. The soft sediments were muddy, but were definitely not a colloidal suspension the consistency of mayonnaise that is the definition of "muck". Muck as strictly defined by Dr. Trefry was not observed. So there is no need for muck removal as there apparently is no muck, but only a limited deposit of soft sediments in a small area at the base of the ramp. The water was shallow at the ramp and the depression from the ramp out into the Lagoon is very shallow not much above a half meter to a meter at as you walk from shore out toward the open Lagoon. The very shallow water depth is also why larval and post larval fish are attracted to the Oslo shore of the Lagoon. We captured a newly settled juvenile Common Snook over the bottom at the base of the ramp. This is one of the major fishery species using the Oslo site as a nursery site. 2-2,9- My name is Mark Yanno and I live at 10014th Street. Thank you Commissioners for allowing me to speak today on this highly sensitive issue. I will not discuss today all the environmental issues at the Oslo ramp site, as they have been well stated before and are in the public record. I will however, point out the two most significant things to remember about the Oslo site. First, the entire area was purchased for conservation of the natural resources, while preserving the historical limited use of the area by small watercraft. Second, a one of a kind gamefish nursery is present at the site and should be vehemently protected. I am sure that the intentions of Commissioner O'Brien are to benefit the Lagoon, given his educational background, however some of his statements in yesterdays newspaper article need clarification. Yes, muck is a problem in areas of the Lagoon. However, as Dr. Gilmore has just stated, the material at Oslo is mostly detritus (natural plant material), not muck, and Hurricane Irma has removed almost all of it. That being stated, the depression area east of the ramp will always collect detritus. If the intent is to fix a problem, then the permanent solution would be to fill and raise the grade to the surrounding elevation with clean sand to prevent future accumulation of detritus. Although a channel was never dredged to the Intra Coastal Waterway, a short area apparently was dug from the boat ramp out a couple hundred feet to where the old fish house used to be. This short area east of the ramp dock could be filled with clean sand to prevent this detritus from returning and being a continuing maintenance issue. However, it should be noted that the existing situation has been ongoing for decades and has not negatively affected the environment that is currently thriving in the Oslo area. Also, the detritus that collects is light material that will be almost impossible to mechanically dredge out, as the staff report says suction dredging is no longer an option. Lastly, costly new engineering evaluations, new seagrass surveys, and new permit applications would be required to pursue dredging. The second thing that needs clarification is the perceived concern over sediment from the existing road, and that will be addressed by Dr. Loftus after my comments. Natural limestone rock material has been used for decades at the east end of Oslo road. This white material is not the harmful silt that is causing problems in other areas of the Lagoon, it is natural material that is part of Florida's marine ecosystems. Placing asphalt millings on the road, would however pose a serious threat to the surrounding conservation area and gamefish nursery. Toxicity of milled asphalt to wetland areas is well documented and I provided a list of references to the Commission last December. In addition, I would like to quote from the Asphalt Millings Guidance Document of the State of New Jersey. It states, "The bitumen binder used in asphalt paving applications contains a large concentration of a family of carcinogenic compounds which can pose serious human health and environmental concerns". As concrete millings are also being proposed, I present the following: The eHow website states "Limestone differs from crushed concrete in that the former constitutes a naturally formed rock found in marine environments and the other is a manmade construction material". Wikipedia states "The presence of some substances in concrete, including useful and unwanted additives, can cause health concerns due to toxicity and radioactivity ... Since concrete is porous, there is the possibility that it may contain toxic fuels, lubricants, and VOC's". And lastly, the Notre Dame University News stated "The biggest barrier to using recycled concrete has been the variability and uncertainty in quality". The logical take away from these quoted sources is concrete millings may be better than asphalt, but still pose very real and damaging risks to the marine environment along the Oslo Riverfront Conservation Area. Juvenile marine gamefish are very delicate at this stage of there life and toxins at any level could I/ render the existing nursery area a virtual dead zone. This appears to be an unacceptable risk, when the existing limestone road has proven for decades to be compatible with the conservation area. Regarding the proposed placement of additional markers in the water, I would argue that Oslo Road has one of the best marked areas in the entire County. Since the Florida Fish and Wildlife Commission is required to permit all placement of markers in the Lagoon, I would like to request a copy of the permit the County received from them, to see if any criteria exists regarding the number of markers allowed per 100 feet. I am concerned because as a licensed boat captain I would think too many markers in an area may pose a serious navigational hazard at night, outside of the manatee slow speed season. Manatees are another issue that needs some clarification. Yes, the area around the City power plant was historically a "hot spot" for manatees. As a previous US Fish and Wildlife Service Biologist who evaluated manatee issues, I can assure you that this has no validity anymore, since the power plant that attracted manatees has not been operational for some time now. I fish this area regularly, and it currently gets no more manatee use than any other canal area in the County. Dan Harley, who lives on the canal along the power plant, stated to me that five years ago he used to see dozens of manatees in the power plant canal at one time, but has only seen two manatees this entire winter. Also, this potential ramp location has deep water access, with a year round manatee slow speed zone, all the way to the Intra Coastal Waterway. Manatee safety should not be considered a valid issue at this site anymore. The concern in the Staff Report that the mangrove lined canal at the sewage treatment site would not be allowed to be filled in by permitting agencies is valid, however, the potential ramp is currently being discussed at the power plant site, not the sewage treatment site. The sewage treatment site, where the ramp conceptual drawings were made, is also where the bridge abutments are located. The south side of the power plant site has no environmental issues that I can identify that would preclude a boat ramp. The water depths are deep enough all the way to the Intra Coastal Waterway, that the presence of submerged vegetation would be almost impossible. Choosing options four and five of the Staff report appear to be the best options for a number of reasons. Maintaining the Oslo ramp and road area in its existing condition would allow historic boating use and protect the areas that were purchased for conservation. This would also protect the critical gamefish nursery that is like no other ever located in the entire 156 mile long Lagoon system. Option five at the power plant site would benefit many more County residents than the Oslo site by allowing a boat ramp for larger vessels, more trailer parking, and restroom facilities. The City power plant site is only three miles and a four and a half minute drive from Oslo road. With the existing shopping center at Oslo road, I doubt the traffic congestion would be any worse at the power plant location. Another consideration is that the staff report indicated that both the US Army Corps of Engineers and St. John's Water Management District would require new permit applications for the proposed Oslo alterations. Therefore, it would appear the permitting requirements would be starting from the beginning regardless of the decision to pursue the Oslo ramp or power plant location. Thank you again Commissioners and let me end with a proposition. When I worked for the US Fish and Wildlife Service I was trained and had years of experience reviewing the very kind of projects we are discussing. If the Commissioners vote to choose options four and five, I offer my assistance free of charge to help County staff obtain the necessary permits to place a boat ramp at the City power plant site. Thank you and I would be happy to answer any questions the Commission may have. r t+t V" ora 1 �. � { •, `I fn rnn ei lc . Vero Bei1G:7 . '!