HomeMy WebLinkAbout06/14/2022 (3)ERC
z II�G�k
4P�OR1'pA
BOARD OF COUNTY
COMMISSIONERS
INDIAN RIVER COUNTY FLORIDA
COMMISSION AGENDA
TUESDAY, JUNE 14, 2022 - 9:00 AM
Commission Chambers
Indian River County Administration Complex
180127th Street, Building A
Vero Beach, Florida, 32960-3388
www.iregov.com
COUNTY COMMISSIONERS
Peter O'Bryan, Chairman, District 4 Jason E. Brown, County Administrator
Joseph H. Earman, Vice Chairman, District 3 Dylan Reingold, County Attorney
Susan Adams, District 1 Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller
Joseph Flescher, District 2
Laura Moss, District 5
1. CALL TO ORDER
2.A. A MOMENT OF SILENT REFLECTION FOR FIRST RESPONDERS AND MEMBERS
OF THE ARMED FORCES
2.11. INVOCATION
Chaplain Chad Elberson, Indian River Estates West
3. PLEDGE OF ALLEGIANCE
Dylan Reingold, County Attorney
4. ADDITIONS/DELETIONS TO THE AGENDA / EMERGENCY ITEMS
5. PROCLAMATIONS and PRESENTATIONS
5.A. Presentation of Proclamation Establishing June 16th, 2022 As National Dump the
Pump Day
Attachments: Proclamation
6. APPROVAL OF MINUTES
7. INFORMATION ITEMS FROM STAFF OR COMMISSIONERS NOT REQUIRING
BOARD ACTION
June 14, 2022 Page 1 of 6
7.A. Proclamation Honoring Kenneth A. Houston on His Retirement From Indian River
County Board of County Commissioners Department of Utility Services /
Customer Service Division with Nineteen Years of Service
Attachments: Proclamation
8. CONSENT AGENDA
8.A. Authorization of Interstate Cooperation Contract (ICC) with the State of Texas
Attachments: Staff Report
Interstate Cooperation Contract
8.B. First Extension and Modification to Agreements for Utilities Labor Contract (RFP
2020039)
Attachments: Staff Report
First Extension - CK
Exhibit 1 - Amendment 1 - CK
First Extension - Hinterland
Exhibit 1 - Amendment 1 - Hinterland
8.C. Second Extension and First Amendment to Agreement for Asphalt Paving and
Resurfacing (2020042)
Attachments: Staff Report
Second Extension and First Amendment
8.D. Award of Annual Bid 2022048 for Mowing at Fire Rescue Stations
Attachments: Staff Report
8.E. Authorization to Terminate Agreement for Medical Services for Special Needs
Shelter with Creative Solutions Companion Care Service, LLC
Attachments: Staff Report
8.F. Approval of Extension of Memorandum of Understanding between Humane Society
Vero Beach & Indian River County Florida Inc., and the Indian River County Board
of County Commissioners
Attachments: Staff Report
Extension to MOU
8.G. Automobile Allowance Adjustment
Attachments: Staff Report
S.H. Amendment No. 1 to Work Order No. 8, Kimley-Horn & Associates, Inc., 69th
Street From 66th Avenue to SR5/US-1 Resurfacing (IRC -1639)
Attachments: Staff Report
Amendment No. 1 to Work Order No. 8
June 14, 2022 Page 2 of 6
8.I. FDOT Small County Outreach Program (SCOP) Supplemental Agreement No. 1 and
Authorizing Resolution Construction and Construction and Engineering Inspection
(CEI) Services for Milling and Resurfacing 6th Avenue from SR-5/US-1 to 21st
Street - Project No. IRC -1638, FM No. 438074-1-54-01
Attachments: Staff Report
Authorizing Resolution
FDOT SCOP Supplemental Agreement No. 1
8.J. FDOT Transportation Regional Incentive Program (TRIP) Agreement and
Resolution Authorizing the Chairman's Signature for CEI and Construction of 66th
Avenue from 69th Street to CR-510/85th Street (IRC -1505B) FM No.
436379-2-54-01
Attachments: Staff Report
Indian River County Grant Form
Authorizing Resolution
FDOT TRIP Agreement
8.K. Work Order No. 9 - Kimley-Horn and Associates Upper Floridan Aquifer Modeling
& Consumptive Use Permit Modification
Attachments: Staff Report
Work Order No 9 - Kimley-Horn and Associates
8.L. Amended and Restated Interlocal Agreement with School Board of Indian River
County Public Shelter Buildings for Declared and Local Emergencies
Attachments: Staff Report
SDIRC Shelter Interlocal Agreement
8.M. Resolution Cancelling Taxes on Property Purchased by the City of Fellsmere for
Public Purpose
Attachments: Staff Report
City of Fellsmere Email re Resolution of BOCC to Waive Taxes on
Attached Property
Resolution Cancelling Taxes Fellsmere June 2022
9. CONSTITUTIONAL OFFICERS and GOVERNMENTAL AGENCIES
10. PUBLIC ITEMS
A. PUBLIC HEARINGS
B. PUBLIC DISCUSSION ITEMS
C. PUBLIC NOTICE ITEMS
June 14, 2022 Page 3 of 6
10.C.1. Notice of Public Hearing Scheduled for June 21, 2022 Board Meeting for
Consideration of the Disposition of County Owned Surplus Properties for
Affordable Housing.
Attachments: Staff Report
11. COUNTY ADMINISTRATOR MATTERS
II.A. Executive Session to Discuss Teamsters Negotiations
Attachments: Staff Report Executive Session Teamsters
12. DEPARTMENTAL MATTERS
A. Community Development
B. Emergency Services
C. General Services
D. Human Resources
E. Information Technology
F. Office of Management and Budget
G. Public Works
H. Utilities Services
13. COUNTY ATTORNEY MATTERS
13.A. Authorization to proceed with foreclosure on Code enforcement cases:
2016080073 (99th Street) (Almanza, Elias & Angel) and 201712011 (89th Street)
(Almanza, Pablo)
Attachments: Staff Report
Order Imposing Fine 3-17-17
Order Imposing Fine on other property (not homestead) 2018
99th Street Deed
89th Street Deed
13.B. City of Vero Beach Appeal of Tourist Development Council May 11, 2022, action
to exclude City of Vero Beach proposal from consideration for Tourist
Development Tax Dollars
Attachments: Staff Report
COVB Appeal pursuant to § 100.06
14. COMMISSIONERS MATTERS
A. Commissioner Peter D. O'Bryan, Chairman
B. Commissioner Joseph H. Earman, Vice Chairman
June 14, 2022 Page 4 of 6
C. Commissioner Susan Adams
D. Commissioner Joseph E. Flescher
E. Commissioner Laura Moss
15. SPECIAL DISTRICTS AND BOARDS
A. Emergency Services District
B. Solid Waste Disposal District
15.13.1. Final Pay to Geosyntec for Work Order No. 12 - One Year of Groundwater
Monitoring/Reporting and Related Consulting Services at the Former South
Gifford Road Landfill
Attachments: Staff Report
Geosyntec Project Completion Report and Final Invoice
15.B.2. Request by Waste Management to Modify Franchise Agreement
Attachments: Staff Report
Letter by WMIF
15.B.3. Work Order No. 16 to Geosyntec for One Year of Groundwater
Monitoring/Reporting and Related Consulting Services at the Former South
Gifford Road Landfill
Attachments: Staff Report
Geosyntec Work Order No 16
C. Environmental Control Board
16. ADJOURNMENT
June 14, 2022 Page 5 of 6
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.
June 14, 2022 Page 6 of 6
ProcCamation
A PROCLAMATION OF ESTABLISHING JUNE 16th 2022
AS NATIONAL DUMP THE PUMP DAY
Whereas, the third Thursday in June each year marks the annual National Dump the Pump Day which is a
day that encourages people to ride public transportation to save money, revitalize communities, protect the
environment, reduce our dependence on foreign oil, and improve the quality of life for all Americans; and
Whereas, according to the American Public Transportation Association's "Transit Saving Report", a two -
person household can save, on average, $10,000 a year by downsizing to one car. Public transportation provides an
affordable, and for many, necessary, alternative to driving; and
Whereas, Public transportation use reduces our nation's dependence on foreign oil by 6 billion gallons of
gasoline a year and it also saves 63 million metric tons of carbon emissions annually. Over 45% of Americans have
no access to public transportation. On average Senior Resource Association, GoLine Indian River County Transit
provides over 1.8 million trips annually; and
Whereas, in 2020 GoLine Indian River County Transit was awarded the Gold Star Safety Award from the
Florida Public Transportation Association. Nationally, traveling by public transportation is 10 times safer per mile than
traveling by automobile. A person can reduce his or her chance of being in an accident by more than 90% simply by
taking public transit as opposed to commuting by car; and
Whereas, Public transportation provides economic opportunities. Every $1 invested in public transportation
generates $5 in economic returns. 87% of trips on public transit have a direct impact on the local economy. Public
transportation's overall effects save the United States 6 billion gallons of gasoline annually. A single commuter
switching his or her commute to public transportation can reduce a household's carbon emissions by 10 percent and
up to 30 percent if he or she eliminates a second car.
Vow, 2;rwrefvre, de itproclaimed dy tie Boardof County Commissioners oflndiian River
County, _�l td4 that we proclaim June 16th, 2022, as NATIONAL DUMP THE PUMP DAY and that the Senior
Resource Association's GoLine - Indian River Transit System will join with public transportation agencies across the
nation and participate in the annual National Dump the Pump Day to encourage transit ridership on June 16th, 2022.
Adopted this 1411 day of June, 2022. BOARD OF COUNTY COMMISSIONERS,
INDIAN RIVER COUNTY, FLORIDA
Peter D. O'Bryan, Chairman
Joseph H. Earman, Vice Chairman
Susan Adams
Joseph E. Flescher
Laura Moss
74
PR O CLAMA TION
HONORING KENNETH A. HOUSTON ON HIS RETIREMENT FROM
INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS
DEPARTMENT OF UTILITYSER VICES/CUSTOMER SERVICE DIVISION
WHEREAS, Kenneth Houston retires from Indian River County Customer Service
Division effective June 20, 2022; and
WHEREAS, Kenneth Houston began his career with Indian River County on July 29,
2002, as a Customer Service Representative, where he continued in that capacity until
his retirement; and
WHEREAS, Kenneth Houston has served this County and the Public with distinction
and selflessness. During his nineteen years of service, he was dedicated, and his work
was greatly appreciated by the employer, citizens, and co-workers alike; and
NOW, THEREFORE, BE IT PROCLAIMED BY THE BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, that the Board
applauds Kenneth Houston's efforts on behalf of the County, and the Board wishes to
express their appreciation for the dedicated service he has given to Indian River
Countyfor the last nineteen years; and
BE IT FURTHER PROCLAIMED that the Board of County Commissioners and staff
extend heartfelt wishes for success in his future endeavors!
Adopted this 14th day of June, 2022.
BOARD OF COUNTY COMMISSIONERS
INDIANRIVER COUNTY, FLORIDA
Peter D. O'Bryan, Chairman
2
CONSENT AGENDA
INDIAN RIVER COUNTY
OFFICE OF MANAGEMENT AND BUDGET
PURCHASING DIVISION
DATE: June 3, 2022
TO: BOARD OF COUNTY COMMISSIONERS
THROUGH: Jason E. Brown, County Administrator
Kristin Daniels, Director, Office of Management and Budget
FROM: Jennifer Hyde, Purchasing Manager
SUBJECT: Authorization of Interstate Cooperation Contract (ICC) with the State of
Texas
BACKGROUND:
In 2017, the Building Division began a phased project to convert property and structure records
dating back to the early 1900s from microfiche, paper plans and index cards to electronic files.
The first phase was completed by OSAM (a wholly-owned subsidiary of DataBank IMX
(Databank)) under a General Services Administration (GSA) Contract (Number GS-35F0057AA),
and a formal agreement between the parties for the work under that contract in the amount of
$119,734.83 was approved by the Board on July 11, 2017.
EVALUATION
The Building Division was pleased with the work completed by DataBank, and would like to use
them for the next phases of the work. The GSA contract has since expired, and the term of the
formal agreement with DataBank was one year.
DataBank was awarded a contract for "Enterprise Content Management" with the Texas
Department of Information Resources (DIR), which allows other governmental agencies to
utilize its agreements after execution of an Interstate Cooperation Contract (ICC). DIR contracts
are primarily information technology (IT) related, and there may be other contracts staff may
wish to utilize, in addition to the DataBank agreement.
FUNDING/BUDGET AMENDMENT:
The Building Division plans to spend $41,863.21 during the current fiscal year on the
conversions, and has requested $87,622.89 for the upcoming fiscal year. Funding for the
current year will come from a budget amendment from Cash Forward /Oct 1St to Building
Department/ Other Contractual Services, Acct# 44123324-033490
3
CONSENT AGENDA
RECOMMENDATION:
Staff recommends the Board authorize the Chairman to execute the Interstate Cooperation
Contract, and authorize the Purchasing Manager to execute any services agreements necessary
to authorize work under the contracts awarded by the Texas DIR, after approval by the County
Attorney as to form and legal sufficiency.
Attachment:
Interstate Cooperation Contract
2
DIR No: DIR-ICC-
INTERSTATE COOPERATION CONTRACT (ICC)
for Texas Department of Information Resource Technology Contracts
THIS INTERSTATE COOPERATION CONTRACT is entered into by and between
Indian River County, a political subdivision of the State of Florida with its principal place of business at
1800 27th Street, Vero Beach, FL 32960 and the STATE OF TEXAS, acting by and through the
DEPARTMENT OF INFORMATION RESOURCES, 300 West 15th Street, Suite 1300, Austin, Texas 78701, pursuant to
the authority granted and in compliance with the provisions of the Interlocal Cooperation Act, Texas Government
Code, Chapter 791 for Texas based Customers and Section 2054.0565, Texas Government Code, for out of state
Customers.
I. STATEMENT OF PURPOSE:
The purpose of this Interstate Cooperation Contract (Contract] is to allow DIR Customer to purchase
information resources technologies through DIR Contracts.
II. CONSIDERATION:
a. Per the Interlocal Cooperation Act, Texas Government Code, § 791.025, or other applicable law, the DIR
Customer satisfies the requirement to seek competitive bids for the purchase of goods and/or services.
b. DIR agrees to allow DIR Customer to procure information resources technologies through existing
Vendor contracts and Vendor contracts that DIR may enter into during the term of this interstate
cooperation contract, in accordance with specifications submitted through purchase orders from
Customer. All DIR Vendor contracts shall be made available to the DIR Customer via the DIR Internet
web site. DIR Customers utilizing the Cooperative Contracts shall issue a Purchase Order directly to the
relevant Vendor. DIR Customers utilizing a DIR Contract for which DIR is the fiscal agent, the DIR
Customer's Purchase Order shall be issued to DIR.
c. DIR Customer agrees to notify DIR of any substantial problems in quality or service in relations with a
vendor under a DIR vendor contract.
III. PAYMENT FOR GOODS AND SERVICES:
a. DIR Customer shall comply with Chapter 2251, Texas Government Code, or applicable local law, in
making payments to the Vendor. Payment under a DIR Contract shall not foreclose the right to recover
wrongful payments.
b. Payments must be made in accordance with laws and procedures applicable to DIR Customer.
c. DIR Customer agrees to pay the rates and/or prices set by DIR with its vendors. DIR Customer
understands these rates and/or prices include a DIR administrative fee.
d. All purchases executed under a DIR Contract will require a DIR Customer purchase order.
IV. TERM OF CONTRACT:
This Interstate Cooperation Contract shall begin when fully executed by both parties and shall continue
until terminated
Either party, upon written notice, may terminate this contract on thirty (30) days advance written notice.
Customers shall pay for all goods and services received through the effective date of termination.
V. GOVERNING LAW AND OTHER REPRESENTATIONS:
DIR Customer:
FIUnit of Texas Local Government hereby certifying that is has statutory authority to perform its duties
hereunder pursuant to Chapter Code.
5
Department of Information Resources Page 1 of 3 (DIR rev 1/28/2020)
DIR No: DIR-ICC-
FV] Non -Texas State agency or unit of local government of another state hereby certifying that it has
statutory authority to enter in to this Interstate Cooperation Contract and perform its duties hereunder
pursuant to Chapter 163, Florida Statute
Customer that is neither a unit of Texas Local Government nor a Non -Texas State agency or unit of local
government of another state hereby certifies that it has statutory authority to enter in to this Interstate
Cooperation Contract and perform its duties hereunder pursuant to
VI. CERTIFYING FUNCTION:
Department of Information Resources acting as the owner of the DIR Contracts hereby certifies the
eligibility of the DIR Customer to use the DIR Contracts.
VII. TERMS AND CONDITIONS FOR OUT OF STATE DIR CUSTOMERS:
SELECTIONS PER THE GOVERNING LAW OF THE OUT OF STATE DIR CUSTOMER:
1. In any issue concerning this Interstate Cooperation Contract, or the DIR Contracts, in which DIR is
involved shall be governed by the law of the State of Texas, excluding the conflict of law provisions.
2. Exclusive Venue for any litigation whatsoever involving DIR is the state district court of Travis County,
Texas.
3. DIR Customer's use of the DIR Contracts shall be governed by the law of the State of
Florida , excluding the conflicts of law provisions.
4. Exclusive Venue for litigation arising between DIR Customer and Vendor from use of the DIR Contracts
Is Indian River County, Florida
5. The following dispute resolution procedures shall be used to resolve disputes arising from use of the DIR
Contracts through mutual attempt at good faith, then by oder terms and conditions, if necessary
VIII. Notification
All notices under this Interstate Cooperation Contract shall be sent to a party at the respective address
indicated below.
If sent to the DIR:
Hershel Becker or Successor in Office
Chief Procurement Officer
Department of Information Resources
300 W. 15th Street, Suite 1300
Austin, Texas 78701
Facsimile: (512) 475-4700
DIR Customer:
Contact Name: Jennifer Hyde
Customer Name: Indian River County
Address: 1800 27th Street
City, State, Zip Code: Vero Beach, FL 32960
Phone Number: (772) 226-1575
Facsimile: (772) 770-5140
Email: purchasing@ircgov.com
Department of Information Resources Page 2 of 3 (DIR rev 1/28/2020)
DIR No: DIR-ICC-
This Interstate Cooperation Contract is executed to be effective as of the date of the last party to sign.
Indian River County
(Insert Entity Name here)
Authorized By:
Name: Peter D. O'Bryan
Title: Chairman, Board of County Commissioners
Date:
THE STATE OF TEXAS, acting by and through the DEPARTMENT OF INFORMATION RESOURCES
Authorized By:
Name: Hershel Becker
Title: Chief Procurement Officer
Date:
Office of General Counsel:
Date:
Department of Information Resources Page 3 of 3 (DIR rev 1/28/2020)
W
CONSENT
INDIAN RIVER COUNTY
OFFICE OF MANAGEMENT AND BUDGET
PURCHASING DIVISION
DATE: June 1, 2022
TO: BOARD OF COUNTY COMMISSIONERS
THROUGH: Jason E. Brown, County Administrator
Kristin Daniels, Director, Office of Management and Budget
FROM: Jennifer Hyde, Purchasing Manager
SUBJECT: First Extension and Modification to Agreements for Utilities Labor Contract
(RFP 2020039)
BACKGROUND:
On July 7, 2020, the Board of County Commissioners approved the award of RFP 2020039 for the
construction, repair, or replacement of various water transmission and distribution, wastewater
collection and transmission, and reclaimed water transmission system elements at various
locations throughout Indian River County to Blue Goose Construction, LLC ("Blue Goose"), CK
Contractors & Development, LLC ("CK"), and Hinterland Group, Inc. ("Hinterland").
The initial term of the award is two years, commencing July 7, 2020, with two one-year renewal
terms available, subject to vendor acceptance, satisfactory performance, and staff's determination
that a renewal would be in the best interest of Indian River County.
Blue Goose Construction, LLC submitted a 30 -day notice of termination on March 15, 2022, due to
"increasing uncertainty of stable material pricing, unparalleled competition for qualified utilities
employees and the overall current business environment". CK and Hinterland have both provided
quality service during the initial term, and have agreed to renew the agreement, pending an
increase in pricing.
ANALYSIS:
Staff negotiated a modification to the pricing with both firms based on the change in the
Consumer Price Index for All Urban Consumers (CPI -U), South Area from April 2020 through April
2022. RFPs were opened on May 21, 2020, and May 2022 CPI data are scheduled to be released
on June 10, 2022.
CPI Index at time of Bid (April 2020)
Current CPI Index (April 2022)
Change (100% multiplier)
246.254
279.879
1 13.65%
.
CONSENT
The potential impact to total award amount is shown in the table below. The award amount is the
total cost of each item contemplated in the agreement, and does not reflect total anticipated
annual expenaiture.
Contractor Total original award Updated award
CK Contractors $526,624.27 $598,508.48
Hinterland Group $552,364.50 $627,762.25
The agreements also require amendment to incorporate changes to Florida Statute, as well as
federal contract terms that would be required in the event the agreement is utilized following a
disaster, or other federally -funded grant work.
FUNDING:
Funding comes from various Utilities accounts, depending upon the individual projects and scopes
of work.
RECOMMENDATION:
Staff recommends the Board approve the first extensions and modifications to the agreements
with CK Contractors & Development, LLC, and Hinterland Group, Inc., and authorize the Chairman
to sign them after the County Attorney's approval of the agreement as to form and legal
sufficiency.
ATTACHMENT:
First Extension and Modification — CK
First Extension and Modification - Hinterland
0
FIRST EXTENSION AND AMENDMENT TO AGREEMENT
FOR CONSTRUCTION OF WATER, SEWER AND RECLAIMED WATER LINE
REPLACEMENTS/EXTENSIONS AND MISCELLANEOUS
ANNUAL REQUIREMENTS LABOR CONTRACT
This First Extension and Amendment to that certain Agreement to provide Construction of
Water, Sewer and Reclaimed Water Line Replacements/Extensions and Miscellaneous Annual
Requirements is entered into effective as of July 7, 2022 by and between Indian River County, a political
subdivision of the State of Florida ("County") and CK Contractors and Development, LLC
("Contractor").
BACKGROUND RECITALS
WHEREAS, the County and the Contractor entered into an Agreement for Construction of Water,
Sewer and Reclaimed Water Line Replacements/Extensions and Miscellaneous Annual Requirements
effective July 7, 2020; and
WHEREAS, Paragraph 4 of the Agreement contains the term and renewal provisions; and
WHEREAS, the first term commenced effective as of July 7, 2020 and will end on July 6, 2022; and
WHEREAS, pursuant to the Agreement, the parties desire to extend the Agreement for an additional
one year•, and
WHEREAS, the parties desire to amend Paragraph 3 — Responsibilities of the Contractor to include E -
Verify requirements;
WHERAS, the parties desire to amend 8.10 Notices; and
WHEREAS, the parties desire to update the Federal Clauses section, in accordance with 2 C.F.R.; and
WHEREAS, the parties desire to amend the contract pricing provided in Exhibit 1.
NOW, THEREFORE, in consideration of the foregoing, and other good and valuable consideration,
the receipt and sufficiency of which are hereby acknowledged, the County and the Contractor agree as
follows:
1. The background recitals are true and correct and form a material part of this First Extension and
Amendment.
2. The First renewal term shall commence effective July 7, 2022 and shall end on July 6, 2023. There is a
one additional one-year renewal available on the contract.
3. Section 3 is modified as follows:
10
3.14 Contractor is registered with and will use the Department of Homeland Security's E -Verify system
(www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of
this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining proof of E -
Verify registration and utilization for all subcontractors.
4. Paragraph 8.10 is modified to update the parry for Indian River County to Duke Hawkins.
5. Article 9 - Federal Clauses is modified as follows:
A. Equal Employment Opportunity. During the performance of this contract, the contractor agrees as
follows:
(1) The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The contractor will take affirmative action to
ensure that applicants are employed, and that employees are treated during employment without regard to
their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall
include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection
for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided setting forth the provisions of this
nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive considerations for employment
without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.
R. Prohibition on Contracting for Covered Telecommunications Equipment or Services:
(a) Definitions. As used in this clause, the terms backhaul; covered foreign country' covered
telecommunications equipment or services; interconnection arrangements; roaming,• substantial or
essential component; and telecommunications equipment or services have the meaning as defined in
FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered
Telecommunications Equipment or Services (Interim), as used in this clause—
(b) Prohibitions.