► tt1 ,o Ft Pierce i' w Aouatic.. -11 — .Lakes i nad -• _ Park"^ -i i , Sta AP „ -- Indrin-Rdf�, 1 - ;.4r: r Treasun Coast s Pep y Into—rnar'o € shy ucie { ' 7rt an Fort Fort �, Bus€Hess Pa Inlet St r � FN— ' ad'Go1f' Fort Pier in9s CI 6 �' I `' } ' - Inlet Sta ' _ SS It,EGe'8tsdf•-• — .:..f k ReCrestl 5'tiude Bhd Area,.. YOUR TRIP TO: N US -1 & Indrio Rd 6 MIN 1 4.9 MI R Est. fuel cost: $0.51 Trip time based on traffic conditions as of 7:58 PM on Print a full health report of your car with February 12, 2013. Current Traffic: Light �9 HUM vehicle diagnostics {boo? gob-25oi 9 1. Start out going south on S US Highway 1/US-1 S/FL-5 toward 11th St SW. W Then 4.87 miles 4.87 total miles 2. Turn left onto Indrio Rd. If you reach Del Monte St you've gone about 0.1 miles too far. Then 0.01 miles 3. N US -1 & Indrio Rd, N US -1 & INDRIO RD, If you reach Palomar Ave you've gone a little too far. 4.88 total miles Use of directions and maps is subject to out Terms of Use. We don't guarantee accuracy, route conditions or usability- You assume all risk of use. -2�� -,2- ? PF a INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown, County Administrator FROM: Richard B. Szpyrka, P.E., Public Works Director Vincent M. Burke, P.E. Utilities Director SUBJECT: Designation of CDA Solutions, Inc. as Sole Source Provider for the Digital Watchdog CCN Security Camera Systems for Indian River County DATE: January 24, 2018 DESCRIPTION AND CONDITIONS Indian River County currently operates several secure CCN (security camera) systems at multiple IRC building and site locations. Digital Watchdog CCTV security camera systems are currently being used at County Administration Buildings A & B, Fleet Management, and at the three main communication tower sites (North, Hobart, and South). IRC has established independent and secure fiber optic network connections to each of these active IRC CCTV system locations, and each of these remote locations is set to failover to a centralized Digital Watchdog — County network storage server in the event of a local Network Video Recorder (NVR) failure. The central server is currently located in a centrally located, secure location. CDA Solutions Inc. supports all the active Digital Watchdog CCTV systems currently installed. The central server, to support the addition of the proposed locations and to allow for redundant storage (locally on the NVR and on the central server), will need to be upgraded to allow for the additional storage space required. We have a quote for the necessary upgrade that will allow for the storage and future expansion as needed. CDA Solutions Inc. was selected to provide the current CCTV systems, including the video records storage main server, by way of several competitive quote requests, for multiple IRC locations, over time. Throughout this process, CDA Solutions Inc. has consistently provided the most cost effective proposals to the County, and has provided reliable products and professional support, for IRC CCTV system installations. CDA is the only known vendor reasonably capable of supplying these services due to their extensive knowledge of County Security Systems. As part of its FY 2017/2018 approved budget, the Utilities Department is looking to upgrade the Network Video Recorder (NVR) camera systems at the Utility Operations Center, and the Fellsmere Customer Convenience Center (CCC) with Digital Watchdog systdms. They may also be looking to standardized components and systems at the South RO Water Treatment Plant, North RO Water Treatment Plant, and Sebastian Utilities Office at some future time. To ensure continuity with our CCTV security systems, recorded video information from these proposed sites will be stored locally with the option to back up this data on the centrally located server. The Digital Watchdog — County network storage server will allow for remote and local cameras access from a standard platform to allow interoperability between County Departments. IRC Courthouse - Main CCN security camera system currently operates on a Milestone software application. As a result of multiple additions, changes, and several IRC Courthouse site construction projects, the current Main CCN system hardware and software at IRC Courthouse has been extended to its operational limits, within the capacity of the current software and CCTV system site license Page 2 CDA Solutions, Inc. Sole Source Provider BCC Agenda Item for February 13, 2018 requirements. Currently, the Main CCN system at IRC Courthouse is managed by IRC Sheriff's Department (IT Department). After the initial one-year installation warranty expired on this system, IRC Sheriff's Department chose not to purchase a maintenance support contract, and site license renewal on this CCN system. The required rate for this site license / annual service contract is currently quoted in the vicinity of $15,000.00 per year. There is no site license or annual service contract fee associated with the Digital Watchdog system. IRC Courthouse is currently planning several new site construction / expansion projects; some already underway, which will require the addition of multiple new CCTV security cameras at the Courthouse site. The existing Main CCN system / software is already extended to its reliability and cost effectiveness limits. The two new IRC Courthouse construction projects, Courtroom Renovations and the Secure Judges Parking Area will require the addition of 20+ new CCN security cameras, to the existing Main CCTV system. IRC staff proposes to replace the existing Milestone CCTV system software with the Digital Watchdog software application installed by CDA Solutions Inc. The County currently operates a Digital Watchdog CCN system at the Courthouse that is an independent CCN security camera system to securely cover all Courtrooms and Hearing rooms. It should be noted that this particular Digital Watchdog CCTV system is separate from the IRC Courthouse Main CCTV system as required by law. Digital Watchdog CCN systems also have the capability to back-up CCTV system video records to the Main CCTV server, currently located at County Administration building. Digital Watchdog applications CCN system video records are currently set to fail over to the IRC Admin CCTV server. These CCN systems were all installed and are supported by CDA Solutions Inc. The IRC Courthouse Main CCTV system needs to be replaced with a Digital Watchdog system in order to be compatible with the existing Digital Watchdog system in use to cover the Courtrooms and Hearing Rooms. It is the recommendation of staff that we move forward with the proposed Digital Watchdog (DW Spectrum) software conversion described above, provided and installed by CDA Solutions Inc. who currently supports and maintains most of the CCN security systems at the County. Funding for services by CDA Solutions, Inc. for the Courthouse Digital Watchdog CCN is budgeted and available in the current fiscal year in Optional Sales Tax/ Courthouse Security Access System Account No. 31522019-066510-17007 and in FY 17/18 Public Work Facilities, Other Equipment, Account No. 00122019-034690. Funding is budgeted and available in the FY 17/18 SWDD budget for CCN Security Systems at the Fellsmere Convenience Center Account No. 411-166002 and in the FY 17/18 Utilities budget for the Utilities Operations Center, Account No. 471-166002. RECOMMENDATION Staff recommends the Board of County Commissioners declare CDA Solutions, Inc. as the County's sole source provider for Digital Watchdog CCN security camera systems for Indian River County facilities. Staff recommends that the Board authorize Purchasing to issue a Purchase Order for $8,394.39 for the installation of Digital Watchdog CCN security camera system software at the IRC Courthouse, issue a Purchase Order for $9,953.60 for an expandable NAS Server to backup the CCN security camera system County wide, issue a Purchase Order for $25,632.33 for installation of a Digital Watchdog CCB1 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@OCOEDBDC\@BCL@OCOEDBDC.docx Page 2 CDA Solutions, Inc. Sole Source Provider BCC Agenda Item for February 13, 2018 security camera system at the Utility Operations Center, and issue a Purchase Order for $8,694 for installation of a Digital Watchdog CCN security camera system at the Fellsmere Customer Convenience Center. DISTRIBUTION Michael Smykowski, Budget Director Jennifer Hyde, Purchasing Manager ATTACHMENTS CDA Quote for IRC Courthouse CDA Quote for County Wide Backup Server CDA Quote for Utilities Operations Center CDA Quote for Fellsmere Convenience Center APPROVED AGENDA ITEM FOR FEBRUARY 13, 2018 232 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@OCOEDBDC\@BCL@OCOEDBDC.docx .,; CDA Solutions, Inc 7622 Emerald Drive West Melbourne, FL 32904 Phone 888-411-2424 Fax 321-674-9143 Name /Address Indian River County Telecom Division 1801 27th Street, FL 32960-3388 Ship To Indian River County Courthouse Estimate Date Estimate # 1/24/2018 7306 Authorized Signature & Title Print name Date Disclaimer: Not all of these policies will apply to every job or project, if you have any questions please ask your representative. Permitting: Permits, if required by the municipality will have abase cost of $300.00 and if site specific engineering is required it will bean additional cost. Permit package includes manufacturing engineering submittals. If municipality requires site specific engineering it will be at an additional cost to be determined by an engineer. We cannot guarantee length of time for the permitting process. Existing Construction: Any opening not built to current wind load codes may need to be updated to comply with manufacture engineering. This includes missing or damaged lintels and hollow blocks. Customer will be presented with an estimate for CDA to replace lintel or till hollow blocks. Work may also be subcontracted out to another company. Lead Times: CDA will not be responsible for delays due to unavoidable casualties, inclement weather, acts of god or shortages of materials from manufacturer. Special order items are nonrefundable and may take 6-8 weeks for delivery. Payment terms: A deposit of 50% of the total estimate is required, unless other arrangements are made. We will not book, order parts, or allocate labor in any way until a signed contract and deposit is received. Balance is to be paid when said job is 98% complete. With this agreement, you assume liability for any and all additional costs or fees that may occur due to non-payment, including, but not limited to court costs and/ or legal fees. 233 P.O. No. Rep Customer Phone (772) 226-1318 Chad Customer E-mail mcabo@ircgov.com =Desai do R.. n -. Q C. ost Total. to Initial CCTV software install. SO.Dw:Spectrumlpvms.Ltceitse?:_:,:<_,:. ....:..:..:. :..::: - :.:.;2 3,701.50 _ ; .:_:...,:,':.7,403AOT 10 DwSpectrum Ipvms License 1 741.39 741.39T Systeml'i ogramtning or : ::•`:-:::' :-`, 1 250.00 250.00T Software to b nstalled and configured on IRC'maintained PC's. Subtotal $8,394.39 _ - _,y.:... - a•+:t.'y ,.-.-,rte=:.7�4a' _r, FS, ,as .v�:y^:'�.==—':-a'z.�e*.,?° ���,:' ``'+idyl. S`r '":'i''F �.-3�� f:STY�: i..lt'i', �T • _ _ ] • . Fv^,s._:xa c.:J'..-- �.:"w::5..: -:::Y:_- tis�-�u: �t0-�IO�� _,_ .���z-•=°,�:;,:. 0 les Tax (0.0/0) , _ T a Total $8,394.39 By signing this contract you agree to all terms and conditions Authorized Signature & Title Print name Date Disclaimer: Not all of these policies will apply to every job or project, if you have any questions please ask your representative. Permitting: Permits, if required by the municipality will have abase cost of $300.00 and if site specific engineering is required it will bean additional cost. Permit package includes manufacturing engineering submittals. If municipality requires site specific engineering it will be at an additional cost to be determined by an engineer. We cannot guarantee length of time for the permitting process. Existing Construction: Any opening not built to current wind load codes may need to be updated to comply with manufacture engineering. This includes missing or damaged lintels and hollow blocks. Customer will be presented with an estimate for CDA to replace lintel or till hollow blocks. Work may also be subcontracted out to another company. Lead Times: CDA will not be responsible for delays due to unavoidable casualties, inclement weather, acts of god or shortages of materials from manufacturer. Special order items are nonrefundable and may take 6-8 weeks for delivery. Payment terms: A deposit of 50% of the total estimate is required, unless other arrangements are made. We will not book, order parts, or allocate labor in any way until a signed contract and deposit is received. Balance is to be paid when said job is 98% complete. With this agreement, you assume liability for any and all additional costs or fees that may occur due to non-payment, including, but not limited to court costs and/ or legal fees. 233 CDA Solutions, Inc 7622 Emerald Drive West Melbourne, FL 32904 Phone 888-411-2424 Fax 321-674-9143 Name /Address Indian River County Telecom Division 180127th Street, FL 32960-3388 IN Estimate Date Estimate # 2/1/2018 7687 Ship To Indian River County Admin Building 180127th St Vero Beach, FL 32960 Customer Phone (772) 226-1318 P.O. No. Rep Chad Customer E-mail meabo@ircgov.com Description Qty Cost 'Total NAS Server for Redundant backup of CCTV county -wide. Q NAP TS -1673U -RP 16 bay storage server 1 3,976.00 3,976.00T Seagate SkyHawk 8TB Surveillance Hard Drive 256MB Cache 16 348.60 5,577.60T SATA 6.OGb/s 3.5" Internal Hard Drive ST8000VX0022 Labor 1 400.00 400.00 RAID 6 16z8TB 112T13 RAID 6 effective 104TB Overhead 39TB Subtotal $9,953.60 TERMS & CONDITIONS Sales Tax (0A%) $0.00 Total $9,953.60 By signing this contract you agree to all terms and conditions Authorized Signature & Title Print name Date Disclaimer: Not all of these policies will apply to every job or project, if you have any questions please ask your representative. Permitting: Permits, if required by the municipality will have a base cost of $300.00 and if site specific engineering is required it will be an additional cost. Permit package includes manufacturing engineering submittals. If municipality requires site specific engineering it will be at an additional cost to be determined by an engineer. We cannot guarantee length of time for the permitting process. Existing Construction: Any opening not built to current wind load codes may need to be updated to comply with manufacture engineering. This includes missing or damaged lintels and hollow blocks. Customer will be presented with an estimate for CDA to replace lintel or fill hollow blocks. Work may also be subcontracted out to another company. Lead Times: CDA will not be responsible for delays due to unavoidable casualties, inclement weather, acts of god or shortages of materials from manufacturer. Special order items are nonrefundable and may take 6-8 weeks for delivery. Payment terms: A deposit of 50% of the total estimate is required, unless other arrangements are made. We will not book, order pails, or allocate labor in any way until a signed contract and deposit is received. Balance is to be paid when said job is 98% complete. With this agreement, you assume liability for any and all additional costs or fees that may occur due to non-payment, including, but not limited to court costs and/ or legal fees. 234 CDA Solutions, Inc 7622 Emerald Drive West Melbourne, FL 32904 Phone 888-411-2424 Fax 321-674-9143 Name /Address Indian River County Utilities 1801 27th street, Bldg. A vero beach, FL 32960 Ship To Indian River County Utilities Operations Area Estimate Date Estimate # 1/24/2018 7258 Authorized Signature & Title Print name Date Disclaimer: ; Not all of these policies will apply to every job or project, if you have any questions please ask your representative. Permitting: Permits, if required by the municipality will have abase cost of $300.00 and if site specific engineering is required it will boon additional cost Permit package includes manufacturing engineering submittals. if municipality requires site specific engineering it will be at an additional cost to be determined by an engineer. We cannot guarantee length of time for the permitting process. Existing Construction: Any opening not built to current wind load codes may need to be updated to comply with manufacture engineering. This includes missing or damaged lintels and hollow blocks. Customer will be presented with an estimate for CDA to replace lintel or fill hollow blocks. Work may also be subcontracted out to another company. Lead Times: CDA will not be responsible for delays due to unavoidable casualties, inclement weather, acts of god or shortages of materials from manufacturer. Special order items are nonrefundahle and may take 6-8 weeks for delivery. Payment terms: A deposit of 50% of the total estimate is required, unless other arrangements are made. We will not book, order parts, or allocate labor in any way until a signed contract and deposit is received. Balance is to be paid when said job is 98% complete. With this agreement, you assume liability for any and all additional costs or fees that may occur due to non-payment, including, but not limited to court costs and/ or legal fees. Page 1 235 P.O. No. Rep Customer Phone 772-226-3405 Chad Customer E-mail rpfarr(a�ircgov.com Description Qty Cost Total Blackjack Cube Nvr Powerd By Spectrm Ipvms 12T6 4,318.05 4,318.05T 4 Dw Spectrum License (included) 0.00 O.00T 10 DwSpectrum Ipvms License 741.39 741.39T 8MP/4K IR Network PTZ Camera with auto track H265 3 3,300.00 9,900.00T 4 MP VF vandome H.265 7 288.75 2,021.25T 4 MP fixed 2.8 wide H.265 (fisheye substitution) 4 250.00 1,000.00T 10/100/1000 base fiber optic communicators 3 135.00 405.00T Wall Mount 4 30.75 123.00T Ubiquiti Toughswitch. POE 8 channel. 4 250.00 1,000.00T Video BLN Video BLN POE over coax 3 207.88 623.64T Camera labor 23 125.00 2,875.00T Crew Labor 9 125.00 1,125.00 Miscellaneous materials 1,500.00 1,500.00T Subtotal TERMS & CONDITIONS Sales Tax (0.0%) Total By signing this contract you agree to all terms and conditions Authorized Signature & Title Print name Date Disclaimer: ; Not all of these policies will apply to every job or project, if you have any questions please ask your representative. Permitting: Permits, if required by the municipality will have abase cost of $300.00 and if site specific engineering is required it will boon additional cost Permit package includes manufacturing engineering submittals. if municipality requires site specific engineering it will be at an additional cost to be determined by an engineer. We cannot guarantee length of time for the permitting process. Existing Construction: Any opening not built to current wind load codes may need to be updated to comply with manufacture engineering. This includes missing or damaged lintels and hollow blocks. Customer will be presented with an estimate for CDA to replace lintel or fill hollow blocks. Work may also be subcontracted out to another company. Lead Times: CDA will not be responsible for delays due to unavoidable casualties, inclement weather, acts of god or shortages of materials from manufacturer. Special order items are nonrefundahle and may take 6-8 weeks for delivery. Payment terms: A deposit of 50% of the total estimate is required, unless other arrangements are made. We will not book, order parts, or allocate labor in any way until a signed contract and deposit is received. Balance is to be paid when said job is 98% complete. With this agreement, you assume liability for any and all additional costs or fees that may occur due to non-payment, including, but not limited to court costs and/ or legal fees. Page 1 235 CDA Solutions, Inc 7622 Emerald Drive West Melbourne, FL 32904 Phone 888-411-2424 Fax 321-674-9143 Name /Address Indian River County Utilities 1801 27th street, Bldg. A vero beach, FL 32460 469M. Indian River County Utilities Operations Area Estimate C Date Estimate # 1/24/2018 7258' Customer Phone 772-226-3405 P.O. No. Rep Chad Customer E-mail rpfarrcQircgov,com Description Qty Cost Total We will install and configure this system on existing network per specified parameters. if network isolation is required additional runs and charges may apply. All 120v configurations to be done by others. Utilization of existing fiber only. Any and all new runs to be run in Cat5e. Existing coax to be converted to network through Paluns. 14 Cameras total. Option to upgrade to rackserver available to allow up to 128 networked cameras from remote sites. Current configuration is rated to 64 2. IMP cameras or 32 4MP cameras. t Subtotal $25,632.33 TERMS & CONDITIONS Sales Tax (0,00/0) $0.00 By signing this contract you agree to all terms and conditions Total $25,632.33 Authorized Signature & Title Print name Date Disclaimer. Not all of these policies will apply to everyjob or project, ifyou have any questions please ask your representative. Permitting: Permits, if required by the municipality will have a base cost of $300.00 and if site specific engineering is required it will be an additional cost. Permit package includes manufacturing engineering submittals. If municipality requires site specific engineering it will be at an additional cost to be determined by an engineer. We cannot guarantee length of time for the permitting process. Existing Construction: Any opening not built to current wind toad codes may need to be updated to comply with manufacture engineering. This includes missing or damaged lintels and hollow blocks. Customer will be presented with an estimate for CDA to replace lintel or fill hollow blocks. Work may also be subcontracted out to another company. Lead Tithes: CDA will not be responsible for delays due to unavoidable casualties, inclement weather, acts ofgod or shortages of materials from manufacturer. Special order items are nonrefundable and may take 6-8 weeks for delivery. Payment terms: A deposit of 50% of the total estimate is required, unless other arrangements are made. We will not book, order parts, or allocate labor in any way until a signed contract and deposit is received. Balance is to be paid when said job is 98% complete. With this agreement, you assume liability for any and all additional costs or fees that may occur due to non-payment, including, but not limited to court costs and/ or legal fees. Page 2 236 CDA Solutions, Inc 7622 Emerald Drive West Melbourne, FL 32904 Phone 888-411-2424 Fax 321-674-9143 Name / Address Indian River County Telecom Division 1801 27th Street, FL 32960-3388 Ship To Fellsmere site k~: Estimate Date Estimate # 1/24/2018 6695 Customer Phone (772) 226-1318 P.O. No. Rep Chad Customer E-mail mcabo®ircgov.com Description Qty Cost Total Fellsmere site 3MP Verifocal IP dome camera (likely 4MP at time of install) 5 450.00 2,250.00T Pole mount 4 49.50 I98.00T Blackjack Cube 3tb Embedded 1 3,496.00 3,496.00T Wireless Radio 3 150.00 450.00T Ubiquiti Toughswitch. POE 8 channel. 