(1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 Pub.
L. No. 115-232, and 2 C.F.R. & 200.216 prohibit the head of an executive agency on or after Aug 13
2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on
certain telecommunications products or from certain entities for national security reasons.
(2) Unless an exception in paragraph(c) of this clause applies, the contractor and its subcontractors may
not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency
Management Agency to:
(i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment
or services as a substantial or essential component of M system, or as critical technology of any
system;
temp
(ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system or service that uses
covered telecommunications equipment or services as a substantial or essential component of any
system, or as critical technology of M system;
11
(iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or
services as a substantial or essential component of any system, or as critical technolog.�as part of any
system; or
(iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any
equipment, system, or service that uses covered telecommunications equipment or services as a
substantial or essential component of any system, or as critical technology as part of any system.
(c) Exceptions.
(1) This clause does not prohibit contractors from providing=
(i) A service that connects to the facilities of a third -party, such as backhaul, roaming or interconnection
arrangements; or
(ii) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into
any user data or packets that such equipment transmits or otherwise handles.
(2) By necessary implication and regulation, the prohibitions also do not apply to:
(i) Covered telecommunications equipment or services that:
i. Are not used as a substantial or essential component of any system; and
ii. Are not used as critical technology of any system.
(ii) Other telecommunications equipment or services that are not considered covered telecommunications
equipment or services.
(d) Reporting requirement.
(1) In the event the contractor identifies covered telecommunications equipment or services used as a
substantial or essential component of any system, or as critical technology as part of any system during
contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other
source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or
subrecipient, unless elsewhere in this contract are established procedures for reporting the information.
(2) The Contractor shall report the following information pursuant to paragrMh (d)(1) of this clause:
(i) Within one business day from the date of such identification or notification: The contract number; the
order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier
Commercial and Government Entity (CAGE) code (if known); brand; model number (original
equipment manufacturer number, manufacturer part number, or wholesaler number); item description-,
and any readily available information about mitigation actions undertaken or recommended.
(ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: AU further
available information about mitigation actions undertaken or recommended. In addition the contractor
shall describe the efforts it undertook to prevent use or submission of covered telecommunications
equipment or services and any additional efforts that will be incorporated to prevent future use or
submission of covered telecommunications equipment or services.
(e) Subcontracts. The Contractor shall insert the substance of this clause including this paragraph (e) in
all subcontracts and other contractual instruments.
S. Domestic Preference for Procurements
As appropriate, and to the extent consistent with law, the contractor should to the greatest extent
practicable, provide a preference for the purchase, acquisition, or use of goods, products or materials
produced in the United States. This includes, but is not limited to iron aluminum steel cement and
other manufactured products. For purposes of this clause: Produced in the United States means for iron
and steel products, that all manufacturing_ processes, from the initial melting stage through the
gpplication of coatings, occurred in the United States. Manufactured products mean items and
12
construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics
and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete -,glass,
including optical fiber; and lumber.
6. Exhibit 1 to the agreement is replaced with Exhibit 1 — First Amendment.
7. All other terms and provisions of the Agreement shall be unchanged and remain in full force and effect.
IN WITNESS WHEREOF, the parties have caused this First Extension and Amendment to be executed
effective the day and year first set forth above.
CK Contractors and Development, LLC.
By:
Printed name:
Title:
(Corporate Seal)
Date:
INDIAN RIVER COUNTY, FLORIDA.
BOARD OF COUNTY COMMISSIONERS
an
Peter D. O'Bryan, Chairman
Attest: Jeffrey R. Smith, Clerk of Circuit Court
And Comptroller
By:
Deputy Clerk
Approved:
Jason E. Brown
County Administrator
Approved as to form and legal sufficiency:
Dylan Reingold
County Attorney
13
Exhibit 1- Amendment 1 ICK Contractors & Develoomentl
Item
No.
Description
quantity
Unit
Material Unit
Price Bid
Revised Unit
Price Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total unit
Price (Material +
Installation)
SECTION A - UNIT COST/PRICES
Al
Mobilization
(a)
Emergency Event
1
EA
$
$ 2,500.00
$ 2,841.25
$ 2,500.00
$2,841.25
(b)
Non - Emergency Event
1
EA
$
$ 1,500.00
$ 1,704.75
$ 1,500.00
$1,704.75
A2
Temporary Traffic Control
(a) Residential Street
1
L. F.
$
$ 0.75
$ 0.85
$ 0.75
$0.85
(b) Arterial Roadway
1
L. F.
$
$ 1.15
$ 1.31
$ 1.15
$1.31
(c) FDOT Roadway
1
L. F.
$
$ 1.15
$ 1.31
$ 1.15
$1.31
A3
Video Documentation
(a) Pre -Construction
1
L. F.
$
$ 0.60
$ 0.68
$ 0.60
$0.68
(b) Post -Construction Video
1
L. F.
$
$ 0.60
$ 0.68
$ 0.60
$0.68
A4
Water Main - PVC
(a) 2 -inch
1
L. F.
$ 1.01
$ 1.15
$ 14.46
$ 16.43
$ 15.47
$17.58
(b) 4 -inch
1
L. F.
$ 2.87
$ 3.27
$ 15.79
$ 17.95
$ 18.67
$21.21
(c) 6 -inch
1
L. F.
$ 5.42
$ 6.16
$ 19.47
$ 22.12
$ 24.88
$28.28
(d) 8 -inch
1
L. F.
$ 9.27
$ 10.54
$ 22.08
$ 25.09
$ 31.35
$35.62
(e) 10 inch
1
L. F.
$ 13.73
$ 15.60
$ 25.57
$ 29.06
$ 39.30
$44.66
(f) 12 inch
1
L. F.
$ 19.30
$ 21.94
$ 30.46
$ 34.62
$ 49.77
$56.56
(g) 16 -inch
1
L. F.
$ 27.71
$ 31.49
$ 47.51
$ 53.99
$ 75.21
$85.48
(h) 18 -inch
1
L. F.
$ 40.90
$ 46.48
$ 50.03
$ 56.86
$ 90.93
$103.34
(i) 20 -inch
1
L. F.
$ 49.06
$ 55.76
$ 59.81
$ 67.97
$ 108.87
$123.73
(j) 24 -inch
1
L. F.
$ 70.66
$ 80.30
$ 74.48
$ 84.65
$ 145.14
$164.95
AS
Water Main - DIP
Cement Lined Interior for Water Mains
(a) 4 -inch
1
L. F.
$ 22.55
$ 25.62
$ 15.79
$ 17.95
$ 38.34
$43.57
(b) 6 inch
1
L. F.
$ 16.82
$ 19.12
$ 19.47
$ 22.12
$ 36.29
$41.24
(c) 8 -inch
1
L. F.
$ 22.99
$ 26.13
$ 22.08
$ 25.09
$ 45.06
$51.22
(d) 10 -inch
1
L. F.
$ 25.91
$ 29.45
$ 25.57
$ 29.06
$ 51.48
$58.51
(e) 12 -inch
1
L. F.
$ 33.19
$ 37.72
$ 30.46
$ 34.62
$ 63.65
$72.34
(f) 16 -inch
1
L. F.
$ 59.85
$ 68.02
$ 47.52
$ 54.01
$ 107.37
$122.03
(g) 18 -inch
1
L. F.
$ 70.77
$ 80.43
$ 51.40
$ 58.41
$ 122.17
$138.84
(h) 20 -inch
1
L. F.
$ 83.00
$ 94.33
$ 61.44
$ 69.83
$ 144.44
$164.16
A6
Sewer Pipe - DIP
Epoxy Lined Interior for Sewer Force Mains
(a) 4 -inch
1
L. F.
$ 34.83
$ 39.59
$ 18.09
$ 20.56
$ 52.92
$60.15
(b) 6 inch
1
L. F.
$ 31.43
$ 35.71
$ 22.33
$ 25.38
$ 53.76
$61.10
(c) 8 -inch
1
L. F.
$ 36.33
$ 41.29
$ 25.37
$ 28.83
$ 61.70
$70.12
(d) 10 -inch
1
L. F.
$ 45.31
$ 51.49
$ 29.41
$ 33.43
$ 74.72
$84.92
(e) 12 -inch
1
L. F.
$ 55.01
$ 62.52
$ 35.07
$ 39.85
$ 90.08
$102.38
(f) 16 -inch
1
L. F.
$ 80.74
$ 91.76
$ 53.35
$ 60.63
$ 134.09
$152.39
(g) 18 -inch
1
L. F.
$ 110.28
$ 125.34
$ 57.69
$ 65.57
$ 167.97
$190.90
(h) 20 -inch
1
L. F.
$ 122.51
$ 139.23
$ 69.01
$ 78.43
$ 191.52
$217.67
(i) 24 -inch
1
L. F.
$ 161.14
$ 183.14
$ 85.98
$ 97.72
$ 247.13
$280.86
A7
PVC Gravity Sewer - 8 inch
(a) 0'-6'
1
L. F.
$ 5.51
$ 6.26
$ 18.65
$ 21.19
$ 24.16
$27.46
(b) 6'-8'
1
L. F.
$ 5.51
$ 6.26
$ 20.20
$ 22.96
$ 25.72
$29.23
(c) 8'-10'
1
L. F.
$ 5.51
$ 6.26
$ 22.04
$ 25.05
$ 27.55
$31.31
(d) 10'-12'
1
L. F.
$ 5.51
$ 6.26
$ 26.94
$ 30.61
$ 32.45
$36.88
(e) 12'-14'
1
L. F.
$ 5.51
$ 6.26
$ 38.24
$ 43.46
$ 43.75
$49.72
(f) Cost Credit
1
L. F.
NA
$ 0.10
$ 0.11
$ 0.10
$0.11
A8
JPVC Gravity Sewer -10 inch
(a) 0'-6'
1
L. F.
$ 8.91
$ 10.13
$ 18.65
$ 21.19
$ 27.56
$31.32
(b) 6'-8'
1
L. F.
$ 8.91
$ 10.13
$ 20.20
$ 22.96
$ 29.11
$33.09
(c) 8'40'
1
L. F.
$ 8.91
$ 10.13
$ 22.04
$ 25.05
$ 30.95
$35.18
(d) 10'-12'
1
L. F.
$ 8.91
$ 10.13
$ 26.94
$ 30.61
$ 35.85
$40.74
(e) 12'-14'
1
L. F.
$ 8.91
$ 10.13
$ 38.24
$ 43.46
$ 47.15
$53.58
(f) Cost Credit
1
L. F.
NA
$ 0.10
$ 0.11
$ 0.10
$0.11
A9
I Connect to Existing Pipe (<12")
(a)
1 (<12")
1
1 EA
$ 385.74
$ 438.39
$ 1,467.20
$ 1,667.47
$ 1,852.94
$2,105.86
(b)
(>=12")
1
1 EA
$ 1,300.38
1 $ 1,477.88
1 $ 1,508.17
1 $ 1,714.03
1 $ 2,808.54
$3,191.91
1 of 17 14
Exhibit 1 -Amendment 11CK Contractors & Develoomentl
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit
Price Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total unit
Price (Material +
Installation)
A10 Precast Concrete Manhole -Lined
(a) 0'-6'
1
EA.
$ 4,876.79
$ 5,542.47
$ 848.61
$ 964.45
$ 5,725.41
$6,506.92
(b) 6'-8'
1
EA.
$ 5,675.82
$ 6,450.56
$ 1,120.18
$ 1,273.08
$ 6,795.99
$7,723.65
(c) 8'-10'
1
EA.
$ 6,640.15
$ 7,546.53
$ 1,697.24
$ 1,928.91
$ 8,337.39
$9,475.44
(d) 10'-12'
1
EA.
$ 7,437.12
$ 8,452.28
$ 3,394.47
$ 3,857.82
$ 10,831.59
$12,310.10
(e) 12'-14'
1
EA.
$ 8,431.07
$ 9,581.91
$ 3,747.27
$ 4,258.78
$ 12,178.34
$13,840.68
All Precast Concrete Manhole -Unlined
(a) 0'-6'
1
EA.
$ 2,427.93
$ 2,759.34
$ 848.61
$ 964.45
$ 3,276.54
$3,723.79
(b) 6'-8'
1
EA.
$ 2,811.46
$ 3,195.22
$ 1,120.18
$ 1,273.08
$ 3,931.64
$4,468.30
(c) 8'40'
1
EA.
$ 3,360.30
$ 3,818.98
$ 1,697.24
$ 1,928.91
$ 5,057.54
$5,747.89
(d) 10'-12'
1
EA.
$ 3,798.94
$ 4,317.49
$ 3,394.47
$ 3,857.82
$ 7,193.41
$8,175.31
(e) 12'-14'
1
EA.
$ 4,375.34
$ 4,972.57
$ 3,747.27
$ 4,258.78
$ 8,122.61
$9,231.35
Al2 Mechanical Joint Bell Restraints -PVC
(a) 2 -inch
1
EA.
$ 35.27
$ 40.08
$ 31.36
$ 35.64
$ 66.63
$75.72
(b) 4 -inch
1
EA.
$ 41.88
$ 47.60
$ 62.72
$ 71.28
$ 104.60
$118.88
(c) 6 -inch
1
EA.
$ 52.90
$ 60.12
$ 62.72
$ 71.28
$ 115.62
$131.40
(d) 8 -inch
1
EA.
$ 88.17
$ 100.20
$ 62.72
$ 71.28
$ 150.89
$171.48
(e) 10 -inch
1
EA.
$ 154.29
$ 175.36
$ 94.08
$ 106.92
$ 248.37
$282.28
(f) 12 -inch
1
EA.
$ 165.32
$ 187.88
$ 125.44
$ 142.56
$ 290.76
$330.44
(g) 16 -inch
1
EA.
$ 385.74
$ 438.39
$ 240.80
$ 273.67
$ 626.54
$712.06
(h) 18 -inch
1
EA.
$ 440.84
$ 501.01
$ 213.92
$ 243.12
$ 654.76
$744.13
(i) 20 -inch
1
EA.
$ 606.16
$ 688.90
$ 213.92
$ 243.12
$ 820.08
$932.02
(j) 24 -inch
1
EA.
$ 881.68
$ 1,002.03
$ 213.92
$ 243.12
$ 1,095.60
$1,245.15
A13 Mechanical Joint Bell Restraints -Ductile Iron
(a) 2 -inch
1
EA.
$ 39.35
$ 44.72
$ 31.36
$ 35.64
$ 70.71
$80.36
(b) 4 -inch
1
EA.
$ 137.76
$ 156.57
$ 62.72
$ 71.28
$ 200.48
$227.85
(c) 6 -inch
1
EA.
$ 192.87
$ 219.19
$ 62.72
$ 71.28
$ 255.59
$290.48
(d) 8 -inch
1
EA.
$ 231.44
$ 263.03
$ 62.72
$ 71.28
$ 294.16
$334.31
(e) 10 -inch
1
EA.
$ 341.65
$ 388.29
$ 94.08
$ 106.92
$ 435.73
$495.21
(f) 12 -inch
1
EA.
$ 407.78
$ 463.44
$ 125.44
$ 142.56
$ 533.22
$606.00
(g) 16-inchE�E
1
EA.
$ 677.79
$ 770.31
$ 240.80
$ 273.67
$ 918.59
$1,043.98
(h) 18 -inch
1
EA.
$ 837.60
$ 951.93
$ 213.92
$ 243.12
$ 1,051.52
$1,195.05
(i) 20 -inch
1
EA.
$ 1,035.97
$ 1,177.38
$ 213.92
$ 243.12
$ 1,249.89
$1,420.50
(j) 24 -inch
1
EA.
$ 1,190.83
$ 1,353.38
$ 213.92
$ 243.12
$ 1,404.75
$1,596.50
A14 Ductile Iron Fittings
1
TONS
$ 8.91
$ 10.13
$ 4,401.60
$ 5,002.42
$ 4,410.51
$5,012.54
(C-153 Compact Fittings)
(Interior Cement Lined)
A15 Ductile Iron Fittings
1
TONS
$ 8.91
$ 10.13
$ 5,091.52
$ 5,786.51
$ 5,100.43
$5,796.64
(C-153 Compact Fittings)
(Interior Cement Lined and Exterior Fusion Bonded
Epoxy Coated)
A16 Ductile Iron Fittings
1
TONS
$ 8.91
$ 10.13
$ 5,091.52
$ 5,786.51
$ 5,100.43
$5,796.64
(C-153 Compact Fittings)
(Interior Epoxy Coated)
A17 Fitting Restraint (Per one (1) unit)
(b) 4 -inch
1
EA.
$ 30.86
$ 35.07
$ 54.88
$ 62.37
$ 85.74
$97.44
(c) 6 -inch
1
EA.
$ 33.06
$ 37.58
$ 54.88
$ 62.37
$ 87.94
$99.95
(d) 8 -inch
1
EA.
$ 46.29
$ 52.61
$ 54.88
$ 62.37
$ 101.17
$114.98
(e) 10 -inch
1
EA.
$ 88.17
$ 100.20
$ 81.76
$ 92.92
$ 169.93
$193.12
(f) 12 -inch
1
EA.
$ 99.19
$ 112.73
$ 108.64
$ 123.47
$ 207.83
$236.20
(g) 16 -inch
1
EA.
$ 209.40
$ 237.98
$ 188.16
$ 213.84
$ 397.56
$451.83
(h) 18 -inch
1
EA.
$ 242.46
$ 275.56
$ 188.16
$ 213.84
$ 430.62
$489.40
(i) 20 -inch
1
EA.
$ 292.06
$ 331.92
$ 168.00
$ 190.93
$ 460.06
$522.85
(j) 24 -inch
1
EA.
$ 347.16
$ 394.55
$ 168.00
$ 190.93
$ 515.16
$585.48
A18 Fitting Restraint (Per one (1) per unit)
(Stainless Steel Hardware)
(b) 4 -inch
1
EA.
$ 102.38
$ 116.36
$ 70.56
$ 80.19
$ 172.94
$196.55
(c) 6 -inch
1
EA.
$ 137.95
$ 156.78
$ 80.64
$ 91.65
$ 218.59
$248.43
(d) 8 -inch
1
EA.
$ 165.32
$ 187.88
$ 106.40
$ 120.92
$ 271.72
$308.80
(e) 10 -inch
1
EA.
$ 251.94
$ 286.33
$ 141.12
$ 160.38
$ 393.06
$446.71
(f) 12 -inch
1
EA.
$ 259.78
$ 295.24
$ 212.80
$ 241.85
$ 472.58
$537.08
(g) 16 -inch
1
EA.
$ 459.73
$ 522.48
$ 385.28
$ 437.87
$ 845.01
$960.35
2of17 15
Exhibit 1- Amendment 1(CK Contractors & Develooment)
Item
No.
Description Quantity
Unit
Material Unit
Price Bid
Revised Unit
Price Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total unit
Price (Material +
Installation)
(h)
18 -inch
1
EA.
$
527.43
$ 599.43
$ 427.84
$ 486.24
$
955.27
$1,085.67
(i)
20 -inch
1
EA.
$
629.86
$ 715.83
$ 427.84
$ 486.24
$
1,057.70
$1,202.07
(j)
24 -inch
1
EA.
$
727.39
$ 826.67
$ 549.92
$ 624.98
$
1,277.31
$1,451.66
A19 ITapping Sleeve and Valve
(pressure test & tap included)
(a) 6"x6"
1
EA.
$
1,778.79
$ 2,021.59
$ 1,467.20
$ 1,667.47
$
3,245.99
$3,689.07
(b) 8"x6"
1
EA.
$
1,864.75
$ 2,119.29
$ 1,467.20
$ 1,667.47
$
3,331.95
$3,786.76
(c) 8"x8"
1
EA.
$
2,457.68
$ 2,793.16
$ 1,467.20
$ 1,667.47
$
3,924.88
$4,460.63
(d) 10" x 6"
1
EA.
$
2,025.66
$ 2,302.16
$ 1,467.20
$ 1,667.47
$
3,492.86
$3,969.64
(e) 10" x 8"
1
EA.
$
2,524.96
$ 2,869.62
$ 1,467.20
$ 1,667.47
$
3,992.16
$4,537.09
(f) 12"x6"
1
EA.
$
2,195.38
$ 2,495.05
$ 1,508.64
$ 1,714.57
$
3,704.02
$4,209.62
(g) 12"x8"
1
EA.
$
2,800.44
$ 3,182.70
$ 1,508.64
$ 1,714.57
$
4,309.08
$4,897.26
(h) 12"x12"
1
EA.
$
4,608.26
$ 5,237.29
$ 1,508.64
$ 1,714.57
$
6,116.90
$6,951.86
(i) 16" x 6"
1
EA.
$
2,360.70
$ 2,682.93
$ 1,508.64
$ 1,714.57
$
3,869.34
$4,397.50
A20 Resilient Seat Gate Valve Assemblies
(a) 2 -inch
1
EA.
$
355.16
$ 403.64
$ 244.16
$ 277.49
$
599.32
$681.13
(b) 4 -inch
1
EA.
$
577.50
$ 656.33
$ 366.24
$ 416.23
$
943.74
$1,072.56
(c) 6 -inch
1
EA.
$
704.24
$ 800.37
$ 489.44
$ 556.25
$
1,193.68
$1,356.62
(d) 8 -inch
1
EA.
$
1,018.34
$ 1,157.34
$ 586.88
$ 666.99
$
1,605.22
$1,824.33
(e) 10 -inch
1
EA.
$
1,578.14
$ 1,793.55
$ 651.84
$ 740.82
$
2,229.98
$2,534.37
(f) 12 -inch
1
EA.
$
2,011.82
$ 2,286.43
$ 1,005.76
$ 1,143.05
$
3,017.58
$3,429.48
(g) 16 -inch
1
EA.
$
7,076.74
$ 8,042.71
$ 1,508.64
$ 1,714.57
$
8,585.38
$9,757.28
A21 Eccentric Plug Valve Assemblies
(a) 6 -inch
1
EA.
$
1,416.73
$ 1,610.12
$ 489.44
$ 556.25
$
1,906.17
$2,166.37
(b) 8 -inch
1
EA.
$
1,907.27
$ 2,167.61
$ 586.88
$ 666.99
$
2,494.15
$2,834.60
(c) 12 -inch
1
EA.
$
3,218.66
$ 3,658.00
$ 1,005.76
$ 1,143.05
$
4,224.42
$4,801.05
(d) 16 -inch
1
EA.
$
6,430.75
$ 7,308.55
$ 1,508.64
$ 1,714.57
$
7,939.39
$9,023.12
(e) 18 -inch
1
EA.
$
8,815.67
$ 10,019.01
$ 1,508.64
$ 1,714.57
$
10,324.31
$11,733.57
(f) 24 -inch
1
EA.
$
30,633.97
$ 34,815.51
$ 3,016.16
$ 3,427.87
$
33,650.13
$38,243.37
A22 Butterfly Valve Assemblies
(a) 12 -inch
1
EA.
$
1,498.86
$ 1,703.45
$ 1,005.76
$ 1,143.05
$
2,504.62
$2,846.50
(b) 16 -inch
1
EA.
$
3,359.20
$ 3,817.73
$ 1,508.64
$ 1,714.57
$
4,867.84
$5,532.30
(c) 18 -inch
1
EA.
$
3,750.45
$ 4,262.38
$ 1,508.64
$ 1,714.57
$
5,259.09
$5,976.95
(d) 20 -inch
1
EA.
$
4,766.58
$ 5,417.22
$ 1,884.96
$ 2,142.26
$
6,651.54
$7,559.48
A23 Ball Valve Assemblies
(a) 3/4 -inch
1
EA.
$
6.61
$ 7.52
$ 81.76
$ 92.92
$
88.37
$100.44
(b) 1 -inch
1
EA.
$
11.02
$ 12.53
$ 81.76
$ 92.92
$
92.78
$105.45
(c) 11/4 -inch
1
EA.
$
16.53
$ 18.79
$ 81.76
$ 92.92
$
98.29
$111.71
(b) 1 1/2 -inch
1
EA.
$
22.04
$ 25.05
$ 81.76
$ 92.92
$
103.80
$117.97
(a) 1 3/4 -inch
1
EA.
$
33.06
$ 37.58
$ 108.64
$ 123.47
$
141.70
$161.05
(b) 2 -inch
1
EA.