2 250.00 500.00T Miscellaneous Parts 1 700.00 700.00T Labor 1 1,100.00 1,100.00 Pole by others. Final breaker install to our box to be done by others. Poles to be minimum 15' above grade Subtotal $8,694.00 'FRMS & CONDITIONS Sales Tax (0.0%) $0.00 Total $8,694.00 By signing this contract you agree to all terrus and conditions Authorized Signature & Title Print name Date nisclaimer. Not all of these policies will apply to every job or project, if you have any questions please ask your representative. Permiuing: Permits, if required by the municipality will have abase cost of $300.00 and if site specific engineering is required it will bean additional cost Permit package includes manufacturing engineering submittals. If municipality requires site specific engineering it will beat an additional cost to be determined by an engineer. We cannot guarantee length of time for the permitting process. Existing Construction: Any opening not built to current wind load codes may need to be updated to comply with manufacture engineering. This includes missing or damaged lintels and hollow blocks. Customer will be presented with an estimate for CDA to replace lintel or fill hollow blocks. Work may also be subcontracted out to another company. Lead Times: CDA will not be responsible for delays due to unavoidable casualties, inclement weather, acts of god or shortages of materials from manufacturer. Special order items are nonrefundable and may take 6-8 weeks for delivery. Payment terms: A deposit of 50% of the total estimate is required, unless other arrangements are made. We will not book, order parts, or allocate labor in any way until a signed contract and deposit is received. Balance is to be paid when said job is 98% complete. With this agreement, you assume liability for any and all additional costs or fees that may occur due to non-payment, including, but not limited to court costs and/ or legal fees. 237 la�-F INDIAN RIVER COUNTY, FLORIDA MEMORANDUM DATE: January 29, 2018 TO: Jason E. Brown, County Administrator THROUGH: Richard B. Szpyrka, P.E., Public Works Director FROM: James Ennis, P.E., County Engineer SUBJECT: Designation of Jamar Technologies as Sole Source Manufacturer and Provider of Traffic Radar Recorder Equipment and TRAXPro Software DESCRIPTION AND CONDITIONS The County's traffic counting program is utilized to determine transportation level -of -service and concurrency, and to determine the need for road repairs and roadway improvement projects. The County Traffic Engineering Division uses counters/classifiers to count vehicles, measure vehicle classifications and speeds. Due to the proprietary nature of the software and hardware used in traffic counters, different vendors' equipment are not compatible. Since 1991, the County Traffic Engineering Division has used tube counting equipment and TRAXPRo traffic counter software manufactured and sold by Jamar Technologies, which we have continued to find as reliable and accurate. Jamar Technologies has advanced traffic counting technology by developing Radar Recorder Traffic Counters. These counters are mounted to adjacent utility or streetlight poles, thereby dramatically reducing staff's exposure to traffic by eliminating the need to install tubes across busy roadways for the purpose of counting traffic. In order to ensure consistency and standardization throughout our program, the Public Works Department is requesting the Board of County Commissioners recognize Jamar Technologies as the sole source manufacturer and provider in the State of Florida for all Gen 1 Radar Recorder & associated traffic counter equipment and for TRAXPro software, and authorize the waiver of the requirement for bids for their purchase. This will enable efficient replacement of inventory as required for use in the field. FUNDING Expenditures for Jamar Technologies, Inc. may come from existing Traffic Engineering accounts and other accounts created for future acquisition of traffic counting equipment and software. RECOMMENDATION Staff recommends the Board of County Commissioners declare Jamar Technologies, Inc. as the County's sole source provider for tube counting and Radar Recorder Traffic counting equipment, hardware and software related to Jamar Technologies, and waive the requirement for bids for their purchase, as needed. Staff also recommends the Board authorize the Purchasing Division to issue Purchase Orders for the radar counters, tube counters, associated equipment and TRAXPro software, as needed. ATTACHMENTS Jamar Technologies Letter APPROVED AGENDA ITEM FOR FEBRUARY 13.2018 238 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@C40D0726\@BCL@C40D0726.doc V: JAMAR Technologies, Inc. Making Data Collection Easier December 7, 2017 Indian River County, FL Kevin Guenther, This letter is to inform you that 1AMAR Technologies, Inc. is the U.S. sole source provider for the Gen 1 RADAR Recorder Traffic Counter. We are also the sole source for the TRAXPro Software system, already owned by Indian River County. No other company makes a system that works the same way or has the same features as the equipment referenced above. The hardware and software contain technology and algorithms that are not available in any other "similar" products. Please contact me if you have any questions. Thank you, Brendan Thompson JAMAR Technologies, Inc. 800-776-0940 brendan@jamartech.com Telephone 215-361-2214 m.jamartech.com sal es@jamartech.com Toll .Free 8W-776-0940 You (count with us! Fax 215-361-2267 9500 Industry Road, Suite C Hatt-OPA 19440 Ia,P` INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown, County Administrator THROUGH: Richard B. Szpyrka P.E., Public Works Director FROM: James W. Ennis P.E., County Engineer SUBJECT: 45th Street at Old Dixie Highway Railroad Crossing Agreement DATE: February 1, 2018 DESCRIPTION AND CONDITIONS On February 17, 2015 the Board of County Commissioners approved Work Order No. 1 with Kimley- Horn & Associates, Inc. for design and permitting for the construction of an eastbound left turn lane at the 45th Street and US 1 intersection, as well as bike lanes and sidewalk crossings as part of the Gifford Neighborhood Plan (GNP). The project will extend approximately 1,200 feet to the west to tie to the existing 45th Street auxiliary lane west of the Florida East Coast Railroad right-of-way. The attached Agreement between Florida East Coast Railway, LLC (FECRR) and Indian River County will permit the County to construct an at -grade crossing for a three lane roadway configuration through the 100' wide FEC right-of-way west of Old Dixie Highway. FECRR will perform all the construction within the FEC right-of-way to accommodate the proposed County improvements. The Agreement conditions include: 1. The FECRR will construct the crossing with in house and contract forces and the County will pay 100% of the cost of warning devices $534,283.88, grade crossing $178,723.29, and associated engineering fees and CEI fees of $39,000.00. 2. The County must keep the railroad's right-of-way clear of vegetation over 2' tall within 325' of the crossing. 3. The Agreement is for a one-year term but shall continue in effect year to year subject to termination by Railway or County. 4. The County shall pay an annual license fee of $5,000, which shall be adjusted yearly based upon the CPI or 3%, whichever is greater. 5. The County is liable and responsible for the construction. 6. The total estimate for all construction by FEC in the FECRR right of way is $752.007.17 — the County has already submitted $17,500 in engineering payments for a balance remaining of $734,507.17. 7. All future maintenance costs shall be borne by the County. Since the initiation of the project, All Aboard Florida (AAF) has proposed adding rail service through the County which will impact the current configuration of the RR crossing at 45th Street and Old Dixie Highway. Design of the crossing by FECRR, which is part of the attached agreement, does not accommodate future improvements to the RR crossing necessary for All Aboard Florida to operate 240 C:\Users\legistar\AppData\Loca]\Temp\BCL Technologies\easyPDF 8\@BCL@540DE29C\@BCL@540DE29C.doc Page Two BCC Agenda Item 45th Street at Old Dixie Highway Railroad Crossing Agreement February 1, 2018 within the FECRR right of way. As such, construction of improvements to accommodate the 45th Street & US -1 intersection improvement project for $752,007.17, will be removed and reconstructed in the future if All Aboard Florida is successful in providing service through the Treasure Coast. I have discussed my concerns with FECRR staff with respect to the improvements needed to accommodate the 45th Street & US -1 project and the compatibility of the improvements if AAF was to utilize the FEC rail system for service. FECRR staff stated that it is likely that the proposed improvements for the 45th Street project will be removed and reconstructed to accommodate AAF. Please be aware that as of January 16, 2018 AAF had not submitted any documentation to FECRR for the construction of improvements to the FECRR crossings to accommodate the use of the rail system by AAF. Staff is seeking Board Direction as to the following options: Option 1—Approve the License Agreement with FECRR in the amount of $752,007.17 and authorize the Chairman to execute the Agreement on behalf of the Board. Option 2 — Postpone action on the License Agreement and the construction of the 45th Street & US -1 Improvement Project until such time as AAF provides the FECRR with crossing improvements at 45th Street to accommodate the use of the FEC rail systems by AAF and the improvement to 45th Street proposed by County Staff. Also, extend the Gifford Neighborhood Plan completion time frame of 2018 for Action Item 7.3 that requires the connection of the sidewalk on 45th Street to US -1. Meeting the GNP time -frame for this project will not be possible if the Board chooses this option. Commissioner Flescher and the County Administrator met with Joe Idlette and Freddie Woolfork of the Progressive Civic League of Gifford to discuss this issue. Mr. Idlette and Mr. Woolfork agreed that it would not be prudent to fund the crossing due to the possibility of the crossing being removed if All Aboard Florida is successful in providing service through Indian River County. With the postponement of this shovel ready project, County staff analyzed the possibility of moving another project in the Gifford Neighborhood forward. Staff has determined that the culverting of the 45th Street IRFWCD canal can be advanced in the project que, which will allow the project to be advertised for bid at the end of April 2018. This will allow construction to commence in mid-July of 2018. The project was originally scheduled for bidding in October/November of 2018. FUNDING Funding is budgeted in the amount of $734,507.17 from Optional Sales Tax - 45th Street/Left Turn Lane at US -1- Account No. 31521441-066510-13013. Page Three BCC Agenda Item 241 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@540DE29C\@BCL4@540DE29C.doc 45 Ih Street at Old Dixie Highway Railroad Crossing Agreement February 1, 2018 RECOMMENDATION Staff recommends [)oUmn 3tothe Board. Spending an additional $734,507.17 for FECRR crossing improvements with status of All Aboard Florida use of the FEC rail system still in question does not seem tobeprudent. ATTACHMENTS Reference Letter and License Agreement DISTRIBUTION Joe |d|ette, Progressive Civic League of Gifford FreddieVVuo|fork, Progressive Civic League ofGifford APPROVED AGENDA ITEM FOR February 13,2018 242 FEC Florida East Coast RAILWAY, L. L.C. September 19, 2017 File: 224/39/4945 IRIS: GRADE CROSSING WIDENING 45TH STREET, MILEPOST 224+4945', FDOT# 272178Y LICENSE AGREEMENT Mr. James W. Ennis, P.E. County Engineer Indian River County 180127 1h Avenue Vero Beach, FL 32960 Dear Mr. Ennis: I have enclosed the License Agreement and associated exhibits to cover the construction and future maintenance of the proposed public at -grade crossing. Please print out and sign two originals of the agreement complete with all exhibits and return both agreements to me for execution by the Railway. Once fully executed, I will return one original for your file. Thank you for your continued cooperation and should you have any questions or comments, I can be reached at (904) 279-3196. Sincerely, d Ad'� Joseph (Leslie) Schonder Public Projects Engineer Enclosures: License Agreement Exhibit A: License Area and Crossing Site Exhibit B: Railroad Cost Estimate Exhibit C: Schedule of Annual Cost of Automatic Highway Grade Crossing Traffic Control Devices Exhibit D: Florida East Coast Railway L.L.C. Insurance Requirements Engineering Department, 7150 Philips Highway, Jacksonville, FL 32256 243 LICENSE AGREEMENT THIS LICENSE AGREEMENT, effective as of the day of , 2017, is between FLORIDA EAST COAST RAILWAY, L.L.C. (Address: 7150 Phillips Highway, Jacksonville, Florida 32256), a Florida Limited Liability Company, hereinafter called "RAILWAY" and INDIAN RIVER COUNTY, (Address: 1801 27th Street, Vero Beach, Florida 32967 Attn: Public Works Director), a political subdivision of the State of Florida, hereinafter called "COUNTY". WITNESSETH: WHEREAS, the COUNTY has requested the RAILWAY to widen the existing at -grade public road crossing, 45th Street (DOT # 272178Y), at Railway's Milepost 224 +4,945'; and WHEREAS, the RAILWAY will permit the COUNTY to construct, use, maintain, repair, renew and ultimately remove an at -grade public road crossing across and over the tracks, right of way and property of RAILWAY, at the RAILWAY'S Milepost 224 + 4,945', more particularly described in Exhibit A attached hereto and incorporated herein by reference, hereinafter referred to as the "CROSSING SITE"; and NOW, THEREFORE, for the covenants contained herein and other good and valuable consideration, the parties agree as follows: 1. RAILWAY hereby permits the COUNTY to construct use, maintain, repair, renew and ultimately remove the CROSSING SITE under the terms and conditions set forth herein. 2. The CROSSING SITE includes but is not limited to, the track structure, any railroad crossing warning signs, crossing surfaces and automatic crossing warning devices which >;rr p!:Yj Page 2414 are, or might be, located within or adjacent to the above-described location, provided that, the construction of the CROSSING SITE shall be done by RAILWAY as provided in this License Agreement ("Agreement") and further provided that, notwithstanding rights to the COUNTY granted herein, RAILWAY reserves the right to perform all work required on RAILWAY'S property including construction, drainage, lighting and vegetation management, in which event COUNTY shall pay the RAILWAY the entire cost and expense of labor, materials and equipment furnished by RAILWAY in performing such work. The status of the COUNTY is that of a licensee and not lessee, granting the COUNTY the right to use the CROSSING SITE as specified herein. 3. The CROSSING SITE shall be used for public at -grade road crossing purposes only and no utility, including telecommunications facilities, pipes, wires, cables; or other line or structure shall be placed in, on or over the CROSSING SITE without the previous consent in writing of the RAILWAY. COUNTY further agrees that it will at all times keep the CROSSING SITE, together with the additional portions of the RAILWAY'S right-of-way within 325 feet of the northerly and southerly limits or boundaries of the CROSSING SITE clear of any vegetation or other growth greater than two (2) feet in height on each side of the tracks at the sole expense of the COUNTY and without cost to RAILWAY or lien upon RAILWAY'S property. 4. This Agreement is for an initial term of one (1) year and shall continue in effect thereafter from year to year, subject to termination by the RAILWAY or COUNTY upon sixty (60) days prior written notice. 5. COUNTY shall pay an annual license fee in advance to RAILWAY of $5,000.00 (Five Thousand Dollars), for use of the Crossing. The license fee shall be increased each year on the anniversary date of this Agreement, commencing on the anniversary date of the second year 45rfr,":,J1J Page 245 of this Agreement, by the product of the annual license fee in effect for the preceding year multiplied by one hundred percent (100%) of the percentage increase, if any, in the Consumer Price Index, (1967=100), issued by the Bureau of Labor Statistics of the U.S. Department of Labor ("CPP'), or 3%, whichever is greater. The base CPI will be the CPI for the month of the year preceding the applicable anniversary date of this Agreement by ninety (90) days. No adjustment will be made for decreases in the CPI. 6. The provisions and stipulations of this Agreement are a part of the consideration of the licensing of the CROSSING SITE, and in the event the COUNTY shall fail to comply with any of the covenants and conditions, then, at the option of the RAILWAY, this Agreement shall be terminated with full legal rights and remedies retained by the RAILWAY, including but not limited to the right to reenter, repossess, and remove the crossing if it shall elect to do so. 7. The COUNTY shall grant forthwith to the RAILWAY necessary permits for the installation, construction, erection, repair and maintenance of any of the RAILWAY owned or maintained facilities described in this Agreement. If the COUNTY fails to promptly grant the RAILWAY necessary permits, COUNTY shall bear all additional expense incurred by the RAILWAY attributable to such failure, including costs due to slow ordering of trains. COUNTY shall promptly pay such amounts upon billing by the RAILWAY. 8. Unless otherwise specified, the cost of and liability for installation, construction, maintenance, replacement and removal of all facilities at the CROSSING SITE, including but not limited to the track structure, railroad and highway devices, and grade crossing surfaces, whether performed by the COUNTY or RAILWAY, shall be the sole responsibility of the COUNTY. },T9r -Q!' j Page 2,t6 9. The RAILWAY shall install .the warning devices, including the fixed signs, flashing lights, bells and gates (collectively the "WARNING DEVICES"), at the CROSSING SITE at the sole cost of the COUNTY. The WARNING DEVICES are a Type IV Class IV, installation as defined in the Florida Department of Transportation Schedule of Signal Installations by Type and Class attached hereto as Exhibit C. Installation costs are estimated to be $534,283.88 as shown on the estimates for signal installation attached hereto as Exhibit B and incorporated by reference. In addition, COUNTY shall pay unto RAILWAY annually the annual cost of maintenance of said WARNING DEVICES as provided in the Florida Department of Transportation's SCHEDULE OF ANNUAL COST OF AUTOMATIC HIGHWAY GRADE CROSSING TRAFFIC CONTROL DEVICES, as may in the future be revised or amended, a copy of which is attached hereto as Exhibit C and incorporated herein by reference. The WARNING DEVICES will be owned by the RAILWAY and shall remain at the CROSSING SITE until the RAILWAY decides that they are no longer needed or should be replaced, or until other legal requirements are imposed which shall eliminate or substantially change their operations. 