$
38.57
$ 43.84
$ 108.64
$ 123.47
$
147.21
$167.31
A24 ICheck Valve Assemblies
(a) 2 -inch
1
EA.
$
716.37
$ 814.15
$ 244.16
$ 277.49
$
960.53
$1,091.64
(b) 4 -inch
1
EA.
$
1,148.97
$ 1,305.80
$ 366.24
$ 416.23
$
1,515.21
$1,722.03
(c) 6 -inch
1
EA.
$
1,575.28
$ 1,790.31
$ 489.44
$ 556.25
$
2,064.72
$2,346.56
(d) 8 -inch
1
EA.
$
1,984.81
$ 2,255.74
$ 586.88
$ 666.99
$
2,571.69
$2,922.73
(e) 12 -inch
1
EA.
$
5,506.38
$ 6,258.00
$ 1,005.76
$ 1,143.05
$
6,512.14
$7,401.05
(f) 16 -inch
1
EA.
$
11,922.25
$ 13,549.64
$ 1,508.64
$ 1,714.57
$
13,430.89
$15,264.21
(g) 18 -inch
1
EA.
$
11,690.50
$ 13,286.25
$ 1,508.64
$ 1,714.57
$
13,199.14
$15,000.82
(h) 20 -inch
1
EA.
$
13,783.46
$ 15,664.90
$ 1,508.64
$ 1,714.57
$
15,292.10
$17,379.47
A25 Sanitary Sewer Services
(constructed with new gravity sewer)
(a) 0'-6' (single)
1
EA.
$
249.26
$ 283.28
$ 565.60
$ 642.80
$
814.86
$926.09
(b) 0'-6' (double)
1
EA.
$
283.25
$ 321.91
$ 678.72
$ 771.37
$
961.97
$1,093.28
(c) 6' -Over (single)
1
EA.
$
667.44
$ 758.55
$ 565.60
$ 642.80
$
1,233.04
$1,401.35
(d) 6' -Over (double)
1
EA.
$
624.18
$ 709.38
$ 678.72
$ 771.37
$
1,302.90
$1,480.75
A26 6" Sanitary Sewer Services -Additional Footage
(a)
0' - 6' 1
1
L. F.
$
3.09
$ 3.51
$ 16.97
$ 19.28
$
20.06
$22.80
(b)
16'- Over
1
L. F.
$
3.09
$ 3.51
$ 22.64
$ 25.72
$
25.73
$29.24
A27 Sanitary Sewer Services
(constructed on existing sewer lines - unlined)
(a) 0'-6' (single) I
1
EA.
$
322.39
$ 366.40
$ 848.96
$ 964.84
$
1,171.35
$1,331.24
3 of 17 16
Exhibit 1 -Amendment I [CK Contractors & Development)
Item Description
No.
Quantity
Unit
Material Unit
Price Bid
Revised Unit
Price Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total unit
Price (Material +
Installation)
(b) 0'-6' (double)
1
EA.
$
348.14
$ 395.66
$ 848.96
$
964.84
$ 1,197.10
$1,360.50
(c) 6' -Over (single)
1
EA.
$
322.39
$ 366.40
$ 904.96
S
1,028.49
$ 1,227.35
$1,394.88
(d) 6' -Over (double)
1
EA.
$
455.26
$ 517.40
$ 969.92
$
1,102.31
$ 1,425.18
$1,619.72
A28 ISanitary Sewer Services
(constructed on existing sewer lines - lined)
(a) 0'-6' (single)
1
EA.
$
396.55
$ 450.68
$ 904.96
$
1,028.49
$ 1,301.51
$1,479.17
(b) 0'-6' (double)
1
EA.
$
422.30
$ 479.94
$ 969.92
$
1,102.31
$ 1,392.22
$1,582.26
(c) 6' -Over (single)
1
EA.
$
396.55
$ 450.68
$ 1,044.96
$
1,187.60
$ 1,441.51
$1,638.28
(d) 6' -Over (double)
1
EA.
$
422.30
$ 479.94
$ 1,131.20
$
1,285.61
$ 1,553.50
$1,765.55
A29 Sanitary Sewer Cleanouts
(to existing sanitary sewer laterals)
(a) 0'-6'(4")
1
EA.
$
266.77
$ 303.18
$ 754.88
$
857.92
$ 1,021.65
$1,161.11
(b) 6' -Over (4")
1
EA.
$
266.77
$ 303.18
$ 969.92
$
1,102.31
$ 1,236.69
$1,405.50
")
1
EA.
$
317.24
$ 360.54
$ 757.12
$
860.47
$ 1,074.36
$1,221.01
(d) 6' -Over (6")
1
EA.
$
317.24
$ 360.54
$ 969.92
$
1,102.31
$ 1,287.16
$1,462.86
A30 Cleanout Ring and Cover
1
EA.
$
105.06
$ 119.40
$ 283.36
$
322.04
$ 388.42
$441.44
(constructed on new or existing cleanouts)
A31 lWater Services (on 6" or smaller main)
(constructed in conjunction with water main)
(a) 1" (single short)
1
EA.
$
603.58
$ 685.97
$ 489.44
$
556.25
$ 1,093.02
$1,242.22
(b) I" (single long)
1
EA.
$
650.96
$ 739.82
$ 489.44
$
556.25
$ 1,140.40
$1,296.06
(c) I" (double short)
1
EA.
$
772.50
$ 877.95
$ 489.44
$
556.25
$ 1,261.94
$1,434.19
(d) 1" (double long)
1
EA.
$
785.89
$ 893.16
$ 489.44
$
556.25
$ 1,275.33
$1,449.41
(e) 2" (single short)
1
EA.
$
2,279.39
$ 2,590.53
$ 489.44
$
556.25
$ 2,768.83
$3,146.78
(f) 2" (single long)
1
EA.
$
2,521.44
$ 2,865.62
$ 489.44
$
556.25
$ 3,010.88
$3,421.87
(g) 2" (double short)
1
EA.
$
3,926.36
$ 4,462.31
$ 489.44
$
556.25
$ 4,415.80
$5,018.56
(h) 2" (double long)
1
EA.
$
4,169.44
$ 4,738.57
$ 489.44
$
556.25
$ 4,658.88
$5,294.82
A32 Water Services- Horizontally Drilled
(constructed in conjunction with 6" or smaller water main)
(a) 1" (single short)
1
EA.
$
603.58
$ 685.97
$ 1,307.04
$
1,485.45
$ 1,910.62
$2,171.42
(b) 1" (single long)
1
EA.
$
603.58
$ 685.97
$ 1,307.04
$
1,485.45
$ 1,910.62
$2,171.42
(c) 1" (double short)
1
EA.
$
772.50
$ 877.95
$ 1,307.04
$
1,485.45
$ 2,079.54
$2,363.40
(d) I" (double long)
1
EA.
$
785.89
$ 893.16
$ 1,307.04
$
1,485.45
$ 2,092.93
$2,378.61
(e) 2" (single short)
1
EA.
$
2,279.39
$ 2,590.53
$ 1,480.64
$
1,682.75
$ 3,760.03
$4,273.27
(f) 2" (single long)
1
EA.
$
2,315.44
$ 2,631.50
$ 1,480.64
$
1,682.75
$ 3,796.08
$4,314.24
(g) 2" (double short)
1
EA.
$
3,926.36
$ 4,462.31
$ 1,480.64
$
1,682.75
$ 5,407.00
$6,145.06
(h) 2" (double long)
1
EA.
$
4,169.44
$ 4,738.57
$ 1,480.64
$
1,682.75
$ 5,650.08
$6,421.32
A33 Water Services (on 6" or smaller main)
(constructed on existing water main)
(a) 1" (single short)
1
EA.
$
603.58
$ 685.97
$ 489.44
$
556.25
$ 1,093.02
$1,242.22
(b) 1" (single long)
1
EA.
$
603.58
$ 685.97
$ 489.44
$
556.25
$ 1,093.02
$1,242.22
(c) 1" (double short)
1
EA.
$
772.50
$ 877.95
$ 489.44
$
556.25
$ 1,261.94
$1,434.19
(d) 1" (double long)
I
EA.
$
785.89
$ 893.16
$ 489.44
$
556.25
$ 1,275.33
$1,449.41
(e) 2" (single short)
1
EA.
$
2,279.39
$ 2,590.53
$ 533.12
$
605.89
$ 2,812.51
$3,196.42
(f) 2" (single long)
1
EA.
$
2,315.44
$ 2,631.50
$ 533.12
$
605.89
$ 2,848.56
$3,237.39
(g) 2" (double short)
1
EA.
$
3,926.36
$ 4,462.31
$ 533.12
$
605.89
$ 4,459.48
$5,068.20
(h) 2" (double long)
1
EA.
$
4,169.44
$ 4,738.57
$ 533.12
$
605.89
$ 4,702.56
$5,344.46
A34 Water Services- Horizontally Drilled
(constructed on existing 6" or smaller water main)
(a) 1" (single short)
1
EA.
$
603.58
$ 685.97
$ 1,307.04
$
1,485.45
$ 1,910.62
$2,171.42
(b) 1" (single long)
1
EA.
$
603.58
$ 685.97
$ 1,307.04
$
1,485.45
$ 1,910.62
$2,171.42
(c) 1" (double short)
1
EA.
$
772.50
$ 877.95
$ 1,307.04
$
1,485.45
$ 2,079.54
$2,363.40
(d) 1" (double long)
1
EA.
$
785.89
$ 893.16
$ 1,307.04
$
1,485.45
$ 2,092.93
$2,378.61
(e) 2" (single short)
1
EA.
$
2,279.39
$ 2,590.53
$ 1,480.64
$
1,682.75
$ 3,760.03
$4,273.27
(f) 2" (single long)
1
EA.
$
2,315.441
$ 2,631.50
$ 1,480.64
$
1,682.75$
3,796.08
$4,314.24
(g) 2" (double short)
1
EA.
$
3,926.36
$ 4,462.31
$ 1,480.64
$
1,682.75
$ 5,407.00
$6,145.06
(h) 2" (double long)
1
EA.
$
4,169.44
$ 4,738.57 1
$ 1,480.641
$
1,682.75 1
$ 5,650.08
$6,421.32
4 of 17 17
Exhibit 1 -Amendment 1 (CK Contractors & Development)
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit
Price Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total unit
Price (Material+
Installation)
A35 Water Services Additional Footage
(a)
1" HDPE Water Service
1
L. F.
$
1.99
$ 2.26
$ 9.78
$ 11.11
$ 11.77
$13.37
(b)
2" HDPE Water Service
1
L. F.
$
7.73
$ 8.78
$ 9.78
$ 11.11
$ 17.50
$19.89
A36 Water Services saddle size adjustments
(constructed on water main 6" or larger)
(a) 6"
1
EA.
$
95.79
$ 108.87
$ 162.40
$ 184.57
$ 258.19
$293.43
(b) 8"
1
EA.
$
109.18
$ 124.08
$ 162.40
$ 184.57
$ 271.58
$308.65
(c) 10"
1
EA.
$
132.87
$ 151.01
$ 162.40
$ 184.57
$ 295.27
$335.57
(d) 12"
1
EA.
$
154.50
$ 175.59
$ 162.40
$ 184.57
$ 316.90
$360.16
(e) 16"
1
EA.
$
211.15
$ 239.97
$ 162.40
$ 184.57
$ 373.55
$424.54
A37 Blow -off Assembly
1
EA.
$
745.72
$ 847.51
$ 162.40
$ 184.57
$ 908.12
$1,032.08
A38 Fire Hydrant Assembly (includes tee)
(constructed with new water main)
1
EA.
$
3,195.06
$ 3,631.19
$ 1,428.00
$ 1,622.92
$ 4,623.06
$5,254.11
A39 Fire Hydrant Assembly
(constructed on existing water main)
1
EA.
$
4,751.39
$ 5,399.95
$ 1,428.00
$ 1,622.92
$ 6,179.39
$7,022.88
A40 Bacteriological Sample Point
(constructed on new water main)
1
EA.
$
164.80
$ 187.30
$ 293.44
$ 333.49
$ 458.24
$520.79
A41 Bacteriological Sample Point
(using a water service or fire hydrant)
1
EA.
$
164.80
$ 187.30
$ 293.44
$ 333.49
$ 458.24
$520.79
A42 2" Manual Air Release Valve
1
EA.
$
4,284.80
$ 4,869.68
$ 651.84
$ 740.82
$ 4,936.64
$5,610.49
A43 2" Automatic Air Release Valve
1
EA.
$
4,605.13
$ 5,233.73
$ 574.56
$ 652.99
$ 5,179.69
$5,886.72
A44 Dewatering
(a) 0'-6'
1
L. F.
NA
$ 18.91
$ 21.49
$ 18.91
$21.49
(b) 6'-12'
1
L. F.
NA
$ 22.16
$ 25.19
$ 22.16
$25.19
(c) 12'-18'
1
L. F.
NA
$ 28.27
$ 32.13
$ 28.27
$32.13
A45 Remove Pressure Pipe
$ -
$0.00
(a) 3"
1
L. F.
NA
$ 7.34
$ 8.34
$ 7.34
$8.34
(b) 4"
1
L. F.
NA
$ 9.78
$ 11.11
$ 9.78
$11.11
(c) 6"
1
L. F.
NA
$ 9.78
$ 11.11
$ 9.78
$11.11
(d) 8"
1
L. F.
NA
$ 9.78
$ 11.11
$ 9.78
$11.11
(e) 10"
1
L. F.
NA
$ 12.06
$ 13.71
$ 12.06
$13.71
(f) 12"
1
L. F.
NA
$ 15.09
$ 17.15
$ 15.09
$17.15
(g) 16"
1
L. F.
NA
$ 17.24
$ 19.59
$ 17.24
$19.59
(h) ICost Credit
1
L. F.
NA
$ 0.10
$ 0.11
$ 0.10
$0.11
A46 Grout and Abandon Pressure Pipe
(a) 3"
1
L. F.
$
1.15
$ 1.31
$ 2.87
$ 3.26
$ 4.02
$4.57
(b) 4"
1
L. F.
$
1.15
$ 1.31
$ 2.87
$ 3.26
$ 4.02
$4.57
(c) 6"
1
L. F.
$
2.48
$ 2.82
$ 3.83
$ 4.35
$ 6.31
$7.17
(d) 8"
1
L. F.
$
2.98
$ 3.38
$ 3.83
$ 4.35
$ 6.81
$7.74
(e) 10"
1
L. F.
$
3.97
$ 4.51
$ 4.59
$ 5.22
$ 8.56
$9.73
(f) 12"
1
L. F.
$
4.79
$ 5.44
$ 4.59
$ 5.22
$ 9.38
$10.66
(g) 14"
1
L. F.
$
5.62
$ 6.39
$ 5.75
$ 6.53
$ 11.37
$12.92
(h) 16"
1
L. F.
$
6.45
$ 7.33
$ 5.75
$ 6.53
$ 12.19
$13.86
(i) 18"
1
L. F.
$
7.27
$ 8.26
$ 5.75
$ 6.53
$ 13.02
$14.79
(j) 20"
1
L. F.
$
8.10
$ 9.20
$ 5.75
$ 6.53
$ 13.84
$15.73
(k) 22"
1
L. F.
$
8.93
$ 10.15
$ 5.75
$ 6.53
$ 14.68
$16.68
(1) 24"
1
L. F.
$
9.59
$ 10.90
$ 7.66
$ 8.71
$ 17.25
$19.60
A47 lRemove Sanitary Sewer Main
(a) 8"
1
L. F.
NA
$ 9.63
$ 10.95
$ 9.63
$10.95
(b) 10"
1 1
L. F.
NA
$ 11.01
$ 12.51
$ 11.01
$12.51
(b) 12"
1
L. F.
NA
$ 12.85
$ 14.60
$ 12.85
$14.60
(c) 18"
1
L. F.
NA
$ 19.26
$ 21.89
$ 19.26
$21.89
(d) 24"
1
L. F.
NA
$ 22.01
$ 25.01
$ 22.01
$25.01
(e) Cost Credit
1
L. F.
NA
$ 0.10
$ 0.11
$ 0.10
$0.11
A48 lGrout and Abandon Sanitary Sewer Main
(a) 8"
1 1
L. F.
$
2.98
$ 3.38
$ 4.59
$ 5.22
$ 7.57
$8.60
(b) 10"
1
L. F.
$
3.97
$ 4.51
$ 5.11
$ 5.80
$ 9.07
$10.31
(b) 12"
1
L. F.
$
4.79
$ 5.44
$ 5.33
$ 6.06
$ 10.12
$11.50
(c) 18"
1
L.F.
$
7.27
$ 8.26
$ 6.56
$ 7.46
$ 13.84
$15.72
(d) 24"
1
L. F.
$
9.59
$ 10.90
$ 11.49
$ 13.06
$ 21.08
$23.96
5 of 17 18
Exhibit 1 - Amendment 11CK Contractors & Development)
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit
Price Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total unit
Price (Material +
Installation)
A49 Remove Sanitary Sewer Manhole
(a) 0'-6'
1
EA.
$
316.21
$ 359.37
$ 848.96
$
964.84
$ 1,165.17
$1,324.22
(b) 6'-8'
1
EA.
$
316.21
$ 359.37
$ 848.96
$
964.84
$ 1,165.17
$1,324.22
(c) 8'-10'
1
EA.
$
474.83
$ 539.64
$ 1,234.24
$
1,402.71
$ 1,709.07
$1,942.36
(d) 10'-12'
1
EA.
$
474.83
$ 539.64
$ 1,281.28
$
1,456.17
$ 1,756.11
$1,995.82
(e) 12'-14'
1
EA.
$
592.25
$ 673.09
$ 1,498.56
$
1,703.11
$ 2,090.81
$2,376.21
A50 Outside drop on Manhole
(a) 6'-8'
1
EA.
$
644.78
$ 732.79
$ 1,105.44
$
1,256.33
$ 1,750.22
$1,989.13
(b) 8'-l0'
1
EA.
$
747.78
$ 849.85
$ 1,105.44
$
1,256.33
$ 1,853.22
$2,106.18
(c) 10'-12'
1
EA.
$
1,056.78
$ 1,201.03
$ 1,284.64
$
1,459.99
$ 2,341.42
$2,661.02
A51 Relocate Fire Hydrant
1
EA.
$
242.OS
$ 275.09
$ 1,428.00
$
1,622.92
$ 1,670.05
$1,898.01
A52 2" Jumper Connection
1
EA.
$
1,478.05
$ 1,679.80
$ 873.60
$
992.85
$ 2,351.65
$2,672.65
A53 Asbestos Pipe Abatment
(a) 6"
1
L. F.
NA
$ 73.92
$
84.01
$ 73.92
$84.01
(b) 8"
1
L. F.
NA
$ 75.04
$
85.28
$ 75.04
$85.28
(c) 10"
1
L. F.
NA
$ 76.16
$
86.56
$ 76.16
$86.56
(d) 12"
1
L. F.
NA
$ 77.44
$
88.01
$ 77.44
$88.01
(e) 16"
1
L. F.
NA
$ 79.07
$
89.87
$ 79.07
$89.87
A54 Root Barrier
1
L.F.
$
16.53
$ 18.79
$ 11.20
$
12.73
$ 27.73
$31.52
A55 Utility Pole Support
1
EA
$
10.30
$ 11.71
$ 1,484.00
$
1,686.57
$ 1,494.30
$1,698.27
A56 Remove and Reinstall Trees
1
EA
$
463.50
$ 526.77
$ 280.00
$
318.22
$ 743.50
$844.99
A57 Schedule 40 PVC Casing Pipe
(a) 4"
1
L.F.
NA
$ 9.78
$
11.11
$ 9.78
$11.11
(b) 6"
1
L.F.
NA
$ 9.78
$
11.11
$ 9.78
$11.11
(c) 8"
1
L.F.
NA
$ 9.78
$
11.11
$ 9.78
$11.11
(d) l0"
1
L.F.
NA
$ 9.78
$
11.11
$ 9.78
$11.11
(e) 12"
1
L.F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
(f) 14"
1
L.F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
(g) 16"
1
L. F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
(h) 18"
1
L. F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
(i) 20"
1
L.F.
NA
j $ 12.06
$
13.71
$ 12.06
$13.71
(j) 22"
1
L. F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
(k) 24"
1
L. F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
A58 Steel casing
(a) 4"
1
L. F.
NA
$ 9.78
$
11.11
$ 9.78
$11.11
(b) 6"
1
L. F.
NA
$ 9.78
$
11.11
$ 9.78
$11.11
(c) 8"
1
L. F.
NA
$ 9.78
$
11.11
$ 9.78
$11.11
(d) 10"
1
L. F.
NA
$ 9.78
$
11.11
$ 9.78
$11.11
(e) 12"
1
L. F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
(f) 14"
1
L. F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
(g) 16"
1
L. F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
(h) 18"
1
L. F,
NA
$ 12.06
$
13.71
$ 12.06
$13.71
(i) 20"
1
L. F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
(j) 22"
1
L.F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
(k) 24"
1
L.F.
NA
$ 12.06
$
13.71
$ 12.06
$13.71
SECTION B -Restoration
B1 Pavement Repair and Replacement
(a) Asphalt Road
1
S.Y.
$
19.57
$ 22.24
$ 24.64
$
28.00
$ 44.21
$50.24
(b) Asphalt Driveway
1
S.Y.
$
20.60
$ 23.41
$ 24.64
$
28.00
$ 45.24
$51.42
(c) Asphalt Millings
1
S.Y.
$
6.18
$ 7.02
$ 24.64
$
28.00
$ 30.82
$35.03
(d) Asphalt overlay
1
S.Y.
$
4.64
$ 5.27
$ 14.00
$
15.91
$ 18.64
$21.18
(e) Add. S-3 Asphalt
1
Ton
$
108.15
$ 122.91
$ 72.80
$
82.74
$ 180.95
$205.65
(f) Cold Mix Asphalt
1
Ton
$
77.25
$ 87.79
$ 22.40
$
25.46
$ 99.65
$113.25
(g) Concrete Driveway (6")
1
S.Y.
$
46.35
$ 52.68
$ 11.20
$
12.73
$ 57.55
$65.41
(h) Concrete Sidewalk (4")
1
S.Y.
$
36.05
$ 40.97
$ 11.20
$
12.73
$ 47.25
$53.70
(i) Concrete Curb
1. Curb and Gutter
1
L. F.
$
17.51
$ 19.90
$ 7.84
$
8.91
$ 25.35
$28.81
2.'D'Curb
1
L. F.
$
16.48
$ 18.73
$ 3.36
$
3.82
$ 19.84
$22.55
(j) Concrete Driveway Paver Block
1
S.Y.
$
43.26
$ 49.16
$ 8.96
$
10.18
$ 52.22
$59.35
(k) Lime rock Driveway
1
S.Y.
$
18.03
$ 20.49
$ 8.40
$
9.55
$ 26.43
$30.03
6 of 17 19
Exhibit 1 -Amendment 11CK Contractors & Develonmenti
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit
Price Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total unit
Price (Material +
Installation)
(1)
jAsphalt sidewalk
1
S.Y.
$
18.54
$ 21.07
$ 28.00
$
31.82
$ 46.54
$52.89
B2
Milling Asphalt
1
S.Y.
$
5.15
$ 5.85
$ 16.80
$
19.09
$ 21.95
$24.95
B3
Coquina Rock Base
1
C.Y.
$
14.94
$ 16.97
$ 8.96
$
10.18
$ 23.90
$27.16
B4
Flowable Fill
(a) 0 - 4 cy (include short load fees)
1
C.Y.
$
169.95
$ 193.15
$ 22.40
$
25.46
$ 192.35
$218.61
(b) 14 - 8 cy (include short load fees)
1
C.Y.
$
159.65
$ 181.44
$ 20.16
$
22.91
$ 179.81
$204.35
(c) 1>8cy
1
C.Y.
$
139.05
$ 158.03
$ 17.92
$
20.37
$ 156.97
$178.40
B5
Miscellaneous Materials
(a) Sand
1
C.Y.
$
7.21
$ 8.19
$ 28.00
$
31.82
$ 35.21
$40.02
(b) Fill
1
C.Y.
$
5.67
$ 6.44
$ 39.20
$
44.55
$ 44.87
$50.99
(c) #57 Rock
1
C.Y.
$
30.90
$ 35.12
$ 35.84
$
40.73
$ 66.74
$75.85
(d) Shell Rock
1
C.Y.