10. The RAILWAY shall install two 74' wide each, Omni concrete grade crossing surfaces (the "SURFACE') along with other improvements as shown on the drawing, attached hereto as part of Exhibit A, in accordance with Florida Department of Transportation Standard Specifications for Road and Bridge Construction, Index No. 560, as may be amended, at the sole cost of COUNTY. Installation costs are estimated to be $178,723.29 as shown on the estimates for crossing installation attached hereto as Exhibit B and incorporated by reference. When the RAILWAY determines that the replacement of the new SURFACE is more economical than its Page 2*7 continued maintenance, the RAILWAY shall have the exclusive option to replace the SURFACE with a comparable or improved structure. The replacement costs of the new SURFACE shall be the sole responsibility of the COUNTY. The COUNTY shall, at its sole expense, maintain and replace the remainder of the road inside the RAILWAY'S right-of-way, plus any paving which may be located between the ends of the ties. If such work is required due to replacement of the SURFACE, the COUNTY shall perform such work in accordance with the time and operational requirements of RAILWAY. The COUNTY will give prior notice to RAILWAY of all work to be performed by it at or near the CROSSING SITE and no such work shall be performed by COUNTY without the prior approval of RAILWAY. All work performed by the COUNTY shall be conducted at such times and in such manner as to not interfere or impede the operations of RAILWAY. The RAILWAY shall provide a construction watchman at said CROSSING SITE while work is being performed by the COUNTY under the provisions of this Agreement, at the sole expense of the COUNTY. 11. The COUNTY agrees, acknowledges and understands that the RAILWAY reserves the right to make any changes at any future time in its existing tracks or other facilities, including the installation, maintenance and operation of any additional track or tracks or other facilities on its right-of-way at the CROSSING SITE. The COUNTY agrees to bear the total expense of any changes or additions to the pavement and traffic signal devices, the SURFACE, the WARNING DEVICES or other railroad signalization equipment or new structure at the CROSSING SITE, whether these changes or additions are required by law or order of any public or judicial authority, done voluntarily by the RAILWAY, or requested by the COUNTY. 12. The COUNTY agrees that it will install, maintain and replace all necessary drainage facilities to prevent the accumulation of surface water due to the existence of the CROSSING �,TMNP; �j Page 248 SITE. Such facilities must first be approved by the RAILWAY and any governing bodies having jurisdiction thereof and operation of the facilities shall also be subject at all time to their approval. An additional license agreement may be required by the RAILWAY, depending upon the location of such drainage facilities and type, size, depth and other specifications of the proposed facilities, as submitted to the RAILWAY. 13. Lighting facilities adequate to comply with the requirements of the laws of the State of Florida covering illumination of road crossing shall be installed, maintained and replaced at or near this CROSSING SITE by and at the sole cost of COUNTY. 14. Facilities at or near the CROSSING SITE that are not specifically covered by this Agreement, including but not limited to pedestrian walkways, may not be constructed by COUNTY at or near the CROSSING SITE without the prior written approval of RAILWAY, which approval is in RAILWAY'S sole discretion. The cost and liability for such facilities, including but not limited to claims for personal injury or death or damage to property of any person or persons whomsoever, shall be the sole responsibility of COUNTY. 15. If at any time RAILWAY, at COUNTY'S request, performs work required to be performed by COUNTY hereunder, the cost and liability for such work, including but not limited to claims for personal injury or death or damage to property of any person of persons whomsoever, shall be the sole responsibility of COUNTY. 16. The COUNTY further covenants to pay the RAILWAY, within sixty (60) days after presentation of the same, all bills submitted by Railway including maintenance bills as set forth in Paragraph 9 above and , all bills for electricity for the lighting and illumination of the CROSSING SITE if same are provided by Railway. Page 249 17. At the termination of this Agreement for any cause, or upon termination of the COUNTY'S use of the CROSSING SITE as herein described, all rights of the COUNTY shall terminate and the COUNTY shall remove, under the RAILWAY'S supervision and direction, at COUNTY'S entire cost and expense, said road and all non -RAILWAY owned improvements placed upon the RAILWAY'S right-of-way and restore the ground to its original condition. 18. The COUNTY shall indemnify, defend and hold harmless RAILWAY for assessments or other charges of any kind whatsoever against the RAILWAY at any time for any portion of public improvements installed on or within two hundred (200) feet of the CROSSING SITE arising out of the existence of the CROSSING SITE. 19. The COUNTY shall not in any way, or at any time, interfere with or obstruct RAILWAY'S right-of-way, the movement of RAILWAY'S trains and other railroad operations, or interfere with the RAILWAY'S use thereof, or the use thereof by RAILWAY'S assigns, invitees, lessees or licensees. 20. The COUTNY shall indemnify, defend and hold harmless RAILWAY it's affiliates, officers, directors and employees from any and all suits, claims, liability, losses, damages, expenses and costs (including reasonable attorneys fees) incurred by or asserted against RAILWAY whether for personal injury or death or damage to property of any person or persons whomsoever, relating to, resulting from or arising out of the construction, installation, maintenance or replacement of the CROSSING SITE by RAILWAY, the performance of work by RAILWAY required to be performed by COUNTY hereunder, or the use of the CROSSING SITE or COUNTY facilities, including but not limited to pedestrian walkways, at or near the CROSSING SITE and regardless of whether such injury or damage is caused or alleged to be caused, in whole or in part, by the negligence of RAILWAY. Notwithstanding the Page 250 foregoing, the COUNTY shall have no indemnification obligation for the intentional, wrongful acts of RAILWAY. The COUNTY will include in any contract which it may let for the whole or part of any work to be performed hereunder by or for the COUNTY, each and every one of the terms and conditions included on the document entitled "FLORIDA EAST COAST RAILWAY, L.L.C. INSURANCE REQUIREMENTS" attached hereto and made a part hereof as Exhibit D. 21. (A) COUNTY, at its own cost and expense, when performing any work in connection with the CROSSING SITE shall request RAILWAY to furnish any necessary construction watchmen for the protection of RAILWAY'S employees, property and train operations. RAILWAY shall be notified at least one (1) week in advance of the performance of any work in connection with the CROSSING SITE. (b) In addition to, but not in limitation of any of the foregoing provisions, if at any time RAILWAY should deem it necessary to place construction watchmen for the protection of any person or property, during the construction, maintenance, repair, alteration, renewal, or removal at the CROSSING SITE, RAILWAY shall have the right to place such construction watchmen, or other persons at the sole cost and expense of the COUNTY. Upon receipt of a bill from RAILWAY, COUNTY shall promptly pay RAILWAY the full cost and expense of such construction watchmen. The furnishing or failure to furnish construction watchmen, or other persons by the RAILWAY under this paragraph, however, shall not release COUNTY from any and all other liabilities assumed by COUNTY under the terms of this Agreement, including its obligations under Paragraph 20 hereof. The COUNTY shall give the RAILWAY one (1) week's advance written notice when it or its contractor or anyone claiming under this Agreement proposes to enter upon the CROSSING SITE to perform work under this Agreement in order that >;rrn-,,(jy4j Page 2M proper warning may be provided for trains. In emergency Situations COUNTY shall give the RAILWAY telephonic notice. The COUNTY further agrees that at all times its personnel or agents are on the property of the RAILWAY, they will be accompanied by a RAILWAY representative and any cost involved will be borne by the COUNTY. 22. After the SURFACE and WARNING DEVICES have been installed and all other work to be performed by the RAILWAY under this Agreement has been completed and found to be in satisfactory working order by the RAILWAY, the RAILWAY shall furnish to the COUNTY an invoice showing the final total cost of material, labor and equipment furnished by the RAILWAY, in accordance with the estimate of said cost to the COUNTY to be $752,007.17 set forth in Exhibit B and COUNTY shall pay such invoice no later than sixty (60) days from the date thereof. 23. Installation, maintenance and replacement of any and all railroad advance warning signs and pavement markings on any road approaching the CROSSING SITE shall be the sole responsibility and cost of the COUNTY, and at its sole expense. 24. The COUNTY shall promptly pay RAILWAY all charges for replacement, repair or otherwise of the CROSSING SITE within sixty (60) days of the date of invoice. Failure to promptly pay to RAILWAY amounts billed as due under this Agreement shall constitute default by the COUNTY. 25. The COUNTY hereby acknowledges that it has been notified that its personnel will or may be working in an area containing active fiber-optic transmission cable as well as other cables and other facilities. >;rrrp!-P � Page 252 26. If any provision or provisions of this Agreement shall be held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired thereby. 27. This Agreement will be governed by the laws of the State of Florida. It constitutes the complete and exclusive statement of the Agreement between the parties which supersedes all proposals, oral or written, and all other communications between the parties related to the subject matter of this Agreement. Any future change or modification of this Agreement must be in writing and signed by both parties. 28. It is understood by and between the respective parties hereto that this License Agreement cancels and supersedes any other License Agreements between the Railway and the County with respect to the matters contained herein, and more specifically, the existing License Agreement between the Railway and the County dated May 23, 1995. >,ffr-ii Q!.r�j Page 288 IN WITNESS WHEREOF, the RAILWAY and the COUNTY have caused this instrument to be executed in their corporate names and respective seals to be hereunto affixed in duplicated the day first hereinafter written by their undersigned official's thereunto lawfully authorized. Signed, sealed and Delivered in the presence of: Witnesses as to RAILWAY Witnesses as to COUNTY FLORIDA EAST COAST RAILWAY, L.L.C., a Limited Liability Company By: (Seal) ATTEST: Assistant Secretary DATE: INDIAN RIVER COUNTY, a political Subdivision of the State of Florida By: Title: Attest: Title: Date: Page 2S4 LICENSE AREA March 21, 2017 File: 224/4945 45" Street — MP 224+4945' — FDOT0272178Y AN IRREGULAR PARCEL OF LAND WITH UNIFORM WIDTH OF ONE HUNDRED (100) FEET (50 FEET NORTHERLY AND 50 FEET SOUTHERLY), AND EXTENDING ACROSS THE RIGHT-OF-WAY AND LEAD TRACK OF THE RAILWAY, AS WELL AS AND INCLUDING AN ADJOINING SEGMENT ALONG THE WEST RAILWAY RIGHT OF WAY EXTENDING 70 FEET IN WIDTH WESTERLY, AND A TOTAL LENGTH OF 75 FEET (40 FEET NORTHERLY, AND 35 FEET SOUTHERLY) FROM THE ROADWAY CENTERLINE AT NW 45TH STREET IN VERO BEACH, FLORIDA, WITH LONGITUDINAL CENTERLINE OF SAID PARCEL LOCATED FOUR THOUSAND NINE HUNDRED FORTY-FIVE (4,945) FEET SOUTHERLY FROM THE RAILWAY'S MILE POST NO. 224, AS MEASURED FROM JACKSONVILLE, FLORIDA, SAID RIGHT-OF- WAY HAVING A TOTAL WIDTH OF ONE HUNDRED (100) FEET AT THIS LOCATION BEING ONE HUNDRED (100) FEET IN WIDTH ON THE NORTH AND SOUTH SIDE OF THE CENTERLINE OF THE MAIN TRACK. EXHIBIT "A" 41ffTmi.9;-��Ifb Page 2ffi C� LLT:Y !y CD r____________________________________________________________________________� I I I I I I I I I I I XI =I WI �I �I D� I I I I I I I I I I I I I I I I I I I I I RR NORTH TO JACKSONVILLE STA 11077+IB RR SOUTH TO MIAMI MAINLINE F sstr SIDNO t51r 77 77' 2719 _.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.--..-..-..-..-.._--------_.._.._.._.._. / _.._.._ ._.. _.._.._.. FEC R O.W. I Ey/ WTrALNNr STTE8 MWiMC N EO.T.W. I / AA 17 LED UGHTS,ABELL ANO NEW FWNMTN7Nfl I i Z �NOTE; SIGN: GOdRMLIGHTASSEMBLYTOSEAIMED DWAROS NORiMBOUND OLO DI%IETURMlA01B •INSTALL NSEpW)LBXB'MNN EQUIPMENT 6NELTEIL C�ASeW TWN6,I, SRtiMCH DOENEMTOR U.G. GAS(FLORIDACTTY GAS) fl i ..-..-..-..-..-..-...._.._.._.._.._.._.._.._.._..-.._..-.._.._... _..... ....................... FEC RO.W $ION:•+ (anal.• \�� S' SIDEWALK , I / / 1 SIGN. / 1 UQ OBER (AT7A)) // / E.O.T.W. /LICENSE ; VVV /Vy UNE n'VO i 1.7J. 1 1 (�H' 1 E�LHE i D B8 a a / HW18E LICENSE LINE 1,7J. H l • INSTALL ((��0 NEW 7J.1%' CROSS'NG SIIRFACE9 IS PMFLSEA -IN PER PM I i• 1 l b . b II 1 1 / --- MAINLINE- .-.--.-.-.-.-.-.-.-.-.-.-._.-.-.-. .- 7.5' 579 129 --- -.-.-.-.-.L.-.-.-.-.-.-._.-._.-._._._-- -I. RE(CWFQ 1 1 i -•- SIDING •-•------•-•-•---•-•-•-•-•-•-•-•---•-•-• 7.1' A9 127 -•-•- -•- -----"-T"---------•-------•-•-•-•--- -TIN RE(CWFQ ® 1 • INSTALL NEW STANDARD TYPE III CLASS N / Oq I WARNING DEWCf6 A96HOVM WITH �p ry / U.G. FIBER IQWE$T I I __ j__ __ 17 LED LIGHTS,ABELLAND NEWfWNDA7gN9 • INSTALL NEW METER SERVICE -- - - - - -- - - --- U. G. FIBER L GI, ATnTRI.---___----_y/ NEW-__�nryD $ --I _----___- METER --, -- - -_--? b'-------^--- / 1 --------P-------------------------- _--___-_ SERVICE E.. T. UCEAgF 4M E IJ7 SI aNeY .................... FEC 0.0. /.)0• •.....j........... FLOW.FEC _.._.._.._.._..W.._..-.._.._.. PC FlER VAULT SO' / / �/ / • N! NEW STANDARD TYPEN C1A69N 1 WAR7� WARNING DEVICES AS SHOWN VAfH u� 17 LEO LIGHTS. A DELL AND NEW FOUNDATIONS / /` jh p POWER 05' C.) • INSTALL NEW QW SECONDARY EQUIPMENT SMELTER BAT7EF. AAryryD SATTERIEyy O.N (3r, VO N I �V EOT,W. EM ��C� VOON II / l/ I "NE Fl6CAV BTMENBNECEBBMY) LENGTHOF: / II DATE M 31 -(ROADWAY) CANT. $120- (ROADWAY) (SNOWY! REIOGTED) PATE p V (ROADWAY) W(ROADWAY)' GATEp 0(RAY) ..0.-.... ...�..%. ../.�.�..�..��I ........._..-...................................-........_.._.._.._..-.._..-.._.._.._.._.._ .._.._.._ ._.._.._.._.. LEGEND REVISIONS JORL XRU.L01P e FLORIDA EAST COAST RAILWAY FRP Z71I10YH01 •OVERHEAD POWER -----------• • UNDERGROUND SANITARY SEWER 0121.11 DES: XRULMP OFFICE CHIEF DESIGN -----------• = UNDERGROUNDPOWER---------- UNDERGROUND STORM SEWER AC IMPROVEMENTS GRACE CROSSING IMPROVEMENT$ CHK: %RLRJF DRAWING NO. •GVERlIEAD COMM. :TOBF REMOVED 0 f0 ]0 VERO BEACH,(INOM PIK% FI tea' 7/E17JY OGN _-_-----_--• =UNDERGROUND COMM. •NEWWORK BY RAILROAD --UNDERGROUND GMS • NEW WORK BY ROADWAY FEET ® 15TH STREET DOTR GATE: 01-01.11 SM.I OFA ------------ • UNDERGROIlNO WATER LINE 94 (.9Y MP 710911N915) Florida East Coast Estimate No.: 272178Y - 09119/2017 Florida East Coast Railway (FEC) GIFFORD,.(Indian River), FL 45th STREET DOT# : 27217BY RAILROAD #: 2285343 RRMP.: 224+4945' XORAIL#: GEMIS-42113 Summary CROSSING WARNING SYSTEM $534,283.88 (includes all design, requisition, labor, materials, shop wiring, and Installation) CROSSING SURFACE/RESURFACE $178,72329 (Includes all design, requisition, labor, materials, and Installation) TRACK GRADE AND REHABILITATION $0.00 (Includes all design, requisition, labor, materials, and installation) RAILROAD ENGINEERING $2,500,00 (Includes RAILROAD Labor for Reviewing Engineering Authorizations, Field Inspections and Administrative Labor) PRELIMINARY ENGINEERING (Phase 1) (Includes CONTRACT Labor for all Engineering, Agency Coordination, and Project Management) AGREEMENTS & APPROVALS (Phase 21 (Includes CONTRACT Labor for all Engineering, Agency Coordination, and Project Management) CONSTRUCTION ENGINEERING (Phase 3) (Includes CONTRACT Labor for all Engineering, Agency Coordination, and Project Management) CONSTRUCTION ENGINEERING INSPECTION (CEI) (Estimated Construction Engineering Inspection cost based on 5 days @ $1,500.00 per day) AC POWER SERVICE (Includes all Power Service Charges not included In other costs) OTHER (Description Required) TOTAL ESTIMATE COST IRC Pre -Payment (PE) IRC P.re?'ayment (PE) REMAINING ESTIMATED COST DATE: 09/1912017 6/2=01 6 Check# 341063 12/2.9/2016 Cheek# 348208 $10,000.00 46,000.00 $9,000.00 $7,500.00 $5,000.00 $0.00 $7521007.77 (USD) $7,500.00 -$1 D,DOD.DO $734,507.17 RESPONSIBLE PARTY: Name. INDIAN RIVER COUNTY Number. IRC Project No. 1355 Contact James W. Ennis, P.E. - County Engineer NOTE: This Estimate has been prepared based on site conditions, anticipated work duration periods, material prices, labor rates, manpower, resource availability, and other factors known,as of the date prepared. The actual cost for Railroad work may differ based upon the agency's requirements, their contractors work procedures, and/or other conditions that become apparent once construction commences or during the progress of the work. If any extended time elapses from the date of this Estimate, the Railroad will reserve the right to update the estimate to current price values, and require agency's approval before any work by Railroad will commence. EXHIBIT "B" Page 257 SCHEDULE OF ANNUAL COST OF AUTOMATIC HIGHWAY GRADE CROSSING TRAFFIC CONTROL DEVICES Annual Maintenance Cost Exclusive of Installation CLASS DESCRIPTION 2 Quadrant Flashing Signals — One Track 2 -Quadrant Flashing Signals — Multiple Tracks 2 -Quadrant Flashing Signals and Gates — One Track COST* $2,386.00 $3,158.00 $3,600.00 2 -Quadrant Flashing Signals and Gates — Multiple Tracks $4,520.00 3 or 4 -Quadrant Flashing Signals and Gates — One Track $7,116.00 3 or 4 -Quadrant Flashing Signals and Gates — Multiple Tracks $8,930.00 AUTHORITY: FLORIDA ADMINISTRATIVE RULE: 14-57.011 Public Railroad- Highway Grade Crossing Costs F. A. RULE EFFECTIVE DATE: July 22, 1982 GENERAL AUTHORITY: 334.044, F. S. SPECIFIC LAW IMPLEMENTED: 335.141, F. S. *This schedule was effective July 1, 2016, and will be reviewed every 5 years and revised as appropriate based on the Consumer Price Index for all Urban Consumers published by the U.S. Department of Labor. EXHIBIT "C" FDOT-Type-Class Page 1 of 1 >.: rm;lj;;,cj Page 2158 FLORIDA EAST COAST RAILWAY, L.L.C. INSURANCE REQUIREMENTS A. Liability Insurance. During the Term of this Contract, Contractor shall purchase and maintain: (i) Commercial General Liability Insurance ("CGL"), with contractual liability covering obligations assumed in this Contract (including any agreements entered into between the parties pursuant hereto) by Contractor, providing for available limits of not less than $6,000,000 single limit, bodily injury and/or property damage combined, for damages arising out of bodily injuries to or death of all persons in each occurrence and for damage to or destruction of property, including the loss of use thereof, in each occurrence, including Federal Employers Liability Act claims ("FELA") against the FECR, or other liability arising out of or incidental to railroad operations; (ii) at FECR's option, Contractor will, obtain a policy of Railroad Protective Liability with liability limits of $2,000,000 per occurrence, $6,000,000 aggregate with FECR as the only named insured.(iii) Statutory Workers' Compensation, Employer's Liability Insurance with available limits of not less than $1,000,000 and Occupational Disease Insurance; (iv) if any motor vehicles are used in connection with the Services to be performed hereunder (or in connection with any agreements entered into between the parties pursuant hereto), Business Automobile Liability Insurance with limits of not less than $1,000,000 single limit, bodily injury and/or property damage combined, for damages to or destruction of property including the loss of use thereof, in any one occurrence; and (v) if professional services are being rendered by Contractor, Professional Liability coverage in an amount not less than $1,000,000. If, in FECR's opinion, a higher limit of liability is necessary for any insurance policy required hereunder, FECR shall so notify Contractor and Contractor shall, within thirty (30) days of receipt of such notice, provide a copy of the endorsement to the appropriate policy increasing the liability coverage to the required limit. Such insurance will include a minimum of two years' tail coverage necessary to cover claims occurring during the Term but which may not be brought until after termination of this Contract. B. Policy Requirements. All insurance required hereunder shall be affected by valid and enforceable policies issued by insurer(s) of financial responsibility and authorized to do business in all necessary states, all subject to the reasonable prior approval of FECR. Contractor's liability insurance policies shall name FECR, its parent, affiliates and subsidiaries as additional insureds and will not have any exclusion for liability relating to railroad operations or contractual liability for construction or demolition within fifty (50) feet