$
28.84
$ 32.78
$ 35.84
$
40.73
$ 64.68
$73.51
(e) Suremix Concrete 80#
1
Bag
$
11.02
$ 12.53
$ 13.44
$
15.27
$ 24.46
$27.80
B6
Sod Replacement
(a)
Bahia
1
S.Y.
$
1.08
$ 1.23
$ 1.18
$
1.34
$ 2.26
$2.57
(b)
Floratam
1
S.Y.
$
2.16
$ 2.46
$ 2.30
$
2.61
$ 4.46
$5.07
B7
Seed and Mulch
1
S.Y.
$
1.60
$ 1.81
$ 1.74
$
1.97
$ 3.33
$3.79
B8
Mailbox Removal and Reinstallation
1
EA
$
10.30
$ 11.71
$ 140.00
$
159.11
$ 150.30
$170.82
B9
Sprinkler System Repair per Yard
1
EA
$
103.00
$ 117.06
$ 140.00
$
159.11
$ 243.00
$276.17
B10 Handicap Ramp Restoration
1
EA
$
901.25
$ 1,024.27
$ 1,512.00
$
1,718.39
$ 2,413.25
$2,742.66
SECTION C - High Density Polyethylene Piping & Horizontal Directional Boring
C1
High Density Polyethylene Pipe (HDPE) -Trench
(a) 2 -inch
1
L. F.
$
1.24
$ 1.40
$ 7.34
$
8.34
$ 8.57
$9.74
(b) 4 -inch
1
L. F.
$
4.96
$ 5.64
$ 8.40
$
9.55
$ 13.36
$15.19
(c) 6 -inch
1
L. F.
$
9.92
$ 11.27
$ 9.80
$
11.14
$ 19.72
$22.41
(d) 8 -inch
1
L. F.
$
14.33
$ 16.28
$ 10.64
$
12.09
$ 24.97
$28.38
(e) 12 inch
1
L. F.
$
35.27
$ 40.08
$ 9.80
$
11.14
$ 45.07
$51.22
(f) 16 -inch
1
L. F.
$
60.62
$ 68.89
$ 9.80
$
11.14
$ 70.42
$80.03
(g) 18 -inch
1
L. F.
$
94.78
$ 107.72
$ 9.80
$
11.14
$ 104.58
$118.86
(h) 20 -inch
1
L. F.
$
99.19
$ 112.73
$ 9.80
$
11.14
$ 108.99
$123.87
(i) 24 -inch
1
L. F.
$
110.21
$ 125.25
$ 9.80
$
11.14
$ 120.01
$136.39
C2
Horizontal Directional Boring (HDPE) -HDD
(b) 4 -inch
1
L. F.
$
4.96
$ 5.64
$ 178.08
$
202.39
$ 183.04
$208.03
(c) 6 -inch
1
L. F.
$
9.92
$ 11.27
$ 328.16
$
372.95
$ 338.08
$384.23
(d) 8 -inch
1
L. F.
$
14.33
$ 16.28
$ 338.24
$
384.41
$ 352.57
$400.69
(e) 12 inch
1
L. F.
$
35.27
$ 40.08
$ 836.64
$
950.84
$ 871.91
$990.92
(f) 16 -inch
1
L. F.
$
60.62
$ 68.89
$ 875.84
$
995.39
$ 936.46
$1,064.28
(g) 18 -inch
1
L. F.
$
94.78
$ 107.72
$ 898.24
$
1,020.85
$ 993.02
$1,128.57
h 20 -inch
1
L. F.
$
99.19
$ 112.73
$ 985.60
$
1,120.13
$ 1,084.79
$1,232.86
(i) 24 -inch
1
L. F.
$
110.21
$ 125.25
$ 1,052.80
$
1,196.51
$ 1,163.01
$1,321.76
C3
Horizontally Directional Drilled -PVC Driveway Bores
20 -foot length
(a) 4 -inch
1
EA.
$
98.88
$ 112.38
$ 1,083.04
$
1,230.87
$ 1,181.92
$1,343.25
(b) 6 -inch
1
EA.
$
198.79
$ 225.92
$ 1,618.40
$
1,839.31
$ 1,817.19
$2,065.24
(c) 8 -inch
1
EA.
$
295.61
$ 335.96
$ 1,898.40
$
2,157.53
$ 2,194.01
$2,493.49
(d) 12 -inch
1
EA.
1 $
705.55
$ 801.86
$ 3,186.40
$
3,621.34
$ 3,891.95
$4,423.20
40 -foot length
(a) 4 -inch
1
EA.
$
198.79
$ 225.92
$ 1,472.80
$
1,673.84
$ 1,671.59
$1,899.76
(b) 6 -inch
1
EA.
$
396.55
$ 450.68
$ 1,898.40
$
2,157.53
$ 2,294.95
$2,608.21
(c) 8 -inch
1
EA.
$
590.19
$ 670.75
$ 2,738.40
$
3,112.19
$ 3,328.59
$3,782.94
(d) 12 -inch
1
EA.
$
1,411.10
$ 1,603.72
$ 6,546.40
$
7,439.98
$ 7,957.50
$9,043.70
60 -foot length
(a) 4 -inch
1
EA.
$
297.67
$ 338.30
$ 1,864.80
$
2,119.35
$ 2,162.47
$2,457.65
(b) 6 -inch
1
EA.
$
595.34
$ 676.60
$ 2,850.40
$
3,239.48
$ 3,445.74
$3,916.08
(c) 8 -inch
1
EA.
$
885.80
$ 1,006.71
$ 5,034.40
$
5,721.60
$ 5,920.20
$6,728.31
(d) 12 -inch
1
EA.
$
2,116.65
$ 2,405.57
$ 8,898.40
$ 10,113.03
$ 11,015.05
$12,518.60
SECTION D: Time and Materials Rates (TO BE USED ON T&M ORDERS ONLY)
D1
Equipment Hourly Rates
(a) Trackhoe (specify model)
(medium)
1
Hr.
NA
$ 115.00
$
130.70
$ 115.00
$130.70
(large)
1
Hr.
NA
$ 115.00
$
130.70
$ 115.00
$130.70
(b) Combination Backhoe
1
Hr.
NA
$ 50.00
$
56.83
$ 50.00
$56.83
7 of 17 20
Exhibit 1 - Amendment 1 (CK Contractors & DeveloDmentl
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit Installed Unit
Price Material Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total unit
Price (Material +
Installation)
(c) Front end Loader
1
Hr.
NA
$
105.00
$ 119.33
$ 105.00
$119.33
(d) Grader
1
Hr.
NA
$
98.00
$ 111.38
$ 98.00
$111.38
(e) Dump Truck ( 9 C.Y.)
1
Hr.
NA
$
45.00
$ 51.14
$ 45.00
$51.14
(f) Tandem Dump Truck (18 C.Y.)
1
Hr.
NA
$
55.00
$ 62.51
$ 55.00
$62.51
(g) Forklift
1
Hr.
NA
$
1.00
$ 1.14
$ 1.00
$1.14
(h) Crew Truck with hand tools
1
Hr.
NA
$
25.00
$ 28.41
$ 25.00
$28.41
(i) Trash Pump 3"
1
Hr.
NA
$
10.00
$ 11.37
$ 10.00
$11.37
(j) Trash Pump 2"
1
Hr.
NA
$
1.00
$ 1.14
$ 1.00
$1.14
(k) Walk behind Vibrating Roller
1
Hr.
NA
$
10,00
$ 11.37
$ 10.00
$11.37
(1) Rev. Plate Compactor
1
Hr.
NA
$
8.00
$ 9.09
$ 8.00
$9.09
(m) Jumping Jack
1
Hr.
NA
$
1.00
$ 1.14
$ 1.00
$1.14
(n) Cut off saw (14")
1
Hr.
NA
$
6.00
$ 6.82
$ 6.00
$6.82
(o) Street saw (14")
1
Hr.
NA
$
6.00
$ 6.82
$ 6.00
$6.82
(p) Gradall
1
Hr.
NA
$
107.00
$ 121.61
$ 107.00
$121.61
(q) Roller
1
Hr.
NA
$
10.00
$ 11.37
$ 10.00
$11.37
(r) Welding Truck
1
Hr.
NA
$
10.00
$ 11.37
$ 10.00
$11.37
(s) Welder
1
Hr.
NA
$
7.00
$ 7.96
$ 7.00
$7.96
(t) Cement Mixer
1
Hr.
NA
$
3.00
$ 3.41
$ 3.00
$3.41
(u) Box Blade
1
Hr.
NA
$
35.00
$ 39.78
$ 35.00
$39.78
(v) Water Truck
1
Hr.
NA
$
15.00
$ 17.05
$ 15.00
$17.05
(w) 1000 gpm sump pump
1
Hr.
NA
$
7.00
$ 7.96
$ 7.00
$7.96
D2
Crew Hourly Rates
(a) Crew Man
1
Hr.
NA
$
45.00
$ 51.14
$ 45.00
$51.14
(b) Foreman
1
Hr.
NA
$
80.00
$ 90.92
$ 80.00
$90.92
(c) Supervisor
1
Hr.
NA
$
95.00
$ 107.97
$ 95.00
$107.97
(d) 3man crew includes lsupervisor
1
Hr.
NA
$
215.00
$ 244.35
$ 215.00
$244.35
(e) 4 man crew includes l supervisor
1
Hr.
NA
$
260.00
$ 295.49
$ 260.00
$295.49
(f) 5 man crew includes 1 supervisor
1
Hr.
NA
$
305.00
$ 346.63
$ 305.00
$346.63
D3
lovertime Crew Hourly Rates
(a) Crew Man
1
Hr.
NA
$
67.50
$ 76.71
$ 67.50
$76.71
(b) Foreman
1
Hr.
NA
$
120.00
$ 136.38
$ 120.00
$136.38
(c) Supervisor
1
Hr.
NA
$
135.00
$ 153.43
$ 135.00
$153.43
(d) 3man crew includes lsupervisor
1
Hr.
NA
$
322.50
$ 366.52
$ 322.50
$366.52
(e) 4 man crew includes 1 supervisor
1
Hr.
NA
$
390.00
$ 443.24
$ 390.00
$443.24
(f) 5 man crew includes 1 supervisor
1
Hr.
NA
$
457.50
$ 519.95
$ 457.50
$519.95
D4
Nightime Crew Hourly Rates
(a) Crew Man
1
Hr.
NA
$
69.00
$ 78.42
$ 69.00
$78.42
(b) Foreman
1
Hr.
NA
$
120.00
$ 136.38
$ 120.00
$136.38
(c) Supervisor
1
Hr.
NA
$
135.00
$ 153.43
$ 135.00
$153.43
(d) 3 man crew includes 1 supervisor
1
Hr.
NA
$
322.50
$ 366.52
$ 322.50
$366.52
(e) 4 man crew includes 1 supervisor
1
Hr.
NA
$
390.00
$ 443.24
$ 390.00
$443.24
(f) 5 man crew includes 1 supervisor
1
Hr.
NA
$
457.50
$ 519.95
$ 457.50
$519.95
SECTION E: Miscellaneous Materials & Sub -Contractors
E1 Materials Actual Cost+10
E2 Sub -Contractor Actual Cost + 10%
Total (CK Contractors and Development): $ 526,624.27 $598,508.48
8 of 17 21
Exhibit 1- Amendment 1(Hinterland Grouo)
Item
No.
I
Description
quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material+
Installation)
Revised total Unit
Price (Material+
Installation)
SECTION A - UNIT COST/PRICES
Al
Mobilization
(a) Emergency Event
1
EA
$
$ 2,500.00
$ 2,841.25
$ 2,500.00
$2,841.25
(b) Non - Emergency Event
1
EA
$
$ 1,500.00
$ 1,704.75
$ 1,500.00
$1,704.75
A2
Temporary Traffic Control
(a) Residential Street
1
L. F.
$
1.00
$
1.14
$ 0.50
$ 0.57
$ 1.50
$1.70
(b) Arterial Roadway
1
L. F.
$
2.00
$
2.27
$ 1.00
$ 1.14
$ 3.00
$3.41
(c) FDOT Roadway
1
L. F.
$
3.00
$
3.41
$ 1.00
$ 1.14
$ 4.00
$4.55
A3
Video Documentation
(a)
Pre -Construction
1
L. F.
$
1.00
$
1.14
$ -
$ 1.00
$1.14
(b)
Post -Construction Video
1
L. F.
$
1.00
$
1.14
$ -
$ 1.00
$1.14
A4
Water Main - PVC
(a) 2 -inch
1
L. F.
$
2.00
$
2.27
$ 10.00
$ 11.37
$ 12.00
$13.64
(b) 4 -inch
1
L. F.
$
3.00
$
3.41
$ 10.00
$ 11.37
$ 13.00
$14.77
(c) 6 -inch
1
L. F.
$
5.00
$
5.68
$ 12.00
$ 13.64
$ 17.00
$19.32
(d) 8 -inch
1
L. F.
$
9.00
$
10.23
$ 14.00
$ 15.91
$ 23.00
$26.14
(e) 10 inch
1
L. F.
$
13.00
$
14.77
$ 15.00
$ 17.05
$ 28.00
$31.82
(f) 12 inch
1
L. F.
$
18.00
$
20.46
$ 18.00
$ 20.46
$ 36.00
$40.91
(g) 16 -inch
1
L. F.
$
34.00
$
38.64
$ 22.00
$ 25.00
$ 56.00
$63.64
(h) 18 -inch
1
L. F.
$
41.00
$
46.60
$ 26.00
$ 29.55
$ 67.00
$76.15
(i) 20 -inch
1
L. F.
$
50.00
$
56.83
$ 30.00
$ 34.10
$ 80.00
$90.92
()) 24 -inch
1
L. F.
$
70.00
$
79.56
$ 35.00
5 39.78
$ 105.00
$119.33
AS
Water Main - DIP
Cement Lined Interior for Water Mains
(a) 4 -inch
1
L. F.
$
20.00
$
22.73
$ 12.00
$ 13.64
$ 32.00
$36.37
(b) 6 inch
1
L. F.
$
16.00
$
18.18
$ 13.00
$ 14.77
$ 29.00
$32.96
(c) 8 -inch
1
L. F.
$
22.00
$
25.00
$ 14.00
$ 15.91
$ 36.00
$40.91
(d) 10 -inch
1
L. F.
$
30.00
$
34.10
$ 16.00
$ 18.18
$ 46.00
$52.28
(e) 12 -inch
1
L. F.
$
38.00
$
43.19
$ 18.00
$ 20.46
$ 56.00
$63.64
(f) 16 -inch
1
L. F.
$
55.00
$
62.51
$ 25.00
$ 28.41
$ 80.00
$90.92
(g) 18 -inch
1
L. F.
$
62.00
$
70.46
$ 32.00
$ 36.37
$ 94.00
$106.83
(h) 20 -inch
i
L. F.
$
72.00
$
81.83
$ 35.00
$ 39.78
$ 107.00
$121.61
A6
Sewer Pipe - DIP
Epoxy Lined Interior for Sewer Force Mains
(a) 4 -inch
1
L. F.
$
32.00
$
36.37
$ 14.00
$ 15.91
$ 46.00
$52.28
(b) 6 inch
1
L. F.
$
28.00
$
31.82
$ 14.00
$ 15.91
$ 42.00
$47.73
(c) 8 -inch
1
L. F.
$
30.00
$
34.10
$ 15.00
$ 17.05
$ 45.00
$51.14
(d) 10 -inch
1
L. F.
$
38.00
$
43.19
$ 18.00
$ 20.46
$ 56.00
$63.64
(e) 12 -inch
1
L. F.
$
58.00
$
65.92
$ 20.00
$ 22.73
$ 78.00
$88.65
(f) 16 -inch
1
L. F.
$
80.00
$
90.92
$ 28.00
$ 31.82
$ 108.00
$122.74
(g) 18 -inch
1
L. F.
$
94.00
$
106.83
$ 34.00
$ 38.64
$ 128.00
$145.47
(h) 20 -inch
1
L. F.
$
102.00
$
115.92
$ 38.00
$ 43.19
$ 140.00
$159.11
(i) 24 -inch
1
L. F.
$
130.00
$
147.75
$ 45.00
$ 51.14
$ 175.00
$198.89
A7
PVC Gravity Sewer - 8 inch
(a) 0'-6'
1
L. F.
$
6.00
$
6.82
$ 35.00
$ 39.78
$ 41.00
$46.60
(b) 6'-8'
1
L. F.
$
6.00
$
6.82
$ 40.00
$ 45.46
$ 46.00
$52.28
(c) 8'40'
1
L. F.
$
6.00
$
6.82
$ 50.00
$ 56.83
$ 56.00
$63.64
(d) 10'-12'
1
L. F.
$
6.00
$
6.82
$ 75.00
$ 85.24
$ 81.00
$92.06
(e) 12'-14'
1
L. F.
$
6.00
$
6.82
$ 100.00
$ 113.65
$ 106.00
$120.47
(f) Cost Credit
1
L. F.
NA
$ -
A8
PVC Gravity Sewer - 10 inch
(a) 0'-6'
1
L. F.
$
8.00
$
9.09
$ 35.00
$ 39.78
$ 43.00
$48.87
(b) 6'-8'
1
L. F.
$
8.00
$
9.09
$ 40.00
$ 45.46
$ 48.00
$54.55
(c) 8'-10'
1
L. F.
$
8.00
$
9.09
$ 50.00
$ 56.83
$ 58.00
$65.92
(d) 10'-12'
1
L. F.
$
8.00
$
9.09
$ 75.00
$ 85.24
$ 83.00
$94.33
(e) 12'-14'
1
L. F.
$
8.00
$
9.09
$ 100.00
$ 113.65
$ 108.00
$122.74
9of17 22
Exhibit 1- Amendment 1(Hinterland Group)
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material+
Installation)
Revised total Unit
Price (Material+
Installation)
(f)
Cost Credit
1
L. F.
NA
$ -
A9 Connect to Existing Pipe (<12")
(a)
(<12")
1
EA
$ 250.00
$
284.13
$ 500.00
$
568.25
$ 750.00
$852.38
(b)
(>=12")
1
EA
$ 450.00
$
511.43
$ 800.00
$
909.20
$ 1,250.001
$1,420.63
A10 Precast Concrete Manhole -Lined
(a) 0'-6'
1
EA.
$ 4,000.00
$
4,546.00
$ 3,500.00
$
3,977.75
$ 7,500.00
$8,523.75
(b) 6'-8'
1
EA.
$ 5,000.00
$
5,682.50
$ 3,500.00
$
3,977.75
$ 8,500.00
$9,660.25
(c) 8'-10'
1
EA.
$ 6,000.00
$
6,819.00
$ 5,000.00
$
5,682.50
$ 11,000.00
$12,501.50
(d) 10'-12'
1
EA.
$ 7,000.00
$
7,955.50
$ 7,000.00
$
7,955.50
$ 14,000.00
$15,911.00
(e) 12'-14'
1
EA.
$ 8,000.00
$
9,092.00
$ 10,000.00
$ 11,365.00
$ 18,000.00
$20,457.00
All Precast Concrete Manhole -Unlined
(a) 0'-6'
1
EA.
$ 3,000.00
$
3,409.50
$ 3,500.00
$
3,977.75
$ 6,500.00
$7,387.25
(b) 6'-8'
1
EA.
$ 4,000.00
$
4,546.00
$ 3,500.00
$
3,977.75
$ 7,500.00
$8,523.75
(c) 8'-10'
1
EA.
$ 5,000.00
$
5,682.50
$ 5,000.00
$
5,682.50
$ 10,000.00
$11,365.00
(d) 10'-12'
1
EA.
$ 6,000.00
$
6,819.00
$ 7,000.00
$
7,955.50
$ 13,000.00
$14,774.50
(e) 12'-14'
1
EA.
$ 7,000.00
$
7,955.50
$ 10,000.00
$ 11,365.00
$ 17,000.00
$19,320.50
Al2 Mechanical Joint Bell Restraints -PVC
(a) 2 -inch
1
EA.
$ 35.00
$
39.78
$ 50.00
$
56.83
$ 85.00
$96.60
(b) 4 -inch
1
EA.
$ 35.00
$
39.78
$ 50.00
$
56.83
$ 85.00
$96.60
(c) 6 -inch
1
EA.
$ 50.00
$
56.83
$ 50.00
$
56.83
$ 100.00
$113.65
(d) 8 -inch
1
EA.
$ 75.00
$
85.24
$ 60.00
$
68.19
$ 135.00
$153.43
(e) 10 -inch
1
EA.
$ 132.00
$
150.02
$ 100.00
$
113.65
$ 232.00
$263.67
(f) 12 -inch
1
EA.
$ 145.00
$
164.79
$ 150.00
$
170.48
$ 295.00
$335.27
(g) 16 -inch
1
EA.
$ 350.00
$
397.78
$ 150.00
$
170.48
$ 500.00
$568.25
(h) 18 -inch
1
EA.
$ 430.00
$
488.70
$ 200.00
$
227.30
$ 630.00
$716.00
(i) 20 -inch
1
EA.
$ 590.00
$
670.54
$ 220.00
$
250.03
$ 810.00
$920.57
(j) 24 -inch
1
EA.
$ 690.00
$
784.19
$ 300.00
$
340.95
$ 990.00
$1,125.14
A13 Mechanical Joint Bell Restraints -Ductile Iron
(a) 2 -inch
1
EA.
$ 35.00
$
39.78
$ 50.00
$
56.83
$ 85.00
$96.60
(b) 4 -inch
1
EA.
$ 35.00
$
39.78
$ 50.00
$
56.83
$ 85.00
$96.60
(c) 6 -inch
1
EA.
$ 48.00
$
54.55
$ 50.00
$
56.83
$ 98.00
$111.38
(d) 8 -inch
1
EA.
$ 75.00
$
85.24
$ 60.00
$
68.19
$ 135.00
$153.43
(e) 10 -inch
1
EA.
$ 132.00
$
150.02
$ 100.00
$
113.65
$ 232.00
$263.67
(f) 12 -inch
1
EA.
$ 145.00
$
164.79
$ 150.00
$
170.48
$ 295.00
$335.27
(g) 16 -inch
1
EA.
$ 350.00
$
397.78
$ 150.00
$
170.48
$ 500.00
$568.25
(h) 18 -inch
1
EA.
$ 430.00
$
488.70
$ 200.00
$
227.30
$ 630.00
$716.00
(i) 20 -inch
1
EA.
$ 590.00
$
670.54
$ 220.00
$
250.03
$ 810.00
$920.57
(j) 24 -inch
1
EA.
$ 690.00
$
784.19
$ 300.00
$
340.95
$ 990.00
$1,125.14
A14 Ductile Iron Fittings
1
TONS
$ 3,400.00
$
3,864.10
$ 5,000.00
$
5,682.50
$ 8,400.00
$9,546.60
(C-153 Compact Fittings)
(Interior Cement Lined)
Aly Ductile Iron Fittings
1
TONS
$ 3,600.00
$
4,091.40
$ 5,000.00
$
5,682.50
$ 8,600.00
$9,773.90
(C-153 Compact Fittings)
(Interior Cement Lined and Exterior Fusion Bonded
Epoxy Coated)
A16 Ductile Iron Fittings
1
TONS
$ 7,400.00
$
8,410.10
$ 5,000.00
$
5,682.50
$ 12,400.00
$14,092.60
(C-153 Compact Fittings)
(Interior Epoxy Coated)
A17 Fitting Restraint (Per one (1) unit)
(b) 4 -inch
1
EA.
$ 35.00
$
39.78
$ 50.00
$
56.83
$ 85.00
$96.60
(c) 6 -inch
1
EA.
$ 45.00
$
51.14
$ 50.00
$
56.83
$ 95.00
$107.97
(d) 8 -inch
1
EA.
$ 60.00
$
68.19
$ 50.00
$
56.83
$ 110.00
$125.02
(e) 10 -inch
1
EA.
$ 105.00
$
119.33
$ 100.00
$
113.65
$ 205.00
$232.98
(f) 12 -inch
1
EA.
$ 112.00
$
127.29
$ 100.00
$
113.65
$ 212.00
$240.94
(g) 16 -inch
1
EA.
$ 232.00
$
263.67
$ 120.00
$
136.38
$ 352.00
$400.05
(h) 18 -inch
1
EA.
$ 250.00
$
284.13
$ 150.00
$
170.48
$ 400.00
$454.60
(i) 20 -inch
1
EA.
$ 305.00
$
346.63
$ 150.00
$
170.48
$ 455.00
$517.11
(j) 24 -inch
1
EA.
$ 365.00
1 $
414.82 1
$ 200.00
$
227.30 1
$ 565.00
$642.12
10 of 17 23
Exhibit 1- Amendment 1 (Hinterland Group)
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material+
Installation)
Revised total Unit
Price (Material +
Installation)
A18
Fitting Restraint (Per one (1) per unit)
(Stainless Steel Hardware)
(b) 4 -inch
1
EA.
$
60.00
$
68.19
$ 65.00
$
73.87
$ 125.00
$142.06
(c) 6 -inch
1
EA.
$
75.00
$
85.24
$ 65.00
$
73.87
$ 140.00
$159.11
(d) 8 -inch
1
EA.
$
90.00
$
102.29
$ 65.00
$
73.87
$ 155.00
$176.16
(e) 10 -inch
1
EA.
$
140.00
$
159.11
$ 125.00
$
142.06
$ 265.00
$301.17
(f) 12 -inch
1
EA.
$
150.00
$
170.48
$ 125.00
$
142.06
$ 275.00
$312.54
(g) 16 -inch
1
EA.
$
300.00
$
340.95
$ 125.00
$
142.06
$ 425.00
$483.01
(h) 18 -inch
1
EA.
$
350.00
$
397.78
$ 150.00
$
170.48
$ 500.00
$568.25
(i) 20 -inch
1
EA.
$
420.00
$
477.33
$ 200.00
$
227.30
$ 620.00
$704.63
(j) 24 -inch
1
EA.
$
520.00
$
590.98
$ 250.00
$
284.13
$ 770.00
$875.11
A19 Tapping Sleeve and Valve
(pressure test & tap included)
(a) 6"x6"
1
EA.
$
1,800.00
$
2,045.70
$ 2,000.00
$
2,273.00
$ 3,800.00
$4,318.70
(b) 8"x6"
1
EA.
$
1,800.00
$
2,045.70
$ 2,000.00
$
2,273.00
$ 3,800.00
$4,318.70
(c) 8"x8"
1
EA.
$
2,200.00
$
2,500.30
$ 2,000.00
$
2,273.00
$ 4,200.00
$4,773.30
(d) 10" x 6"
1
EA.
$
1,800.00
$
2,045.70
$ 2,500.00
$
2,841.25
$ 4,300.00
$4,886.95
(e) 10" x 8"
1
EA.
$
2,200.00
$
2,500.30
$ 3,000.00
$
3,409.50
$ 5,200.00
$5,909.80
(f) 12"x6"
1
EA.
$
1,800.00
$
2,045.70
$ 3,500.00
$
3,977.75
$ 5,300.00
$6,023.45
(g) 12"x8"
1
EA.
$
2,400.00
$
2,727.60
$ 3,500.00
$
3,977.75
$ 5,900.00
$6,705.35
(h) 12"x12"
1
EA.
$
4,500.00
$
5,114.25
$ 3,500.00
$
3,977.75
$ 8,000.00
$9,092.00
(i) 16" x 6"
1
EA.
$
2,400.00
$
2,727.60
$ 4,000.00
$
4,546.00
$ 6,400.00
$7,273.60
A20
Resilient Seat Gate Valve Assemblies
(a) 2 -inch
1
EA.
$
400.00
$
454.60
$ 500.00
$
568.25
$ 900.00
$1,022.85
(b) 4 -inch
1
EA.
$
650.00
$
738.73
$ 600.00
$
681.90
$ 1,250.00
$1,420.63
(c) 6 -inch
1
EA.
$
750.00
$
852.38
$ 650.00
$
738.73
$ 1,400.00
$1,591.10
(d) 8 -inch
1
EA.
$
1,050.00
$
1,193.33
$ 800.00
$
909.20
$ 1,850.00
$2,102.53
(e) 10 -inch
1
EA.
$
1,850.00
$
2,102.53
$ 1,000.00
$
1,136.50
$ 2,850.00
$3,239.03
(f) 12 -inch
1
EA.
$
2,350.00
$
2,670.78
$ 1,200.00
$
1,363.80
$ 3,550.00
$4,034.58
(g) 16 -inch
1
EA.
$
5,700.00
$
6,478.05
$ 1,800.00
$
2,045.70
$ 7,500.00
$8,523.75
A21
Eccentric Plug Valve Assemblies
(a) 6 -inch
1
EA.
$
1,200.00
$
1,363.80
$ 500.00
$
568.25
$ 1,700.00
$1,932.05
(b) 8 -inch
1
EA.
$
1,530.00
$
1,704.75
$ 600.00
$
681.90
$ 2,100.00
$2,386.65
(c) 12 -inch
1
EA.
$
2,400.00
$
2,727.60
$ 650.00
$
738.73
$ 3,050.00
$3,466.33
(d) 16 -inch
1
EA.
$
5,300.00
$
6,023.45
$ 750.00
$
852.38
$ 6,050.00
$6,875.83
(e) 18 -inch
1
EA.
$
5,900.00
$
6,705.35
$ 4,000.00
$
4,546.00
$ 9,900.00
$11,251.35
(f) 24 -inch
1
EA.
$
16,600.00
$
18,865.90
$ 4,500.00
$
5,114.25
$ 21,100.00
$23,980.15
A22
Butterfly Valve Assemblies
(a) 12 -inch
1
EA.
$
1,600.00
$
1,818.40
$ 650.00
$
738.73
$ 2,250.00
$2,557.13
(b) 16 -inch
1
EA.
$
2,600.00
$
2,954.90
$ 750.00
$
852.38
$ 3,350.00
$3,807.28
(c ) 18 -inch
1
EA.
$
2,850.00
$
3,239.03
$ 1,000.00
$
1,136.50
$ 3,850.00
$4,375.53
(d) 20 -inch
1
EA.
$
3,700.00
$
4,205.05
$ 1,000.00
$
1,136.50
$ 4,700.00
$5,341.55
A23
Ball Valve Assemblies
(a) 3/4 -inch
1
EA.
$
55.00
$
62.51
$ 25.00
$
28.41
$ 80.00
$90.92
(b) 1 -inch
1
EA.
$
75.00
$
85.24
$ 30.00
$
34.10
$ 105.00
$119.33
(c) 11/4 -inch
1
EA.
$
150.00
$
170.48
$ 35.00
$
39.78
$ 185.00
$210.25
(b) 11/2 -inch
1
EA.
$
160.00
$
181.84
$ 40.00
$
45.46
$ 200.00
$227.30
(a) 13/4 -inch
1
EA.
$
230.00
$
261.40
$ 50.00
$
56.83
$ 280.00
$318.22
(b) 2 -inch
1
EA.
$
230.00
$
261.40
$ 60.00
$
68.19
$ 290.00
$329.59
A24
Check Valve Assemblies
(a) 2 -inch
1
EA.
$
50.00
$
56.83
$ 500.00
$
568.25
$ 550.00
$625.08
(b) 4 -inch
1
EA.
$
700.00
$
795.55
$ 500.00
$
568.25
$ 1,200.00
$1,363.80
(c) 6 -inch
1
EA.
$
1,400.00
$
1,591.10
$ 650.00
$
738.73
$ 2,050.00
$2,329.83
(d) 8 -inch
1
EA.
$
1,550.00
$
1,761.58
$ 750.00
$
852.38
$ 2,300.00
$2,613.95
(e) 12 -inch
1
EA.
$
4,300.00
$
4,886.95
$ 1,200.00
$
1,363.80
$ 5,500.00
$6,250.75
(f) 16 -inch
1
EA.
$
8,400.00
$
9,546.60
$ 1,400.00
$
1,591.10
$ 9,800.00
$11,137.70
(g) 18 -inch
1
EA.
$
8,700.00
$
9,887.55
$ 1,500.00
$
1,704.75
$ 10,200.00
$11,592.30
(h) 20 -inch
1 I
EA.
1 $
9,500.00
$
10,796.75
$ 2,000.00
$
2,273.00
$ 11,500.00
$13,069.75
11 of 17 24
Exhibit 1- Amendment 1 (Hinterland Group)
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total Unit
Price (Material+
Installation)
A25 Sanitary Sewer Services
(constructed with new gravity sewer)
(a) 0'-6' (single)
1
EA.
$
650.00
$ 738.73
$ 800.00
$ 909.20
$ 1,450.00
$1,647.93
(b) 0'-6' (double)
1
EA.
$
700.00
$ 795.55
$ 800.00
$ 909.20
$ 1,500.00
$1,704.75
(c) 6' -Over (single)
1
EA.
$
650.00
$ 738.73
$ 800.00
$ 909.20
$ 1,450.00
$1,647.93
(d) 6' -Over (double)
1
EA.
$
700.00
$ 795.55
$ 800.00
$ 909.20
$ 1,500.00
$1,704.75
A26 6" Sanitary Sewer Services -Additional Footage
(a)
0'- 6'
1
L. F.
$
5.00
$ 5.68
$ 15.00
$ 17.05
$ 20.00
$22.73
(b)
16'- Over
1
1 L. F.
$
7.00
$ 7.96
$ 15.00
$ 17.05
$ 22.00
$25.00
A27 Sanitary Sewer Services
(constructed on existing sewer lines - unlined)
(a) 0'-6' (single)
1
EA.
$
650.00
$ 738.73
$ 1,000.00
$ 1,136.50
$ 1,650.00
$1,875.23
(b) 0'-6' (double)
1
EA.
$
7C0.00
$ 795.55
$ 1,000.00
$ 1,136.50
$ 1,700.00
$1,932.05
(c) 6' -Over (single)
1
EA.
$
650.00
$ 738.73
$ 1,000.00
$ 1,136.50
$ 1,650.00
$1,875.23
(d) 6' -Over (double)
1
EA.
$
700.00
$ 795.55
$ 1,000.00
$ 1,136.50
$ 1,700.00
$1,932.05
A28 Sanitary Sewer Services
(constructed on existing sewer lines - lined)
(a) 0'-6' (single)
1
EA.
$
800.00
$ 909.20
$ 1,200.00
$ 1,363.80
$ 2,000.00
$2,273.00
(b) 0'-6' (double)
1
EA.
$
1,000.00
$ 1,136.50
$ 1,400.00
$ 1,591.10
$ 2,400.00
$2,727.60
(c) 6' -Over (single)
1
EA.
$
800.00
$ 909.20
$ 1,200.00
$ 1,363.80
$ 2,000.00
$2,273.00
(d) 6' -Over (double)
1
EA.
$
1,000.00
$ 1,136.50
$ 1,400.00
$ 1,591.10
$ 2,400.00
$2,727.60
A29 Sanitary Sewer Cleanouts
(to existing sanitary sewer laterals)
(a) 0'-6'(4")
1
EA.
$
300.00
$ 340.95
$ 500.00
$ 568.25
$ 800.00
$909.20
(b) 6' -Over (4")
1
EA.
$
400.00
1 $ 454.60
$ 800.00
$ 909.20
$ 1,200.00
$1,363.80
")
1
EA.
$
350.00
$ 397.78
$ 500.00
$ 568.25
$ 850.00
$966.03
(d) 6' -Over (6")
1
EA.
$
450.00
$ 511.43
$ 800.00
$ 909.20
$ 1,250.00
$1,420.63
A30 Cleanout Ring and Cover
1
EA.
$
200.00
$ 227.30
$ 150.00
$ 170.48
$ 350.00
$397.78
(constructed on new or existing cleanouts)
A31 Water Services (on 6" or smaller main)
(constructed in conjunction with water main)
(a) 1" (single short)
1
EA.
$
250.00
$ 284.13
$ 400.00
$ 454.60
$ 650.00
$738.73
(b) 1" (single long)
1
EA.
$
290.00
$ 329.59
$ 500.00
$ 568.25
$ 790.00
$897.84
(c) 1" (double short)
1
EA.
$
310.00
$ 352.32
$ 500.00
$ 568.25
$ 810.00
$920.57
(d) 1" (double long)
1
EA.
$
350.00
$ 397.78
$ 700.00
$ 795.55
$ 1,050.00
$1,193.33
(e) 2" (single short)
1
EA.
$
790.00
$ 897.84
$ 600.00
$ 681.90
$ 1,390.00
$1,579.74
(f) 2" (single long)
1
EA.
$
875.00
$ 994.44
$ 700.00
$ 795.55
$ 1,575.00
$1,789.99
(g) 2" (double short)
1
EA.
$
1,600.00
$ 1,818.40
$ 700.00
$ 795.55
$ 2,300.00
$2,613.95
(h) 2" (double long)
1
EA.
$
1,600.00
$ 1,818.40
$ 900.00
$ 1,022.85
$ 2,500.00
$2,841.25
A32 Water Services- Horizontally Drilled
(constructed in conjunction with 6" or smaller water main)
(a) 1" (single short)
1
EA.
$
275.00
$ 312.54
$ 1,200.00
$ 1,363.80
$ 1,475.00
$1,676.34
(b) 1" (single long)
1
EA.
$
290.00
$ 329.59
$ 1,200.00
$ 1,363.80
$ 1,490.00
$1,693.39
(c) 1" (double short)
1
EA.
$
550.00
$ 625.08
$ 1,200.00
$ 1,363.80
$ 1,750.00
$1,988.88
(d) 1" (double long)
1
EA.
$
550.00
$ 625.08
$ 1,200.00
$ 1,363.80
$ 1,750.00
$1,988.88
(e) 2" (single short)
1
EA.
$
2,400.00
$ 2,727.60
$ 1,200.00
$ 1,363.80
$ 3,600.00
$4,091.40
(f) 2" (single long)
1
EA.
$
2,400.00
$ 2,727.60
$ 1,200.00
$ 1,363.80
$ 3,600.00
$4,091.40
(g) 2" (double short)
1
EA.
$
2,000.00
$ 2,273.00
$ 1,200.00
$ 1,363.80
$ 3,200.00
$3,636.80
(h) 2" (double long)
1
EA.
$
2,800.00
$ 3,182.20
$ 1,200.00
$ 1,363.80
$ 4,000.00
$4,546.00
A33 Water Services (on 6" or smaller main)
(constructed on existing water main)
(a) 1" (single short)
1
EA.
$
250.00
$ 284.13
$ 1,400.00
$ 1,591.10
$ 1,650.00
$1,875.23
(b) 1" (single long)
1
EA.
$
275.00
$ 312.54
$ 1,800.00
$ 2,045.70
$ 2,075.00
$2,358.24
(c) 1" (double short)
1
EA.
$
500.00
$ 568.25
$ 1,600.00
$ 1,818.40
$ 2,100.00
$2,386.65
(d) 1" (double long)
1
EA.
$
600.00
$ 681.90
$ 1,800.00
$ 2,045.70
$ 2,400.00
$2,727.60
(e) 2" (single short)
1
EA.
$
1,200.00
$ 1,363.80
$ 1,800.00
$ 2,045.70
$ 3,000.00
$3,409.50
(f) 2" (single long)
1
EA.
$
1,300.00
$ 1,477.45
$ 1,800.00
$ 2,045.70
$ 3,100.00
$3,523.15
(g) 2" (double short)
1
EA.
$
1,700.00
$ 1,932.05
$ 1,800.00
$ 2,045.70
$ 3,500.00
$3,977.75
12 of 17 25
Exhibit 1- Amendment 1(Hinterland Grouol
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total Unit
Price (Material+
Installation)
(h)
2" (double long)
1
EA.
$
1,700.00
$ 1,932.05
$ 1,800.00
$ 2,045.70
$ 3,500.00
$3,977.75
A34 Water Services- Horizontally Drilled
(constructed on existing 6" or smaller water main)
(a) 1" (single short)
1
EA.
$
275.00
$ 312.54
$ 1,200.00
$ 1,363.80
$ 1,475.00
$1,676.34
(b) 1" (single long)
1
EA.
$
290.00
$ 329.59
$ 1,200.00
$ 1,363.80
$ 1,490.00
$1,693.39
(c) 1" (double short)
1
EA.
$
550.00
$ 625.08
$ 1,200.00
$ 1,363.80
$ 1,750.00
$1,988.88
(d) 1" (double long)
1
EA.
$
550.00
$ 625.08
$ 1,200.00
$ 1,363.80
$ 1,750.00
$1,988.88
(e) 2" (single short)
1
EA.
$
2,400.00
$ 2,727.60
$ 1,200.00
$ 1,363.80
$ 3,600.00
$4,091.40
(f) 2" (single long)
1
EA.
$
2,400.00
$ 2,727.60
$ 1,200.00
$ 1,363.80
$ 3,600.00
$4,091.40
(g) 2" (double short)
1
EA.
$
2,000.00
$ 2,273.00
$ 1,200.00
$ 1,363.80
$ 3,200.00
$3,636.80
(h) 2" (double long)
1
EA.
$
2,800.00
$ 3,182.20
$ 1,200.00
$ 1,363.80
$ 4,000.00
$4,546.00
A35 Water Services Additional Footage
(a) 1" HDPE Water Service
1
L. F.
$
0.50
$ 0.57
$ 45.00
$ 51.14
$ 45.50
$51.71
(b) 2" HDPE Water Service
1
L. F.
I $
1.50
$ 1.70
$ 50.00
$ 56.83
$ 51.50
$58.53
A36 Water Services saddle size adjustments
(constructed on water main 6" or larger)
(a) 6"
1
EA.
$
150.00
$ 170.48
$ -
$ 150.00
$170.48
(b) 8"
1
EA.
$
150.00
$ 170.48
$
$ 150.00
$170.48
(c) 10"
1
EA.
$
210.00
$ 238.67
$
$ 210.00
$238.67
(d) 12"
1
EA.
$
185.00
$ 210.25
$
$ 185.00
$210.25
(e) 16"
1
EA.
$
320.00
$ 363.68
$
$ 320.00
$363.68
A37 Blow -off Assembly
1
EA.
$
1,000.00
$ 1,136.50
$ 800.00
$ 909.20
$ 1,800.00
$2,045.70
A38 Fire Hydrant Assembly (includes tee)
(constructed with new water main)
1
EA.
$
2,700.00
$ 3,068.55
$ 1,500.00
$ 1,704.75
$ 4,200.00
$4,773.30
A39 Fire Hydrant Assembly
(constructed on existing water main)
1
EA.
$
3,100.00
$ 3,523.15
$ 1,900.00
$ 2,159.35
$ 5,000.00
$5,682.50
A40 Bacteriological Sample Point
(constructed on new water main)
1
EA.
$
3C0.00
$ 340.95
$ 700.00
$ 795.55
$ 1,000.00
$1,136.50
A41 Bacteriological Sample Point
(using a water service or fire hydrant)
1
EA.
$
100.00
$ 113.65
$ 300.00
$ 340.95
$ 400.00
$454.60
A42 2" Manual Air Release Valve
1
EA.
$
1,400.00
$ 1,591.10
$ 600.00
$ 681.90
$ 2,000.00
$2,273.00
A43 2" Automatic Air Release Valve
1
EA.
$
2,300.00
$ 2,613.95
$ 700.00
$ 795.55
$ 3,000.00
$3,409.50
A44 Dewatering
(a) 0'-6'
1
L. F.
NA
$ 10.00
$ 11.37
$ 10.00
$11.37
(b) 6'-12'
1
L. F.
NA
$ 20.00
$ 22.73
$ 20.00
$22.73
(c) 12'-18'
1
L. F.
NA
$ 30.00
$ 34.10
$ 30.00
$34.10
A45 Remove Pressure Pipe
$
$0.00
(a) 3"
1
L. F.
NA
$ 4.00
$ 4.55
$ 4.00
$4.55
(b) 4"
1
L. F.
NA
$ 4.00
$ 4.55
$ 4.00
$4.55
(c) 6"
1
L. F.
NA
$ 4.00
$ 4.55
$ 4.00
$4.55
(d) 8"
1
L. F.
NA
$ 4.00
$ 4.55
$ 4.00
$4.55
(e) 10"
1
L. F.
NA
$ 4.00
$ 4.55
$ 4.00
$4.55
(f) 12"
1
L. F.
NA
$ 5.00
$ 5.68
$ 5.00
$5.68
(g) 16"
1
L. F.
NA
$ 5.00
$ 5.68
$ 5.00
$5.68
(h) I Cost Credit
1
L. F.
NA
A46 Grout and Abandon Pressure Pipe
(a) 3"
1
L. F.
$
1.00
$ 1.14
$ 5.00
$ 5.68
$ 6.00
$6.82
(b) 4"
1
L. F.
$
1.00
$ 1.14
$ 5.00
$ 5.68
$ 6.00
$6.82
(c) 6"
1
L. F.
$
1.00
$ 1.14
$ 5.00
$ 5.68
$ 6.00
$6.82
(d) 8"
1
L. F.
$
2.00
$ 2.27
$ 5.00
$ 5.68
$ 7.00
$7.96
(e) 10"
1
L. F.
$
2.00
$ 2.27
$ 6.00
$ 6.82
$ 8.00
$9.09
(f) 12"
1
L. F.
$
2.00
$ 2.27
$ 6.00
$ 6.82
$ 8.00
$9.09
(g) 14"
1
L. F.
$
3.00
$ 3.41
$ 6.00
$ 6.82
$ 9.00
$10.23
(h) 16"
1
L. F.
$
3.00
$ 3.41
$ 6.00
$ 6.82
$ 9.00
$10.23
(1) 18"
1
L. F.
$
3.00
$ 3.41
$ 7.00
$ 7.96
$ 10.00
$11.37
(j) 20"
1
L. F.
$
4.00
$ 4.55
$ 7.00
$ 7.96
$ 11.00
$12.50
(k) 22"
1
L. F.
$
4.00
$ 4.55
$ 7.00
$ 7.96
$ 11.00
$12.50
(1) 24"
1
L. F.
$
5.00
$ 5.68
$ 8.00
$ 9.09
$ 13.00
$14.77
A47 Remove Sanitary Sewer Main
13 of 17 26
Exhibit 1 - Amendment 1 (Hinterland Group)
Item Description
No.
quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material+
Installation)
Revised total Unit
Price (Material+
Installation)
(a) 8"
1
L. F.
NA
$ 5.00
$ 5.68
$ 5.00
$5.68
(b) 10"
1
L. F.
NA
$ 5.00
$ 5.68
$ 5.00
$5.68
(b) 12"
1
L. F.
NA
$ 5.00
$ 5.68
$ 5.00
$5.68
(c) 18"
1
L. F.
NA
$ 10.00
$ 11.37
$ 10.00
$11.37
(d) 24"
1
L. F.
NA
$ 10.00
$ 11.37
$ 10.00
$11.37
(e) I Cost Credit
1
L. F.
NA
A48 Grout and Abandon Sanitary Sewer Main
(a) 8"
1
L. F.
$
2.00
$ 2.27
$ 6.00
$ 6.82
$ 8.00
$9.09
(b) 10"
1
L. F.
$
2.00
$ 2.27
$ 6.00
$ 6.82
$ 8.00
$9.09
(b) 12"
1
L. F.
$
2.00
$ 2.27
$ 6.00
$ 6.82
$ 8.00
$9.09
(c) 18"
1
L. F.
$
3.00
$ 3.41
$ 7.00
$ 7.96
$ 10.00
$11.37
(d) 24"
1
L. F.
$
4.00
$ 4.55
$ 8.00
$ 9.09
$ 12.00
$13.64
A49 Remove Sanitary Sewer Manhole
(a) 0'-6'
1
EA.
$
500.00
$ 568.25
$ 1,000.00
$ 1,136.50
$ 1,500.00
$1,704.75
(b) 6'-8'
1
EA.
$
500.00
$ 568.25
$ 2,000.00
$ 2,273.00
$ 2,500.00
$2,841.25
(c) 8'-10'
1
EA.
$
500.00
$ 568.25
$ 2,000.00
$ 2,273.00
$ 2,500.00
$2,841.25
(d) 10'-12'
1
EA.
$
500.00
$ 568.25
$ 2,500.00
$ 2,841.25
$ 3,000.00
$3,409.50
(e) 12'-14'
1
EA.
$
500.00
$ 568.25
$ 3,000.00
$ 3,409.50
$ 3,500.00
$3,977.75
A50 Outside drop on Manhole
(a) 6-8'
1
EA.
$
300.00
$ 340.95
$ 200.00
$ 227.30
$ 500.00
$568.25
(b) 8'-10'
1
EA.
$
400.00
$ 454.60
$ 300.00
$ 340.95
$ 700.00
$795.55
(c) 10'-12'
1
EA.