of FECR's tracks by endorsement. Contractor's Workers' Compensation and property insurance policies shall include waivers of subrogation rights endorsements in favor of FECR. All policies shall contain a provision for thirty (30) days' written notice to FECR prior to any expiration or termination of, or any change in, the coverage provided. Contractor shall provide FECR with at least thirty (30) days' written notice prior to such expiration, termination or change in any insurance coverage. Insurance Company must be issued by a casualty company/insurance company authorized to do business in the State of Florida that has a "Best's" rating of A or A+ and a financial category size of Class XII or higher. Prior to any entry upon FECR property pursuant to this Contract and upon FECR's request thereafter, Contractor shall provide or shall cause its insurer or insurance agent to provide FECR with a certificate of insurance certifying the liability insurance policies in effect for the Term of this Contract. The liability assumed by Contractor under this Contract, including, but not limited to, Contractor's indemnification obligations, shall not be limited to the insurance coverage stipulated herein. EXHIBIT "D" >,T�rrn&- UJ Page 2M INDIAN RIVER COUNTY, FLORIDA DEPARTMENT OF UTILITY SERVICES Date: February 2, 2018 To: Jason E. Brown, County Administrator From: Vincent Burke, P.E., Director of Utility Services Prepared By: John M. Boyer, P.E., Utilities Engineer Subject: Reuse Transmission System Evaluation — Masteller & Moler (M&M) Work Order No. 6 DESCRIPTIONS AND CONDITIONS: Prior to the recent agreement with Johns Island to provide 1 million gallons per day (mgd) of reuse water for irrigation, the Indian River County Department of Utility Services (IRCDUS) understood that a comprehensive evaluation of the County's reuse water system would be required. The evaluation will include the three wastewater treatment plants, reuse transmission mains, and the Hobart Road Reuse Storage and Pumping Facility. The resulting report will provide data on IRCDUS's ability to produce and move reuse water within the county, and identify parts of the system that will require improvement in the near future. It is anticipated that upgrades to the pump station at the Hobart Road facility will be required. The purpose of this agenda item is to request the Board of County Commissioners' (BCC) guidance and approval of the following item: • Approve Work Order No. 6 to provide a reuse system evaluation, plans and specifications, bid documents, bidding services, and construction administration/observation services for upgrades to the Reuse Storage and Pumping Facility on Hobart Road. ANALYSIS/ENGINEERING: Staff requested, per the CCNA procurement guidelines, that M&M submit a proposal for the evaluation of the County's reuse water system, and, if required, to prepare plans, specifications, bid documents, and provide bidding and construction administration services related to improvements to the existing reuse pump station along Hobart Road (77th Street). The work order is separated into four tasks, specifically identified as: Task A — Reuse System Evaluation Report Task B — Expansion of Pump Station (if Required) Task C— Bidding Services (if Required) Task D—Construction Administration/Observation (if Required) Pagem 2 C:\Users\legistar\AppData\Local\Temp\BCL Tech nologies\easyPDF 8\@BCL@540D92CC\@BCL@540D92CC.doc FUNDING: Funds for this project are partially derived from the Replacement & Renewal (R&R) budget in the operating fund, and partially derived from capital funding. The operating fund budget is derived from water and sewer revenues. Capital fund revenues are generated from impact fees. Furthermore, new growth has created the need for the expansion or construction of the facilities, and that new growth will benefit from the expansion or construction of the facilities. Description Account Number Amount Other Professional Services: Task A 47123536-033190 $39,600.00 North County Reuse Pumping Expansion: Tasks B, C 472-169000-18514 $24,810.00 and D RECOMMENDATION: Staff recommends approval of Work Order No. 6, authorizing the professional services described above, and requests the Board of County Commissioners authorize the Chairman to execute Work Order No. 6 on their behalf for a total amount of $64,410.00 to Masteller & Moler, Inc. ATTACHMENT(s): Work Order No. 6 and supporting documents (4 pages) PageLT6lf 2 C:\Users\legistar\AppData\Local\Temp\BCL Tech nologies\easyPDF 8\@BCL@540D92CC\@BCL@540D92CC.doc WORK ORDER NUMBER 6 REUSE SYSTEM EVALUATION REPORT This Work Order Number 6 is entered into as of this day of , 2018, pursuant to that certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into as of this 4th day of November, 2014 (collectively referred to as the "Agreement") and that certain Extension of Continuing Contract Agreement for Professional Services entered into as of this 24th day of October, 2017 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and MASTELLER & MOLER, INC. ("Consultant"). The COUNTY has selected the Consultant to perform the professional Scope of Services for the Fee Schedule and Timeframe set forth in Exhibit A (Scope of Work), attached to this Work Order and made part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS MASTELLER & MOLER, INC OF INDIAN RIVER COUNTY By: �=A By: Earl H. Masteller, PE, BCEE Peter D. O'Bryan, Chairman Title: President BCC Approved Date: Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: Jason E. Brown, County Administrator Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney 262 EXHIBIT "A" WORK ORDER NUMBER 6 REUSE SYSTEM EVALUATION REPORT GENERAL INFORMATION Masteller & Moler, Inc. (MM) is pleased to present you with Work Order Number 6 which provides Professional Engineering Services for preparation of a Reuse System Evaluation Report. The work order also includes design and preparation of Construction Plans and Bid Documents, if required, for the expansion and modification of the North County (Hobart Road) Reuse Pumping Facilities. The Professional Engineering Services in this work order are needed at this time to provide for additional reuse water supply to the John's Island Community on the Barrier Island as required by a recent agreement between Indian River County and John's Island Water Management. In addition, the Reuse System Evaluation Report will provide an evaluation of specific portions of the existing reuse system. A brief description of the scope of services and deliverables for Work Order Number 6 is provided as follows: SCOPE OF SERVICES Task A — Reuse System Evaluation Report Masteller & Moler, Inc. will prepare and provide a Reuse System Evaluation Report. The proposed report will include the following: 1. Barrier Island Reuse Expansion — Evaluation of existing Hobart Road Reuse Storage and Pumping Facility; Provide recommendations to extend reuse service to the Barrier Island, including 1.0 MGD to John's Island and other existing customers; If required by results of report, design of station upgrades, plans, specifications, and bid documents. 2. Evaluate existing County reuse system, including the following: a. Reuse production, storage, and pumping capacity of the South, West, and Central Plants. b. Transmission system capacity, including evaluation of the current bottleneck at the Landfill vicinity to West WWTP and also from the West WWTP to the Hobart Road Reuse Pump Station site. c. Recommendations for improvements, and related cost estimates. The following information is requested from the Utilities Department: 1. Monthly treated effluent flows generated by the wastewater treatment plants from 2008 to present. Exhibit "A" - 1 263 2. The County's estimated future reuse water flow quantity to be directed to future reuse water storage / disposal facilities other than the North County Storage and Pumping Facility. 3. Modeling information by Knight & McGuire of the proposed John's Island reuse pipeline from Hobart Road and Old Dixie Highway to the pipeline termination on John's Island. Task B — Expansion & Modification of the Hobart Road Reuse Water Pump Station and Storage Facilities If required, Masteller & Moler, Inc. will utilize the information generated in the above -referenced "Report" to design and prepare Construction Plans, Specifications, and Bid Documents showing and describing the expansion pumps, piping, valves, motors, electrical equipment and controls. Task C — Services During Bidding If required, Masteller & Moler, Inc. will assist the County during project bidding, bid review, and provide the County with our recommendations regarding contract award. Task D — Services During Construction If required, Masteller & Moler, Inc. will provide contract administration and periodic observation of construction of the project described in Task B on an as -needed basis to observe that construction is in reasonable compliance with the Contract Plans and Specifications. We will also attend meetings, review shop drawings and monthly pay estimates from the Contractor. Following successful completion of the Contract work as evidenced by as-builts and testing by the selected Contractor, we shall prepare Engineer's Certificates confirming that the project improvements have been constructed in substantial conformance with design plans and specifications. Deliverables — The ENGINEER shall provide the COUNTY: a. Reuse System Evaluation Report b. Preliminary Construction Plans (If Required) c. Preliminary Specifications (If Required) d. Final Construction Plans (If Required) e. Final Specifications (If Required) f. Related digital AutoCAD, DOC, and PDF files TIME SCHEDULE Project shall be completed as follows: Reuse System Evaluation Report (after NTP Receipt) Preliminary Design, If Required (after NTP Receipt) Final Design, If Required (after Client Comments Receipt) 2 Copies 2 Sets 1 Copy 10 Sets 2 Copies 75 Working Days 30 Working Days 10 Working Days Exhibit "A" - 2 264 FEE SCHEDULE Masteller & Moler, Inc. proposes to provide the outlined Scope of Services based on the following lump sum fees: • Task A— Reuse System Evaluation Report $ 39,600.00 • Task B— Expansion of Pump System (If Required) $ 11,850.00 • Task C— Bidding Services (If Required) $ 5,310.00 • Task D —Services During Construction (If Required) $ 7,650.00 File#1762 (1762_W O#6_18-0201. docx) Exhibit "A" - 3 265