$
500.00
$ 568.25
$ 400.00
$ 454.60
$ 900.00
$1,022.85
A51 Relocate Fire Hydrant
1
EA.
$
1,700.00
$ 1,932.05
$ 1,200.00
$ 1,363.80
$ 2,900.00
$3,295.85
A52 2" Jumper Connection
1
EA.
$
1,600.00
$ 1,818.40
$ 750.00
$ 852.38
$ 2,350.00
$2,670.78
A53 Asbestos Pipe Abatment
(a) 6"
1
L. F.
NA
$ 14.00
$ 15.91
$ 14.00
$15.91
(b) 8"
1
L. F.
NA
$ 18.00
$ 20.46
$ 18.00
$20.46
(c) 10"
1
L. F.
NA
$ 20.00
$ 22.73
$ 20.00
$22.73
(d) 12"
1
L. F.
NA
$ 22.00
$ 25.00
$ 22.00
$25.00
(e) 16"
1
L. F.
NA.
$ 28.00
$ 31.82
$ 28.00
$31.82
A54 Root Barrier
1
L. F.
$ 25.00
$ 28.41
$ 25.00
$28.41
ASS Utility Pole Support
1
EA
$ 2,500.00
$ 2,841.25
$ 2,500.00
$2,841.25
A56 Remove and Reinstall Trees
1
EA
$ 1,200.00
$ 1,363.80
$ 1,200.00
$1,363.80
A57 Schedule 40 PVC Casing Pipe
(a) 4"
1
L. F.
NA
$ 10.00
$ 11.37
$ 10.00
$11.37
(b) 6"
1
L. F.
NA
$ 12.00
$ 13.64
$ 12.00
$13.64
(c) 8"
1
L. F.
NA
$ 16.00
$ 18.18
$ 16.00
$18.18
(d) 10"
1
L. F.
NA
$ 20.00
$ 22.73
$ 20.00
$22.73
(e) 12"
1
L. F.
NA
$ 25.00
$ 28.41
$ 25.00
$28.41
(f) 14"
1
L. F.
NA
$ 34.00
$ 38.64
$ 34.00
$38.64
(g) 16"
1
L. F.
NA
$ 45.00
$ 51.14
$ 45.00
$51.14
(h) 18"
1
L. F.
NA
$ 90.00
$ 102.29
$ 90.00
$102.29
(i) 20"
1
L. F.
NA
$ 200.00
$ 227.30
$ 200.00
$227.30
(j) 22"
1
L. F.
NA
$ 250.00
$ 284.13
$ 250.00
$284.13
(k) 24"
1
L. F.
NA
$ 300.00
$ 340.95
$ 300.00
$340.95
A58 Steel casing
(a) 4"
1
L. F.
NA
$ 20.00
$ 22.73
$ 20.00
$22.73
(b) 6"
1
L. F.
NA
$ 25.00
$ 28.41
$ 25.00
$28.41
(c) 8"
1
L. F.
NA
$ 40.00
$ 45.46
$ 40.00
$45.46
(d) 10"
1
L. F.
NA
$ 45.00
$ 51.14
$ 45.00
$51.14
(e) 12"
1
L. F.
NA
$ 50.00
$ 56.83
$ 50.00
$56.83
(f) 14"
1
L. F.
NA
$ 70.00
$ 79.56
$ 70.00
$79.56
(g) 16"
1
L. F.
NA
$ 80.00
$ 90.92
$ 80.00
$90.92
(h) 18"
1
L. F.
NA
$ 90.00
$ 102.29
$ 90.00
$102.29
(i) 20"
1
L. F.
NA
$ 120.00
$ 136.38
$ 120.00
$136.38
(j) 22"
1
L. F.
NA
$ 200.00
$ 227.30
$ 200.00
$227.30
(k) 24"
1
L. F.
NA
$ 300.00
$ 340.95
$ 300.00
$340.95
14 of 17 27
Exhibit 1- Amendment 1(Hinterland Group)
Item
No.
Description
quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material+
Installation)
Revised total Unit
Price (Material +
Installation)
SECTION 8 - Restoration
Bl
Pavement Repair and Replacement
(a) Asphalt Road
1
S.Y.
$
65.00
$ 73.87
$ 65.00
$73.87
(b) Asphalt Driveway
1
S.Y.
$
50.00
$ 56.83
$ 50.00
$56.83
(c) Asphalt Millings
1
S.Y.
$
35.00
$ 39.78
$ 35.00
$39.78
(d) Asphalt overlay
1
S.Y.
$
30.00
$ 34.10
$ 30.00
$34.10
(e) Add. S-3 Asphalt
1
Ton
$
350.00
$ 397.78
$ 350.00
$397.78
(f) Cold Mix Asphalt
1
Ton
$
200.00
$ 227.30
$ 200.00
$227.30
(g) Concrete Driveway (6")
1
S.Y.
$
65.00
$ 73.87
$ 65.00
$73.87
(h) Concrete Sidewalk (4")
1
S.Y.
$
50.00
$ 56.83
$ 50.00
$56.83
(i) Concrete Curb
1. Curb and Gutter
1
L. F.
$
50.00
$ 56.83
$ 50.00
$56.83
2.'D'Curb
1
L. F.
$
50.00
$ 56.83
$ 50.00
$56.83
(j) Concrete Driveway Paver Block
1
S.Y.
$
45.00
$ 51.14
$ 45.00
$51.14
(k) I Lime rock Driveway
1
S.Y.
$
35.00
$ 39.78
$ 35.00
$39.78
(1) lAsphalt sidewalk
1
S.Y.
$
60.00
$ 68.19
$ 60.00
$68.19
B2
Milling Asphalt
1
S.Y.
$
25.00
$ 28.41
$ 25.00
$28.41
B3
Coquina Rock Base
1
C.Y.
$
30.00
$ 34.10
$ 30.00
$34.10
B4
Flowable Fill
(a) 0 - 4 cy (include shortload fees)
1
C.Y.
$
350.00
$ 397.78
$ 350.00
$397.78
(b) 4- 8 cy (include short load fees)
1
C.Y.
$
275.00
$ 312.54
$ 275.00
$312.54
(c) 1>8cy
1
C.Y.
$
200.00
$ 227.30
$ 200.00
$227.30
B5
Miscellaneous Materials
(a) Sand
1
C.Y.
$
45.00
$ 51.14
$ 45.00
$51.14
(b) Fill
1
C.Y.
$
45.00
$ 51.14
$ 45.00
$51.14
(c) #57 Rock
1
C.Y.
$
45.00
$ 51.14
$ 45.00
$51.14
(d) Shell Rock
1
C.Y.
$
55.00
$ 62.51
$ 55.00
$62.51
(e) Suremix Concrete 80#
1
Bag
$
25.00
$ 28.41
$ 25.00
$28.41
B6
Sod Replacement
(a) 113ahia
1
S.Y.
$
4.00
$ 4.55
$ 4.00
$4.55
(b) jFloratam
1
S.Y.
$
6.00
$ 6.82
$ 6.00
$6.82
B7
Seed and Mulch
1
S.Y.
$
5.00
$ 5.68
$ 5.00
$5.68
B8
Mailbox Removal and Reinstallation
1
EA
$
800.00
$ 909.20
$ 800.00
$909.20
B9
Sprinkler System Repair per Yard
1
EA
$
1,200.00
$ 1,363.80
$ 1,200.00
$1,363.80
B10
Handicap Ramp Restoration
1
EA
$
500.00
$ 568.25
$ 500.00
$568.25
SECTION C- High Density Polyethylene Piping & Horizontal Directional Boring
Cl
High Density Polyethylene Pipe (HDPE) -Trench
(a) 2 -inch
1
L. F.
$
3.00
$ 3.41
$
12.00
$ 13.64
$ 15.00
$17.05
(b) 4 -inch
1
L. F.
$
6.00
$ 6.82
$
14.00
$ 15.91
$ 20.00
$22.73
(c) 6 -inch
1
L. F.
$
10.00
$ 11.37
$
16.00
$ 18.18
$ 26.00
$29.55
(d) 8 -inch
1
L. F.
$
18.00
$ 20.46
$
18.00
$ 20.46
$ 36.00
$40.91
(e) 12 inch
1
L. F.
$
32.00
$ 36.37
$
20.00
$ 22.73
$ 52.00
$59.10
(f) 16 -inch
1
L. F.
$
60.00
$ 68.19
$
24.00
$ 27.28
$ 84.00
$95.47
(g) 18 -inch
1
L. F.
$
70.00
$ 79.56
$
30.00
$ 34.10
$ 100.00
$113.65
(h) 20 -inch
1
L. F.
$
85.00
$ 96.60
$
40.00
$ 45.46
$ 125.00
$142.06
(i) 24 -inch
1
L. F.
$
110.00
$ 125.02
$
50.00
$ 56.83
$ 160.00
$181.84
C2
Horizontal Directional Boring (HDPE) -HDD
(b) 4 -inch
1
L. F.
$
22.00
$ 25.00
$
12.00
$ 13.64
$ 34.00
$38.64
(c) 6 -inch
1
L. F.
$
28.00
$ 31.82
$
14.00
$ 15.91
$ 42.00
$47.73
(d) 8 -inch
1
L. F.
$
34.00
$ 38.64
$
16.00
$ 18.18
$ 50.00
$56.83
(e) 12 inch
1
L. F.
$
64.00
$ 72.74
$
20.00
$ 22.73
$ 84.00
$95.47
(f) 16 -inch
1
L. F.
$
82.00
$ 93.19
$
25.00
$ 28.41
$ 107.00
$121.61
(g) 18 -inch
1
L.F.
$
100.00
$ 113.65
$
30.00
$ 34.10
$ 130.00
$147.75
(h) 20 -inch
1
L.F.
$
125.00
$ 142.06
$
40.00
$ 45.46
$ 165.00
$187.52
(i) 24 -inch
1
L. F.
$
160.00
$ 181.84
$
50.00
$ 56.83
$ 210.00
$238.67
15 of 17 28
Cxnuoit i - Nmenament i Inmtenana uroupl
IT7ption Quantity Unit MaterialUnit Revised UnitPrice Installed Unit Revised Unit Total Unit Price ReisedtotalUnit Price Bid Material Price Rid Price Install (Material + Price IMaterial +
Installation) Installation)
Horizontally Directional Drilled -PVC Driveway Bores
Equipment Hourly Rates
$ 75.00
$ 125.00
(a) Trackhoe (specify model)
$ 125.00
$ 65.00
(medium)
20 -foot length
Hr. NA
(large)
1
Hr. NA
(b) Combination Backhoe
1
Hr. NA
(c) Front end Loader
(a) 4 -inch
1
EA.
$
2,500.00
$ 2,841.25
$ 500.00
$ 568.25
$ 3,000.00
(b) 6 -inch
1
EA.
$
3,500.00
$ 3,977.75
$ 500.00
$ 568.25
$ 4,000.00
(c) 8 -inch
1
EA.
$
4,500.00
$ 5,114.25
$ 500.00
$ 568.25
$ 5,000.00
(d) 12 -inch
1
EA.
$
5,000.00
$ 5,682.50
$ 500.00
$ 568.25
$ 5,500.00
40 -foot length
Hr. NA
(p) Gradall
1
Hr. NA
(q) Roller
1
Hr. NA
(r) Welding Truck
(a) 4 -inch
1
EA.
$
3,500.00
$ 3,977.75
$ 500.00
$ 568.25
$ 4,000.00
(b) 6 -inch
1
EA.
$
4,500.00
$ 5,114.25
$ 500.00
$ 568.25
$ 5,000.00
(c) 8 -inch
1
EA.
$
5,000.00
$ 5,682.50
$ 500.00
$ 568.25
$ 5,500.00
(d) 12 -inch
1
EA.
$
5,500.00
$ 6,250.75
$ 500.00
$ 568.25
$ 6,000.00
60 -foot length
Hr. NA
Overtime Crew Hourly Rates
$ 112.50
$ 150.00
(a) Crew Man
1
Hr. NA
(b) Foreman
(a) 4 -inch
1
EA.
$
4,000.00
$ 4,546.00
$ 750.00
$ 852.38
$ 4,750.00
(b) 6 -inch
1
EA.
$
5,000.00
$ 5,682.50
$ 750.00
$ 852.38
$ 5,750.00
(c) 8 -inch
1
EA.
$
5,500.00
$ 6,250.75
$ 750.00
$ 852.38
$ 6,250.00
(d) 12 -inch
1
EA.
$
6,000.00
$ 6.819.00
5 750.00
5 852.38
5 6.750.00
IN D: Time and Materials Rates (TO BE USED ON T&M ORDERS ONLY)
Equipment Hourly Rates
$ 75.00
$ 125.00
(a) Trackhoe (specify model)
$ 125.00
$ 65.00
(medium)
1
Hr. NA
(large)
1
Hr. NA
(b) Combination Backhoe
1
Hr. NA
(c) Front end Loader
1
Hr. NA
(d) Grader
1
Hr. NA
(e) Dump Truck ( 9 C.Y.)
1
Hr. NA
(f) Tandem Dump Truck (18 C.Y.)
1
Hr. NA
(g) Forklift
1
Hr. NA
(h) Crew Truck with hand tools
1
Hr. NA
(i) Trash Pump 3"
1
Hr. NA
(j) Trash Pump 2"
1
Hr. NA
(k) Walk behind Vibrating Roller
1
Hr. NA
(I) Rev. Plate Compactor
1
Hr. NA
(m) Jumping Jack
1
Hr. NA
(n) Cut off saw (14")
1
Hr. NA
(o) Street saw (14")
1
Hr. NA
(p) Gradall
1
Hr. NA
(q) Roller
1
Hr. NA
(r) Welding Truck
1
Hr. NA
Is) Welder
1
Hr. NA
(t) Cement Mixer
1
Hr. NA
(u) Box Blade
1
Hr. NA
(v) Water Truck
1
Hr. NA
(w) 1000 gpm sump pump
1
Hr. NA
Crew Hourly Rates
$ 75.00
$ 100.00
(a) Crew Man
1
Hr. NA
(b) Foreman
1
Hr. NA
(c) Supervisor
1
Hr. NA
(d) 3 man crew includes 1 supervisor
1
Hr. NA
(e) 4 man crew includes 1 supervisor
1
Hr. NA
(f) 5 man crew includes 1 supervisor
1
Hr. NA
Overtime Crew Hourly Rates
$ 112.50
$ 150.00
(a) Crew Man
1
Hr. NA
(b) Foreman
1
Hr. NA
(c) Supervisor
1
Hr. NA
(d) 3 man crew includes 1 supervisor
1
Hr. NA
(e) 4 man crew Includes 1 supervisor
1
Hr. NA
(f) 5 man crew includes 1 supervisor
1
Hr. NA
Nightime Crew Hourly Rates
$ 150.00
$ 200.00
(a) Crew Man
1
Hr. NA
(b) Foreman
1
Hr. NA
(c) Supervisor
1
Hr. NA
$ 75.00
$ 85.24
$ 75.00
$ 125.00
$ 142.06
$ 125.00
$ 65.00
$ 73.87
$ 65.00
$ 85.00
$ 96.60
$ 85.00
$ 120.00
$ 136.38
$ 120.00
$ 85.00
$ 96.60
$ 85.00
$ 85.00
$ 96.60
$ 85.00
$ 50.00
$ 56.83
$ 50.00
$ 25.00
$ 28.41
$ 25.00
$ 15.00
$ 17.05
$ 15.00
$ 10.00
$ 11.37
$ 10.00
$ 20.00
$ 22.73
$ 20.00
$ 30.00
$ 34.10
$ 30.00
$ 10.00
$ 11.37
$ 10.00
$ 5.00
$ 5.68
$ 5.00
$ 5.00
$ 5.68
$ 5.00
$ 120.00
$ 136.38
$ 120.00
$ 85.00
$ 96.60
$ 85.00
$ 85.00
$ 96.60
$ 85.00
$ 85.00
$ 96.60
$ 85.00
$ 15.00
$ 17.05
$ 15.00
$ 50.00
$ 56.83
$ 50.00
$ 120.00
$ 136.38
$ 120.00
$ 25.00
$ 28.41
$ 25.00
$ 45.00
$ 51.14
$ 45.00
$ 75.00
$ 85.24
$ 75.00
$ 100.00
$ 113.65
$ 100.00
$ 285.00
$ 323.90
$ 285.00
$ 325.00
$ 369.36
$ 325.00
$ 400.00
$ 454.60
$ 400.00
$ 67.50
$ 76.71
$ 67.50
$ 112.50
$ 127.86
$ 112.50
$ 150.00
$ 170.48
$ 150.00
$ 427.50
$ 485.85
$ 427.50
$ 487.50
$ 554.04
$ 487.50
$ 600.00
$ 681.90
$ 600.00
$ 90.00
$ 102.29
$ 90.00
$ 150.00
$ 170.48
$ 150.00
$ 200.00
$ 227.30
$ 200.00
6,250.751
7,103.13
7.671.38
$17.05
$56.83
$136.38
$28.41
$51.14
$85.24
$113.65
$323.90
$369.36
$454.60
$76.71
$127.86
$170.48
$485.85
$554.04
$681.90
$102.29
$170.48
$227.30
16 of 17 29
Exhibit 1- Amendment 1(Hinterland Group)
Item
Description
quantity
Unit
Material Unit
Revised Unit Price
Installed Unit
Revised Unit
Total Unit Price
No.
Price Bid
Material
Price Bid
Price Install
(Material +
Revised total Unit
Price (Material +
Installation)
Installation)
(d)
3 man crew includes 1 supervisor
1
Hr.
NA
$ 570.00
$ 647.81
$ 570.00
$647.81
(e)
4 man crew includes 1 supervisor
1
Hr.
NA
$ 650.00
$ 738.73
$ 650.00
$738.73
(f)
5 man crew includes 1 supervisor
1
Hr.
NA
I
$ 800.00
1 $ 909.201
$ 800.00
1 $909.20
SECTION E: Miscellaneous Materials & sub -Contractors
E1 JIVIaterials Actual Cost +10
E2 Sub -Contractor Actual Cost + 10%
Total (Hinterland Group): $ 552,364.50 $627,762.25
17 of 17 30
FIRST EXTENSION AND AMENDMENT TO AGREEMENT
FOR CONSTRUCTION OF WATER, SEWER AND RECLAIMED WATER LINE
REPLACEMENTS/EXTENSIONS AND MISCELLANEOUS
ANNUAL REQUIREMENTS LABOR CONTRACT
This First Extension and Amendment to that certain Agreement to provide Construction of
Water, Sewer and Reclaimed Water Line Replacements/Extensions and Miscellaneous Annual
Requirements is entered into effective as of July 7, 2022 by and between Indian River County, a political
subdivision of the State of Florida ("County") and Hinterland Group, Inc. ("Contractor").
BACKGROUND RECITALS
WHEREAS, the County and the Contractor entered into an Agreement for Construction of Water,
Sewer and Reclaimed Water Line Replacements/Extensions and Miscellaneous Annual Requirements
effective July 7, 2020; and
WHEREAS, Paragraph 4 of the Agreement contains the term and renewal provisions; and
WHEREAS, the first term commenced effective as of July 7, 2020 and will end on July 6, 2022; and
WHEREAS, pursuant to the Agreement, the parties desire to extend the Agreement for an additional
one year; and
WHEREAS, the parties desire to amend Paragraph 3 — Responsibilities of the Contractor to include E -
Verify requirements;
WHERAS, the parties desire to amend 8.10 Notices; and
WHEREAS, the parties desire to update the Federal Clauses section, in accordance with 2 C.F.R.; and
WHEREAS, the parties desire to amend the contract pricing provided in Exhibit 1.
NOW, THEREFORE, in consideration of the foregoing, and other good and valuable consideration,
the receipt and sufficiency of which are hereby acknowledged, the County and the Contractor agree as
follows:
1. The background recitals are true and correct and form a material part of this First Extension and
Amendment.
2. The First renewal term shall commence effective July 7, 2022 and shall end on July 6, 2023. There is a
one additional one-year renewal available on the contract.
3. Section 3 is modified as follows:
3.14 Contractor is registered with and will use the Department of Homeland Security's E-Verihyystem
31
(www.e-verifv.gov) to confirm the employment eligibility b�ty of all newly hired employees for the duration of
this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining proof of E -
Verify registration and utilization for all subcontractors.
4. Paragraph 8.10 is modified to update the party for Indian River County to Duke Hawkins.
5. Article 9 - Federal Clauses is modified as follows:
A. Equal Employment Opportunity. During the performance of this contract, the contractor agrees as
follows:
(1) The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The contractor will take affirmative action to
ensure that applicants are employed, and that employees are treated during employment without regard to
their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall
include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection
for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided setting forth the provisions of this
nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive considerations for employment
without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.
R. Prohibition on Contracting for Covered Telecommunications Equipment or Services:
(a) Definitions. As used in this clause, the terms backhaul; covered foreign country covered
telecommunications equipment or services; interconnection arrangements; roaming; substantial or
essential component; and telecommunications equipment or services have the meaning as defined in
FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered
Telecommunications Equipment or Services (Interim), as used in this clause—
(b) Prohibitions.
(1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub.
L. No. 115-232, and 2 C.F.R. & 200.216 prohibit the head of an executive agency on or after Aug. 13,
2020, from obligating or expending_ grant, cooperative agreement, loan, or loan guarantee funds on
certain telecommunications products or from certain entities for national security reasons.
(2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may
not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency
Management Agency to:
(i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment
or services as a substantial or essential component of any system, or as critical technology of any
system;
(ii) Enter into, extend, or renew a contract to procure or obtain M equipment, system or service that uses
covered telecommunications equipment or services as a substantial or essential component of any
system, or as critical technology of M system-,
(iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or
services as a substantial or essential component of any system, or as critical technology as part of any
system; or
32
(iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any
equipment, system, or service that uses covered telecommunications equipment or services as a
substantial or essential component of any system, or as critical technology as part of any system.
(c) Exceptions.
(1) This clause does not prohibit contractors from providing—
(i) A service that connects to the facilities of a third -party, such as backhaul, roaming or interconnection
arrangements; or
(ii) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into
any user data or packets that such equipment transmits or otherwise handles.
(2) By necessary implication and regulation, the prohibitions also do not apples
(i) Covered telecommunications equipment or services that:
i. Are not used as a substantial or essential component of ansystem, and
ii. Are not used as critical technology of any system.
(ii) Other telecommunications equipment or services that are not considered covered telecommunications
equipment or services.
(d) Rporting requirement.
(1) In the event the contractor identifies covered telecommunications equipment or services used as a
substantial or essential component of any system, or as critical technology as part of any system during
contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other
source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or
subrecipient, unless elsewhere in this contract are established procedures for reporting the information.
(2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause:
(i) Within one business day from the date of such identification or notification: The contract number; the
order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier
Commercial and Government Entity CAGE code (if known); brand; model number (original
equipment manufacturer number, manufacturer part number, or wholesaler number); item description;
and any readily available information about mitigation actions undertaken or recommended.
(ii) Within 10 business days of submitting the information in paragraph (d) 2)(i) of this clause: Any further
available information about mitigation actions undertaken or recommended. In addition, the contractor
shall describe the efforts it undertook to prevent use or submission of covered telecommunications
equipment or services, and any additional efforts that will be incorporated to prevent future use or
submission of covered telecommunications equipment or services.
(e) Subcontracts. The Contractor shall insert the substance of this clause including this paragraph (e) in
all subcontracts and other contractual instruments.
S. Domestic Preference for Procurements
As appropriate, and to the extent consistent with law, the contractor should, to the greatest extent
practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials
produced in the United States. This includes, but is not limited to iron, aluminum, steel cement and
other manufactured products. For purposes of this clause: Produced in the United States means for iron
and steel products, that all manufacturing processes, from the initial melting stage through the
application of coatings, occurred in the United States. Manufactured products mean items and
construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics
and polymer -based products such as polyyinyl chloride pipe; aggregates such as concrete lg ass
including optical fiber; and lumber.
33
6. Exhibit 1 to the agreement is replaced with Exhibit 1— First Amendment.
7. All other terms and provisions of the Agreement shall be unchanged and remain in full force and effect.
IN WITNESS WHEREOF, the parties have caused this First Extension and Amendment to be executed
effective the day and year first set forth above.
Hinterland Group, Inc.
By:
Printed name:
Title:
(Corporate Seal)
Date:
INDIAN RIVER COUNTY, FLORIDA.
BOARD OF COUNTY COMMISSIONERS
Peter D. O'Bryan, Chairman
Attest: Jeffrey R. Smith, Clerk of Circuit Court
And Comptroller
By:
Deputy Clerk
Approved:
Jason E. Brown
County Administrator
Approved as to form and legal sufficiency:
Dylan Reingold
County Attorney
34
Exhibit 1- Amendment 1(Hinterland Group)
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material+
Installation)
Revised total Unit
Price (Material +
Installation)
SECTION A - UNIT COST/PRICES
Al
Mobilization
(a) Emergency Event
1
EA
$
$ 2,500.00
$ 2,841.25
$ 2,500.00
$2,841.25
(b) Non - Emergency Event
1
EA
$
$ 1,500.00
$ 1,704.75
$ 1,500.00
$1,704.75
A2
Temporary Traffic Control
(a) Residential Street
1
L. F.
$
1.00
$
1.14
$ 0.50
$ 0.57
$ 1.50
$1.70
(b) Arterial Roadway
1
L. F.
I $
2.00
$
2.27
$ 1.00
$ 1.14
$ 3.00
$3.41
(c) FDOT Roadway
1
L. F.
$
3.00
$
3.41
$ 1.00
$ 1.14
$ 4.00
$4.55
A3
Video Documentation
(a)
Pre -Construction
1
L. F.
$
1.00
$
1.14
$ -
$ 1.00
$1.14
(b)
Post -Construction Video
1
L. F.
$
1.00
$
1.14
$ -
$ 1.00
$1.14
A4
Water Main - PVC
(a) 2 -inch
1
L. F.
$
2.00
$
2.27
$ 10.00
$ 11.37
$ 12.00
$13.64
(b) 4 -inch
1
L. F.
$
3.00
$
3.41
$ 10.00
$ 11.37
$ 13.00
$14.77
(c) 6 -inch
1
L. F.
$
5.00
$
5.68
$ 12.00
$ 13.64
$ 17.00
$19.32
(d) 8 -inch
1
L. F.
$
9.00
$
10.23
$ 14.00
$ 15.91
$ 23.00
$26.14
(e) 10 inch
1
L. F.
$
13.00
$
14.77
$ 15.00
$ 17.05
$ 28.00
$31.82
(f) 12 inch
1
L. F.
$
18.00
$
20.46
$ 18.00
$ 20.46
$ 36.00
$40.91
(g) 16 -inch
1
L. F.
$
34.00
$
38.64
$ 22.00
$ 25.00
$ 56.00
$63.64
(h) 18 -inch
1
L. F.
$
41.00
$
46.60
$ 26.00
$ 29.55
$ 67.00
$76.15
(i) 20 -inch
1
L. F.
$
50.00
$
56.83
$ 30.00
$ 34.10
$ 80.00
$90.92
(j) 24 -inch
1
L. F.
$
70.00
$
79.56
$ 35.00
$ 39.78
$ 105.00
$119.33
AS
Water Main - DIP
Cement Lined Interior for Water Mains
(a) 4 -inch
1
L. F.
$
20.00
$
22.73
$ 12.00
$ 13.64
$ 32.00
$36.37
(b) 6 inch
1
L. F.
$
16.00
$
18.18
$ 13.00
$ 14.77
$ 29.00
$32.96
(c) 8 -inch
1
L. F.
$
22.00
$
25.00
$ 14.00
$ 15.91
$ 36.00
$40.91
(d) 10 -inch
1
L. F.
$
30.00
$
34.10
$ 16.00
$ 18.18
$ 46.00
$52.28
(e) 12 -inch
1
L. F.
$
38.00
$
43.19
$ 18.00
$ 20.46
$ 56.00
$63.64
(f) 16 -inch
1
L. F.
$
55.00
$
62.51
$ 25.00
$ 28.41
$ 80.00
$90.92
(g) 18 -inch
1
L. F.
$
62.00
$
70.46
$ 32.00
$ 36.37
$ 94.00
$106.83
(h) 20 -inch
1
L. F.
$
72.00
$
81.83
$ 35.00
$ 39.78
$ 107.00
$121.61
A6
Sewer Pipe - DIP
Epoxy Lined Interior for Sewer Force Mains
(a) 4 -inch
1
L. F.
$
32.00
$
36.37
$ 14.00
$ 15.91
$ 46.00
$52.28
(b) 6 inch
1
L. F.
$
28.00
$
31.82
$ 14.00
$ 15.91
$ 42.00
$47.73
(c) 8 -inch
1
L. F.
$
30.00
$
34.10
$ 15.00
$ 17.05
$ 45.00
$51.14
(d) 10 -inch
1
L. F.
$
38.00
$
43.19
$ 18.00
$ 20.46
$ 56.00
$63.64
(e) 12 -inch
1
L. F.
$
58.00
$
65.92
$ 20.00
$ 22.73
$ 78.00
$88.65
(f) 16 -inch
1
L. F.
$
80.00
$
90.92
$ 28.00
$ 31.82
$ 108.00
$122.74
(g) 18 -inch
1
L. F.
$
94.00
$
106.83
$ 34.00
$ 38.64
$ 128.00
$145.47
(h) 20 -inch
1
L. F.
$
102.00
$
115.92
$ 38.00
$ 43.19
$ 140.00
$159.11
(i) 24 -inch
1
L. F.
$
130.00
$
147.75
$ 45.00
$ 51.14
$ 175.00
$198.89
A7
PVC Gravity Sewer- 8 inch
(a) 0'-6'
1
L. F.
$
6.00
$
6.82
$ 35.00
$ 39.78
$ 41.00
$46.60
(b) 6'-8'
1
L. F.
$
6.00
$
6.82
$ 40.00
$ 45.46
$ 46.00
$52.28
(c) 8'40'
1
L. F.
$
6.00
$
6.82
$ 50.00
$ 56.83
$ 56.00
$63.64
(d) 10'-12'
1
L. F.
$
6.00
$
6.82
$ 75.00
$ 85.24
$ 81.00
$92.06
(e) 12'-14'
1
L. F.
$
6.00
$
6.82
$ 100.00
$ 113.65
$ 106.00
$120.47
(f) Cost Credit
1
L. F.
NA
$ -
A8
PVC Gravity Sewer - 10 inch
(a) 0'-6'
1
L. F.
$
8.00
$
9.09
$ 35.00
$ 39.78
$ 43.00
$48.87
(b) 6'-8'
1
L. F.
$
8.00
$
9.09
$ 40.00
$ 45.46
$ 48.00
$54.55
(c) 8'-10'
1
L. F.
$
8.00
$
9.09
$ 50.00
$ 56.83
$ 58.00
$65.92
(d) 10'-12'
1
L. F.
$
8.00
$
9.09
$ 75.00
$ 85.24
$ 83.00
$94.33
(e) 12'-14'
1
L. F.
$
8.00
$
9.09
$ 100.00
$ 113.65
$ 108.00
$122.74
1 of 9 35
Exhibit 1- Amendment 1 (Hinterland Grouol
Item
No.
Description
quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material+
Installation)
Revised total Unit
Price (Material+
Installation)
(f)
I Cost Credit
1
L. F.
NA
$ -
A9 Connect to Existing Pipe (<12")
(a) 1 (<12")
1
EA
$
250.00
$
284.13
$ 500.00
$
568.25
$ 750.00
$852.38
(b) (>=12")
1
EA
$
450.00
$
511.43
$ 800.00
$
909.20
$ 1,250.00
$1,420.63
A10 Precast Concrete Manhole -Lined
(a) 0'-6'
1
EA.
$
4,000.00
$
4,546.00
$ 3,500.00
$
3,977.75
$ 7,500.00
$8,523.75
(b) 6'-8'
1
EA.
$
5,000.00
$
5,682.50
$ 3,500.00
$
3,977.75
$ 8,500.00
$9,660.25
(c) 8'-10'
1
EA.
$
6,000.00
$
6,819.00
$ 5,000.00
$
5,682.50
$ 11,000.00
$12,501.50
(d) 10'-12'
1
EA.
$
7,000.00
$
7,955.50
$ 7,000.00
$
7,955.50
$ 14,000.00
$15,911.00
(e) 12'-14'
1
EA.
$
8,000.00
$
9,092.00
$ 10,000.00
$ 11,365.00
$ 18,000.00
$20,457.00
All Precast Concrete Manhole -Unlined
(a) 0'-6'
1
EA.
$
3,000.00
$
3,409.50
$ 3,500.00
$
3,977.75
$ 6,500.00
$7,387.25
(b) 6'-8'
1
EA.
$
4,000.00
$
4,546.00
$ 3,500.00
$
3,977.75
$ 7,500.00
$8,523.75
(c) 8'-10'
1
EA.
$
5,000.00
$
5,682.50
$ 5,000.00
$
5,682.50
$ 10,000.00
$11,365.00
(d) 10'-12'
1
EA.
$
6,000.00
$
6,819.00
$ 7,000.00
$
7,955.50
$ 13,000.00
$14,774.50
(e) 12'-14'
1
EA.
$
7,000.00
$
7,955.50
$ 10,000.00
$ 11,365.00
$ 17,000.00
$19,320.50
Al2 Mechanical Joint Bell Restraints -PVC
(a) 2 -inch
1
EA.
$
35.00
$
39.78
$ 50.00
$
56.83
$ 85.00
$96.60
(b) 4 -inch
1
EA.
$
35.00
$
39.78
$ 50.00
$
56.83
$ 85.00
$96.60
(c) 6 -inch
1
EA.
$
50.00
$
56.83
$ 50.00
$
56.83
$ 100.00
$113.65
(d) 8 -inch
1
EA.
$
75.00
$
85.24
$ 60.00
$
68.19
$ 135.00
$153.43
(e) 10 -inch
1
EA.
$
132.00
$
150.02
$ 100.00
$
113.65
$ 232.00
$263.67
(f) 12 -inch
1
EA.
$
145.00
$
164.79
$ 150.00
$
170.48
$ 295.00
$335.27
(g) 16 -inch
1
EA.
$
350.00
$
397.78
$ 150.00
$
170.48
$ 500.00
$568.25
(h) 18 -inch
1
EA.
$
430.00
$
488.70
$ 200.00
$
227.30
$ 630.00
$716.00
(i) 20 -inch
1
EA.
$
590.00
$
670.54
$ 220.00
$
250.03
$ 810.00
$920.57
(j) 24 -inch
1
EA.
$
690.00
$
784.19
$ 300.00
$
340.95
$ 990.00
$1,125.14
A13 Mechanical Joint Bell Restraints -Ductile Iron
(a) 2 -inch
1
EA.
$
35.00
$
39.78
$ 50.00
$
56.83
$ 85.00
$96.60
(b) 4 -inch
1
EA.
$
35.00
$
39.78
$ 50.00
$
56.83
$ 85.00
$96.60
(c) 6 -inch
1
EA.
$
48.00
$
54.55
$ 50.00
$
56.83
$ 98.00
$111.38
(d) 8 -inch
1
EA.
$
75.00
$
85.24
$ 60.00
$
68.19
$ 135.00
$153.43
(e) 10 -inch
1
EA.
$
132.00
$
150.02
$ 100.00
$
113.65
$ 232.00
$263.67
(f) 12 -inch
1
EA.
$
145.00
$
164.79
$ 150.00
$
170.48
$ 295.00
$335.27
(g) 16 -inch
1
EA.
$
350.00
$
397.78
$ 150.00
$
170.48
$ 500.00
$568.25
(h) 18 -inch
1
EA.
$
430.00
$
488.70
$ 200.00
$
227.30
$ 630.00
$716.00
(i) 20 -inch
1
EA.
$
590.00
$
670.54
$ 220.00
$
250.03
$ 810.00
$920.57
(j) 24 -inch
1
EA.
$
690.00
$
784.19
$ 300.00
$
340.95
$ 990.00
$1,125.14
A14 Ductile Iron Fittings
1
TONS
$
3,400.00
$
3,864.10
$ 5,000.00
$
5,682.50
$ 8,400.00
$9,546.60
(C-153 Compact Fittings)
(Interior Cement Lined)
A15 Ductile Iron Fittings
1
TONS
$
3,600.00
$
4,091.40
$ 5,000.00
$
5,682.50
$ 8,600.00
$9,773.90
(C-153 Compact Fittings)
(Interior Cement Lined and Exterior Fusion Bonded
Epoxy Coated)
A16 Ductile Iron Fittings
1
TONS
$
7,400.00
$
8,410.10
$ 5,000.00
$
5,682.50
$ 12,400.00
$14,092.60
(C-153 Compact Fittings)
(Interior Epoxy Coated)
A17 Fitting Restraint (Per one (1) unit)
(b) 4 -inch
1
EA.
$
35.00
$
39.78
$ 50.00
$
56.83
$ 85.00
$96.60
(c) 6 -inch
1
EA.
$
45.00
$
51.14
$ 50.00
$
56.83
$ 95.00
$107.97
(d) 8 -inch
1
EA.
$
60.00
$
68.19
$ 50.00
$
56.83
$ 110.00
$125.02
(e) 10 -inch
1
EA.
$
105.00
$
119.33
$ 100.00
$
113.65
$ 205.00
$232.98
(f) 12 -inch
1
EA.
$
112.00
$
127.29
$ 100.00
$
113.65
$ 212.00
$240.94
(g) 16 -inch
1
EA.
$
232.00
$
263.67
$ 120.00
$
136.38
$ 352.00
$400.05
(h) 18 -inch
1
EA.
$
250.00
$
284.13
$ 150.00
$
170.48
$ 400.00
$454.60
(i) 20 -inch
1
EA.
$
305.00
$
346.63
$ 150.00
$
170.48
$ 455.00
$517.11
(j) 24 -inch
1
EA.
$
365.00
$
414.82
$ 200.00
$
227.30
$ 565.00
$642.12
2 of 9 36
Exhibit 1- Amendment 1(Hinterland Grow))
Item
No.
Description
quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material+
Installation)
Revised total Unit
Price (Material+
Installation)
A18 Fitting Restraint (Per one (1) per unit)
(Stainless Steel Hardware)
(b) 4 -inch
1
EA.
$
60.00
$ 68.19
$ 65.00
$
73.87
$ 125.00
$142.06
(c) 6 -inch
1
EA.
$
75.00
$ 85.24
$ 65.00
$
73.87
$ 140.00
$159.11
(d) 8 -inch
1
EA.
$
90.00
$ 102.29
$ 65.00
$
73.87
$ 155.00
$176.16
(e) 10 -inch
1
EA.
$
140.00
$ 159.11
$ 125.00
$
142.06
$ 265.00
$301.17
(f) 12 -inch
1
EA.
$
150.00
$ 170.48
$ 125.00
$
142.06
$ 275.00
$312.54
(g) 16 -inch
1
EA.
$
300.00
$ 340.95
$ 125.00
$
142.06
$ 425.00
$483.01
(h) 18 -inch
1
EA.
$
350.00
$ 397.78
$ 150.00
$
170.48
$ 500.00
$568.25
(i) 20 -inch
1
EA.
$
420.00
$ 477.33
$ 200.00
$
227.30
$ 620.00
$704.63
(j) 24 -inch
1
EA.
$
520.00
$ 590.98
$ 250.00
$
284.13
$ 770.00
$875.11
A19 Tapping Sleeve and Valve
(pressure test & tap included)
(a) 6"x6"
1
EA.
$
1,800.00
$ 2,045.70
$ 2,000.00
$
2,273.00
$ 3,800.00
$4,318.70
(b) 8"x6"
1
EA.
$
1,800.00
$ 2,045.70
$ 2,000.00
$
2,273.00
$ 3,800.00
$4,318.70
(c) 8"x8"
1
EA.
$
2,200.00
$ 2,500.30
$ 2,000.00
$
2,273.00
$ 4,200.00
$4,773.30
(d) 10" x 6"
1
EA.
$
1,800.00
$ 2,045.70
$ 2500.00
$
2,841.25
$ 4,300.00
$4,886.95
(e) 10" x 8"
1
EA.
$
2,200.00
$ 2,500.30
$ 3,000.00
$
3,409.50
$ 5,200.00
$5,909.80
(f) 12"x6"
1
EA.
$
1,800.00
$ 2,045.70
$ 3,500.00
$
3,977.75
$ 5,300.00
$6,023.45
(g) 12"x8"
1
EA.
$
2,400.00
$ 2,727.60
$ 3,500.00
$
3,977.75
$ 5,900.00
$6,705.35
(h) 12"x12"
1
EA.
$
4,500.00
$ 5,114.25
$ 3,500.00
$
3,977.75
$ 8,000.00
$9,092.00
(i) 16" x 6"
1
EA.
$
2,400.00
$ 2,727.60
$ 4,000.00
$
4,546.00
$ 6,400.00
$7,273.60
A20 Resilient Seat Gate Valve Assemblies
(a) 2 -inch
1
EA.
$
400.00
$ 454.60
$ 500.00
$
568.25
$ 900.00
$1,022.85
(b) 4 -inch
1
EA.
$
650.00
$ 738.73
$ 600.00
$
681.90
$ 1,250.00
$1,420.63
(c) 6 -inch
1
EA.
$
750.00
$ 852.38
$ 650.00
$
738.73
$ 1,400.00
$1,591.10
(d) 8 -inch
1
EA.
$
1,050.00
$ 1,193.33
$ 800.00
$
909.20
$ 1,850.00
$2,102.53
(e) 10 -inch
1
EA.
$
1,850.00
$ 2,102.53
$ 1,000.00
$
1,136.50
$ 2,850.00
$3,239.03
(f) 12 -inch
1
EA.
I $
2,350.00
$ 2,670.78
$ 1,200.00
$
1,363.80
$ 3,550.00
$4,034.58
(g) 16 -inch
1
EA.
$
5,700.00
$ 6,478.05
$ 1,800.00
$
2,045.70
$ 7,500.00
$8,523.75
A21 Eccentric Plug Valve Assemblies
(a) 6 -inch
1
EA.
$
1,200.00
$ 1,363.80
$ 500.00
$
568.25
$ 1,700.00
$1,932.05
(b) 8 -inch
1
EA.
$
1,500.00
$ 1,704.75
$ 600.00
$
681.90
$ 2,100.00
$2,386.65
(c) 12 -inch
1
EA.
$
2,400.00
$ 2,727.60
$ 650.00
$
738.73
$ 3,050.00
$3,466.33
(d) 16 -inch
1
EA.
$
5,300.00
$ 6,023.45
$ 750.00
$
852.38
$ 6,050.00
$6,875.83
(e) 18 -inch
1
EA.
$
5,900.00
$ 6,705.35
$ 4,000.00
$
4,546.00
$ 9,900.00
$11,251.35
(f) 24 -inch
1
EA.
$
16,600.00
$ 18,865.90
$ 4,500.00
$
5,114.25
$ 21,100.00
$23,980.15
A22 Butterfly Valve Assemblies
(a) 12 -inch
1
EA.
$
1,600.00
$ 1,818.40
$ 650.00
$
738.73
$ 2,250.00
$2,557.13
(b) 16 -inch
1
EA.
$
2,600.00
$ 2,954.90
$ 750.00
$
852.38
$ 3,350.00
$3,807.28
(c ) 18 -inch
1
EA.
$
2,850.00
$ 3,239.03
$ 1,000.00
$
1,136.50
$ 3,850.00
$4,375.53
(d) 20 -inch
1
EA.
$
3,700.00
$ 4,205.05
$ 1,000.00
$
1,136.50
$ 4,700.00
$5,341.55
A23 Ball Valve Assemblies
(a) 3/4 -inch
1
EA.
$
55.00
$ 62.51
$ 25.00
$
28.41
$ 80.00
$90.92
(b) 1 -inch
1
EA.
$
75.00
$ 85.24
$ 30.00
$
34.10
$ 105.00
$119.33
(c) 1 1/4 -inch
1
EA.
$
150.00
$ 170.48
$ 35.00
$
39.78
$ 185.00
$210.25
(b) 11/2 -inch
1
EA.
$
160.00
$ 181.84
$ 40.00
$
45.46
$ 200.00
$227.30
(a) 13/4 -inch
1
EA.
$
230.00
$ 261.40
$ 50.00
$
56.83
$ 280.00
$318.22
(b) 2 -inch
1
EA.
$
230.00
$ 261.40
$ 60.00
$
68.19
$ 290.00
$329.59
A24 Check Valve Assemblies
(a) 2 -inch
1
EA.
$
50.00
$ 56.83
$ 500.00
$
568.25
$ 550.00
$625.08
(b) 4 -inch
1
EA.
$
700.00
$ 795.55
$ 500.00
$
568.25
$ 1,200.00
$1,363.80
(c) 6 -inch
1
EA.
$
1,400.00
$ 1,591.10
$ 650.00
$
738.73
$ 2,050.00
$2,329.83
(d) 8 -inch
1
EA.
$
1,550.00
$ 1,761.58
$ 750.00
$
852.38
$ 2,300.00
$2,613.95
(e) 12 -inch
1
EA.
$
4,300.00
$ 4,886.95
$ 1,200.00
$
1,363.80
$ 5,500.00
$6,250.75
(f) 16 -inch
1
EA.
$
81400.00
$ 9,546.60
$ 1,400.00
$
1,591.10
$ 9,800.00
$11,137.70
(g) 18 -inch
1
EA.
$
8,700.00
$ 9,887.55
$ 1,500.00
$
1,704.75
$ 10,200.00
$11,592.30
(h) 20 -inch
1
EA.
$
9,500.00
$ 10,796.75
$ 2,000.00
$
2,273.00
$ 11,500.00
$13,069.75
3 of 9 37
Exhibit 1- Amendment 1(Hinterland Group)
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total Unit
Price (Material +
Installation)
A25 Sanitary Sewer Services
(constructed with new gravity sewer)
(a) 0'-6' (single)
1
EA.
$
650.00
$
738.73
$ 800.00 1
$
909.20
$ 1,450.00
$1,647.93
(b) 0'-6' (double)
1
EA.
$
700.00
$
795.55
$ 800.00
$
909.20
$ 1,500.00
$1,704.75
(c) 6' -Over (single)
1
EA.
$
650.00
$
738.73
$ 800.00
$
909.20
$ 1,450.00
$1,647.93
(d) 6' -Over (double)
1
EA.
$
700.00
$
795.55
$ 800.00
$
909.20
$ 1,500.00
$1,704.75
A26 6" Sanitary Sewer Services -Additional Footage
(a)
0' - 6'
1
L. F.
$
5.00
$
5.68
$ 15.00
$
17.05
$ 20.00
$22.73
(b)
16'- Over
1
L. F.
$
7.00
$
7.96
$ 15.00
$
17.05
$ 22.00
$25.00
A27 Sanitary Sewer Services
(constructed on existing sewer lines - unlined)
(a) 0'-6' (single)
1
EA.
$
650.00
$
738.73
$ 1,000.00
$
1,136.50
$ 1,650.00
$1,875.23
(b) 0'-6' (double)
1
EA.
$
700.00
$
795.55
$ 1,000.00
$
1,136.50
$ 1,700.00
$1,932.05
(c) 6' -Over (single)
1
EA.
$
650.00
$
738.73
$ 1,000.00
$
1,136.50
$ 1,650.00
$1,875.23
(d) 6' -Over (double)
1
EA.
$
700.00
$
795.55
$ 1,000.00
$
1,136.50
$ 1,700.00
$1,932.05
A28 Sanitary Sewer Services
(constructed on existing sewer lines -lined)
(a) 0'-6' (single)
1
EA.
$
800.00
$
909.20
$ 1,200.00
$
1,363.80
$ 2,000.00
$2,273.00
(b) 0'-6' (double)
1
EA.
$
1,000.00
$
1,136.50
$ 1,400.00
$
1,591.10
$ 2,400.00
$2,727.60
(c) 6' -Over (single)
1
EA.
$
800.00
$
909.20
$ 1,200.00
$
1,363.80
$ 2,000.00
$2,273.00
(d) 6' -Over (double)
1
EA.
$
1,000.00
$
1,136.50
$ 1,400.00
$
1,591.10
$ 2,400.00
$2,727.60
A29 Sanitary Sewer Cleanouts
(to existing sanitary sewer laterals)
(a) 0'-6'(4")
1
EA.
$
300.00
$
340.95
$ 500.00
$
568.25
$ 800.00
$909.20
(b) 6' -Over (4")
1
EA.
$
400.00
$
454.60
$ 800.00
$
909.20
$ 1,200.00
$1,363.80
")
1
EA.
$
350.00
$
397.78
$ 500.00
$
568.25
$ 850.00
$966.03
(d) 6' -Over (6")
1
EA.
$
450.00
$
511.43
$ 800.00
$
909.20
$ 1,250.00
$1,420.63
A30 Cleanout Ring and Cover
1
EA.
$
200.00
$
227.30
$ 150.00
$
170.48
$ 350.00
$397.78
(constructed on new or existing cleanouts)
A31 Water Services (on 6" or smaller main)
(constructed in conjunction with water main)
(a) 1" (single short)
1
EA.
$
250.00
$
284.13
$ 400.00
$
454.60
$ 650.00
$738.73
(b) 1" (single long)
1
EA.
$
290.00
$
329.59
$ 500.00
$
568.25
$ 790.00
$897.84
(c) 1" (double short)
1
EA.
$
310.00
$
352.32
$ 500.00
$
568.25
$ 810.00
$920.57
(d) 1" (double long)
1
EA.
$
350.00
$
397.78
$ 700.00
$
795.55
$ 1,050.00
$1,193.33
(e) 2" (single short)
1
EA.
$
790.00
$
897.84
$ 600.00
$
681.90
$ 1,390.00
$1,579.74
(f) 2" (single long)
1
EA.
$
875.00
$
994.44
$ 700.00
$
795.55
$ 1,575.00
$1,789.99
(g) 2" (double short)
1
EA.
$
1,600.00
$
1,818.40
$ 700.00
$
795.55
$ 2,300.00
$2,613.95
(h) 2" (double long)
1
EA.
$
1,600.00
$
1,818.40
$ 900.00
$
1,022.85
$ 2,500.00
$2,841.25
A32 Water Services- Horizontally Drilled
(constructed in conjunction with 6" or smaller water main)
(a) 1" (single short)
1
EA.
$
275.00
$
312.54
$ 1,200.00
$
1,363.80
$ 1,475.00
$1,676.34
(b) 1" (single long)
1
EA.
$
290.00
$
329.59
$ 1,200.00
$
1,363.80
$ 1,490.00
$1,693.39
(c) 1" (double short)
1
EA.
$
550.00
$
625.08
$ 1,200.00
$
1,363.80
$ 1,750.00
$1,988.88
(d) 1" (double long)
1
EA.
$
550.00
$
625.08
$ 1,200.00
$
1,363.80
$ 1,750.00
$1,988.88
(e) 2" (single short)
1
EA.
$
2,400.00
$
2,727.60
$ 1,200.00
$
1,363.80
$ 3,600.00
$4,091.40
(f) 2" (single long)
1
EA.
$
2,400.00
$
2,727.60
$ 1,200.00
$
1,363.80
$ 3,600.00
$4,091.40
(g) 2" (double short)
1
EA.
$
2,000.00
$
2,273.00
$ 1,200.00
$
1,363.80
$ 3,200.00
$3,636.80
(h) 2" (double long)
1
EA.
$
2,800.00
$
3,182.20
$ 1,200.00
$
1,363.80
$ 4,000.00
$4,546.00
A33 Water Services (on 6" or smaller main)
(constructed on existing water main)
(a) 1" (single short)
1
EA.
$
250.00
$
284.13
$ 1,400.00
$
1,591.10
$ 1,650.00
$1,875.23
(b) 1" (single long)
1
EA.
$
275.00
$
312.54
$ 1,800.00
$
2,045.70
$ 2,075.00
$2,358.24
(c) 1" (double short)
1
EA.
$
500.00
$
568.25
$ 1,600.00
$
1,818.40
$ 2,100.00
$2,386.65
(d) 1" (double long)
1
EA.
$
600.00
$
681.90
$ 1,800.00
$
2,045.70
$ 2,400.00
$2,727.60
(e) 2" (single short)
1
EA.
$
1,200.00
$
1,363.80
$ 1,800.00
$
2,045.70
$ 3,000.00
$3,409.50
(f) 2" (single long)
1
EA.
$
1,300.00
$
1,477.45
$ 1,800.00
$
2,045.70
$ 3,100.00
$3,523.15
(g) 2" (double short)
1
EA.
$
1,700.00
$
1,932.05
$ 1,800.00
$
2,045.70
$ 3,500.00
$3,977.75
4of9 38
Exhibit 1- Amendment 1(Hinterland Grout))
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised
Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material+
Installation)
Revised total Unit
Price (Materia l+
Installation)
(h)
2" (double long)
1
EA.
$
1,700.00
$
1,932.05
$ 1,800.00
$ 2,045.70
$ 3,500.00
$3,977.75
A34 Water Services- Horizontally Drilled
(constructed on existing 6" or smaller water main)
(a) 1" (single short)
1
EA.
$
275.00
$
312.54
$ 1,200.00
$ 1,363.80
$ 1,475.00
$1,676.34
(b) 1" (single long)
1
EA.
$
290.00
$
329.59
$ 1,200.00
$ 1,363.80
$ 1,490.00
$1,693.39
(c) 1" (double short)
1
EA.
$
550.00
$
625.08
$ 1,200.00
$ 1,363.80
$ 1,750.00
$1,988.88
(d) 1" (double long)
1
EA.
$
550.00
$
625.08
$ 1,200.00
$ 1,363.80
$ 1,750.00
$1,988.88
(e) 2" (single short)
1
EA.
$
2,400.00
$
2,727.60
$ 1,200.00
$ 1,363.80
$ 3,600.00
$4,091.40
(f) 2" (single long)
1
EA.
$
2,400.00
$
2,727.60
$ 1,200.00
$ 1,363.80
$ 3,600.00
$4,091.40
(g) 2" (double short)
1
EA.
$
2,000.00
$
2,273.00
$ 1,200.00
$ 1,363.80
$ 3,200.00
$3,636.80
(h) 2" (double long)
1
EA.
$
2,800.00
$
3,182.20
$ 1,200.00
$ 1,363.80
$ 4,000.00
$4,546.00
A35 Water Services Additional Footage
(a) 1" HDPE Water Service
1
L. F.
$
0.50
1 $
0.57
$ 45.00
$ 51.14
$ 45.50
$51.71
(b) 2" HDPE Water Service
1
L. F.
$
1.50
$
1.70
$ 50.00
$ 56.83
$ 51.50
$58.53
A36 Water Services saddle size adjustments
(constructed on water main 6" or larger)
(a) 6"
1
EA.
$
150.00
$
170.48
$ -
$ 150.00
$170.48
(b) 8"
1
EA.
$
150.00
$
170.48
$
$ 150.00
$170.48
(c) 10"
1
EA.
$
210.00
$
238.67
$
$ 210.00
$238.67
(d) 12"
1
EA.
$
185.00
$
210.25
$
$ 185.00
$210.25
(e) 16"
1
EA.
$
320.00
$
363.68
$
$ 320.00
$363.68
A37 Blow -off Assembly
1
EA.
$
1,ODO.00
$
1,136.50
$ 800.00
$ 909.20
$ 1,800.00
$2,045.70
A38 Fire Hydrant Assembly (includes tee)
(constructed with new water main)
1
EA.
$
2,700.00
$
3,068.55
$ 1,500.00
$ 1,704.75
$ 4,200.00
$4,773.30
A39 Fire Hydrant Assembly
(constructed on existing water main)
1
EA.
$
3,100.00
$
3,523.15
$ 1,900.00
$ 2,159.35
$ 5,000.00
$5,682.50
A40 Bacteriological Sample Point
(constructed on new water main)
1
EA.
$
300.00
$
340.95
$ 700.00
$ 795.55
$ 1,000.00
$1,136.50
A41 Bacteriological Sample Point
(using a water service or fire hydrant)
1
EA.
$
100.00
$
113.65
$ 300.00
$ 340.95
$ 400.00
$454.60
A42 2" Manual Air Release Valve
1
EA.
$
1,400.00
$
1,591.10
$ 600.00
$ 681.90
$ 2,000.00
$2,273.00
A43 2" Automatic Air Release Valve
1
EA.
$
2,300.00
$
2,613.95
$ 700.00
$ 795.55
$ 3,000.00
$3,409.50
A44 Dewatering
(a) 0'-6'
1
L. F.
NA
$ 10.00
$ 11.37
$ 10.00
$11.37
(b) 6'-12'
1
L. F.
NA
$ 20.00
$ 22.73
$ 20.00
$22.73
(c) 12'-18'
1
L. F.
NA
$ 30.00
$ 34.10
$ 30.00
$34.10
A45 Remove Pressure Pipe
$ -
$0.00
(a) 3"
1
L. F.
NA
$ 4.00
$ 4.55
$ 4.00
$4.55
(b) 4"
1
L. F.
NA
$ 4.00
$ 4.55
$ 4.00
$4.55
(c) 6"
1
L. F.
NA
$ 4.00
$ 4.55
$ 4.00
$4.55
(d) 8"
1
L. F.
NA
$ 4.00
$ 4.55
$ 4.00
$4.55
(e) 10"
1
L. F.
NA
$ 4.00
$ 4.55
$ 4.00
$4.55
(f) 12"
1
L. F.
NA
$ 5.00
$ 5.68
$ 5.00
$5.68
(g) 16"
1
L. F.
NA
$ 5.00
$ 5.68
$ 5.00
$5.68
(h) ICost Credit
1
L. F.
NA
A46 Grout and Abandon Pressure Pipe
(a) 3"
1
L. F.
$
1.00
$
1.14
$ 5.00
$ 5.68
$ 6.00
$6.82
(b) 4"
1
L. F.
$
1.00
$
1.14
$ 5.00
$ 5.68
$ 6.00
$6.82
(c) 6"
1
L. F.
$
1.00
$
1.14
$ 5.00
$ 5.68
$ 6.00
$6.82
(d) 8"
1
L. F.
$
2.00
$
2.27
$ 5.00
$ 5.68
$ 7.00
$7.96
(e) 10"
1
L. F.
$
2.00
$
2.27
$ 6.00
$ 6.82
$ 8.00
$9.09
(f) 12"
1
L. F.
$
2.00
$
2.27
$ 6.00
$ 6.82
$ 8.00
$9.09
(g) 14"
1
L. F.
$
3.00
$
3.41
$ 6.00
$ 6.82
$ 9.00
$10.23
(h) 16"
1
L. F.
$
3.00
$
3.41
$ 6.00
$ 6.82
$ 9.00
$10.23
(i) 18"
1
L. F.
$
3.00
$
3.41
$ 7.00
$ 7.96
$ 10.00
$11.37
(j) 20"
1
L. F.
$
4.00
$
4.55
$ 7.00
$ 7.96
$ 11.00
$12.50
(k) 22"
1 1
L.F.
$
4.00
$
4.55
$ 7.00
$ 7.96
$ 11.00
$12.50
(1) 24"
1
L.F.
$
5.00
$
5.68
$ 8.00
$ 9.09
$ 13.00
$14.77
A47 lRemove Sanitary Sewer Main
5 of 9 39
Exhibit 1 • Amendment 1(Hinterland Group)
Item Description
No.
Quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material+
Installation)
Revised total Unit
Price (Material+
Installation)
(a) 8"
1
L. F.
NA
$
5.00
$
5.68
$ 5.00
$5.68
(b) 10"
1
L. F.
NA
$
5.00
$
5.68
$ 5.00
$5.68
(b) 12"
1
L. F.
NA
$
5.00
$
5.68
$ 5.00
$5.68
(c) 18"
1
L. F.
NA
$
10.00
$
11.37
$ 10.00
$11.37
(d) 24"
1
L. F.
NA
$
10.00
$
11.37
$ 10.00
$11.37
(e) Cost Credit
1
L. F.
NA
A48 Grout and Abandon Sanitary Sewer Main
(a) 8"
1
L. F.
$
2.00
$
2.27
$
6.00
$
6.82
$ 8.00
$9.09
(b) 10"
1
L. F.
$
2.00
$
2.27
$
6.00
$
6.82
$ 8.00
$9.09
(b) 12"
1
L. F.
$
2.00
$
2.27
$
6.00
$
6.82
$ 8.00
$9.09
(c) 18"
1
L.F.
$
3.00
$
3.41
$
7.00
$
7.96
$ 10.00
$11.37
(d) 24"
1
L. F.
$
4.00
$
4.55
$
8.00
$
9.09
$ 12.00
$13.64
A49 Remove Sanitary Sewer Manhole
(a) 0'-6'
1
EA.
$
500.00
$
568.25
$
1,000.00
$
1,136.50
$ 1,500.00
$1,704.75
(b) 6'-8'
1
EA.
$
500.00
$
568.25
$
2,000.00
$
2,273.00
$ 2,500.00
$2,841.25
(c) 8'-10'
1
EA.
$
500.00
$
568.25
$
2,000.00
$
2,273.00
$ 2,500.00
$2,841.25
(d) 10'-12'
1
EA.
$
500.00
$
568.25
$
2,500.00
$
2,841.25
$ 3,000.00
$3,409.50
(e) 12'-14'
1
EA.
$
S00.00
$
568.25
$
3,000.00
$
3,409.50
$ 3,500.00
$3,977.75
A50 Outside drop on Manhole
(a) 6'-8'
1
EA.
$
300.00
$
340.95
$
200.00
$
227.30
$ 500.00
$568.25
(b) 8'-10'
1
EA.
$
400.00
$
454.60
$
300.00
$
340.95
$ 700.00
$795.55
(c) 10'42'
1
EA.
$
500.00
$
568.25
$
400.00
$
454.60
$ 900.00
$1,022.85
A51 Relocate Fire Hydrant
1
EA.
$
1,700.00
$
1,932.05
$
1,200.00
$
1,363.80
$ 2,900.00
$3,295.85
A52 2" Jumper Connection
1
EA.
$
1,600.00
$
1,818.40
$
750.00
$
852.38
$ 2,350.00
$2,670.78
A53 Asbestos Pipe Abatment
(a) 6"
1
L. F.
NA
$
14.00
$
15.91
$ 14.00
$15.91
(b) 8"
1
L. F.
NA
$
18.00
$
20.46
$ 18.00
$20.46
(c) 10"
1
L. F.
NA
$
20.00
$
22.73
$ 20.00
$22.73
(d) 12"
1
L. F.
NA
$
22.00
$
25.00
$ 22.00
$25.00
(e) 16"
1
L. F.
NA
$
28.00
$
31.82
$ 28.00
$31.82
A54 Root Barrier
1
L. F.
$
25.00
$
28.41
$ 25.00
$28.41
ASS Utility Pole Support
1
EA
$
2,500.00
$
2,841.25
$ 2,500.00
$2,841.25
A56 Remove and Reinstall Trees
1
EA
$
1,200.00
$
1,363.80
$ 1,200.00
$1,363.80
A57 Schedule 40 PVC Casing Pipe
(a) 4"
1
L. F.
NA
$
10.00
$
11.37
$ 10.00
$11.37
(b) 6"
1
L. F.
NA
$
12.00
$
13.64
$ 12.00
$13.64
(c) 8"
1
L. F.
NA
$
16.00
$
18.18
$ 16.00
$18.18
(d) 10"
1
L. F.
NA
$
20.00
$
22.73
$ 20.00
$22.73
(e) 12"
1
L. F.
NA
$
25.00
$
28.41
$ 25.00
$28.41
(f) 14"
1
L. F.
NA
$
34.00
$
38.64
$ 34.00
$38.64
(g) 16"
1
L. F.
NA
$
45.00
$
51.14
$ 45.00
$51.14
(h) 18"
1
L. F.
NA
$
90.00
$
102.29
$ 90.00
$102.29
(i) 20"
1
L. F.
NA
$
200.00
$
227.30
$ 200.00
$227.30
(j) 22"
1
L. F.
NA
$
250.00
$
284.13
$ 250.00
$284.13
(k) 24"
1
L. F.
NA
$
300.00
$
340.95
$ 300.00
$340.95
A58 Steel casing
(a) 4"
1
L. F.
NA
$
20.00
$
22.73
$ 20.00
$22.73
(b) 6"
1
L. F.
NA
$
25.00
$
28.41
$ 25.00
$28.41
(c) 8"
1
L. F.
NA
$
40.00
$
45.46
$ 40.00
$45.46
(d) 10"
1
L. F.
NA
$
45.00
$
51.14
$ 45.00
$51.14
(e) 12"
1
L. F.
NA
$
50.00
$
56.83
$ 50.00
$56.83
(f) 14"
1
L. F.
NA
$
70.00
$
79.56
$ 70.00
$79.56
(g) 16"
1
L. F.
NA
$
80.00
$
90.92
$ 80.00
$90.92
(h) 18"
1
L. F.
NA
$
90.00
$
102.29
$ 90.00
$102.29
(i) 20"
1
L. F.
NA
$
120.00
$
136.38
$ 120.00
$136.38
(j) 22"
1
L. F.
NA
$
200.00
$
227.30
$ 200.00
$227.30
(k) 24"
1
L. F.
NA
$
300.00
$
340.95
$ 300.00
$340.95
6 of 9 40
Exhibit 1- Amendment 1(Hinterland Group)
Item
No.
Description
quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total Unit
Price (Material +
Installation)
SECTION B - Restoration
Bl
Pavement Repair and Replacement
(a) Asphalt Road
1
S.Y.
$ 65.00
$ 73.87
$ 65.00
$73.87
(b) Asphalt Driveway
1
S.Y.
$ 50.00
$ 56.83
$ 50.00
$56.83
(c) Asphalt Millings
1
S.Y.
$ 35.00
$ 39.78
$ 35.00
$39.78
(d) Asphalt overlay
1
S.Y.
$ 30.00
$ 34.10
$ 30.00
$34.10
(e) Add. S-3 Asphalt
1
Ton
$ 350.00
$ 397.78
$ 350.00
$397.78
(f) Cold Mix Asphalt
1
Ton
$ 200.00
$ 227.30
$ 200.00
$227.30
(g) Concrete Driveway (6")
1
S.Y.
$ 65.00
$ 73.87
$ 65.00
$73.87
(h) Concrete Sidewalk (4")
1
S.Y.
$ 50.00
$ 56.83
$ 50.00
$56.83
(i) Concrete Curb
1. Curb and Gutter
1
L. F.
$ 50.00
$ 56.83
$ 50.00
$56.83
2.'D' Curb
1
L. F.
$ 50.00
$ 56.83
$ 50.00
$56.83
(j) Concrete Driveway Paver Block
1
S.Y.
$ 45.00
$ 51.14
$ 45.00
$51.14
(k) I Lime rock Driveway
1
S.Y.
$ 35.00
$ 39.78
$ 35.00
$39.78
(I) jAsphalt sidewalk
1
S.Y.
$ 60.00
$ 68.19
$ 60.00
$68.19
B2
Milling Asphalt
1
S.Y.
$ 25.00
$ 28.41
$ 25.00
$28.41
B3
Coquina Rock Base
1
C.Y.
$ 30.00
$ 34.10
$ 30.00
$34.10
B4
Flowable Fill
(a) 10 - 4 cy (include short load fees)
1
C.Y.
$ 350.00
$ 397.78
$ 350.00
$397.78
(b) 4- 8 cy (include short load fees)
1
C.Y.
$ 275.00
$ 312.54
$ 275.00
$312.54
(c) 1> 8cy
1
C.Y.
$ 200.00
$ 227.30
$ 200.00
$227.30
B5
Miscellaneous Materials
(a) Sand
1
C.Y.
$ 45.00
$ 51.14
$ 45.00
$51.14
(b) Fill
1
C.Y.
$ 45.00
$ 51.14
$ 45.00
$51.14
(c) #57 Rock
1
C.Y.
$ 45.00
$ 51.14
$ 45.00
$51.14
(d) Shell Rock
1
C.Y.
$ 55.00
$ 62.51
$ 55.00
$62.51
(e) Suremix Concrete 80#
1
Bag
$ 25.00
$ 28.41
$ 25.00
$28.41
B6
Sod Replacement
(a) jBahia
1
S.Y.
$ 4.00
$ 4.55
$ 4.00
$4.55
(b) lFloratarn
1
S.Y.
$ 6.00
$ 6.82
$ 6.00
$6.82
B7
Seed and Mulch
1
S.Y.
$ 5.00
$ 5.68
$ 5.00
$5.68
B8
Mailbox Removal and Reinstallation
1
EA
$ 800.00
$ 909.20
$ 800.00
$909.20
B9
Sprinkler System Repair per Yard
1
EA
$ 1,200.00
$ 1,363.80
$ 1,200.00
$1,363.80
B10
Handicap Ramp Restoration
1
EA
$ 500.00
$ 568.25
$ 500.00
$568.25
SECTION C - High Density Polyethylene Piping & Horizontal Directional Boring
C1
High Density Polyethylene Pipe (HDPE) -Trench
(a) 2 -inch
1
L. F.
$
3.00
$ 3.41
$ 12.00
$ 13.64
$ 15.00
$17.05
(b) 4 -inch
1
L. F.
$
6.00
$ 6.82
$ 14.00
$ 15.91
$ 20.00
$22.73
(c) 6 -inch
1
L. F.
$
10.00
$ 11.37
$ 16.00
$ 18.18
$ 26.00
$29.55
(d) 8 -inch
1
L. F.
$
18.00
$ 20.46
$ 18.00
$ 20.46
$ 36.00
$40.91
(e) 12 inch
1
L. F.
$
32.00
$ 36.37
$ 20.00
$ 22.73
$ 52.00
$59.10
(f) 16 -inch
1
L. F.
$
60.00
$ 68.19
$ 24.00
$ 27.28
$ 84.00
$95.47
(g) 18 -inch
1
L. F.
$
70.00
$ 79.56
$ 30.00
$ 34.10
$ 100.00
$113.65
(h) 20 -inch
1
L. F.
$
85.00
$ 96.60
$ 40.00
$ 45.46
$ 125.00
$142.06
(i) 24 -inch
1
L. F.
$
110.00
$ 125.02
$ 50.00
$ 56.83
$ 160.00
$181.84
C2
Horizontal Directional Boring (HDPE) -HDD
(b) 4 -inch
1
L. F.
$
22.00
$ 25.00
$ 12.00
$ 13.64
$ 34.00
$38.64
(c) 6 -inch
1
L. F.
$
28.00
$ 31.82
$ 14.00
$ 15.91
$ 42.00
$47.73
(d) 8 -inch
1
L. F.
$
34.00
$ 38.64
$ 16.00
$ 18.18
$ 50.00
$56.83
(e) 12 inch
1
L. F.
$
64.00
$ 72.74
$ 20.00
$ 22.73
$ 84.00
$95.47
(f) 16 -inch
1
L. F.
$
82.00
$ 93.19
$ 25.00
$ 28.41
$ 107.00
$121.61
(g) 18 -inch
1
L. F.
$
100.00
$ 113.65
$ 30.00
$ 34.10
$ 130.00
$147.75
(h) 20 -inch
1
L. F.
$
125.00
$ 142.06
$ 40.00
$ 45.46
$ 165.00
$187.52
(i) 24 -inch
1
L. F.
$
160.00
$ 181.84
$ 50.00
$ 56.83
$ 210.00
$238.67
7 o f 9 41
Exhibit 1- Amendment 1(Hinterland Grouol
Item
No.
Description
Quantity
Unit
Material Unit
Price Bid
Revised Unit Price
Material
Installed Unit
Price Bid
Revised Unit
Price Install
Total Unit Price
(Material +
Installation)
Revised total Unit
Price (Material+
Installation)
C3
Horizontally Directional Drilled -PVC Driveway Bores
20 -foot length
(a) 4 -inch
1
EA.
$
2,500.00
$ 2,841.25
$ 500.00
$
568.25
$ 3,000.00
$3,409.50
(b) 6 -inch
1
EA.
$
3,500.00
$ 3,977.75
$ 500.00
$
568.25
$ 4,000.00
$4,546.00
(c) 8 -inch
1
EA.
$
4,500.00
$ 5,114.25
$ 500.00
$
568.25
$ 5,000.00
$5,682.50
(d) 12 -inch
1
EA.
$
5,000.00
$ 5,682.50
$ 500.00
$
568.25
$ 5,500.00
$6,250.75
40 -foot length
(a) 4 -inch
1
EA.
$
3,500.00
$ 3,977.75
$ 500.00
$
568.25
$ 4,000.00
$4,546.00
(b) 6 -inch
1
EA.
$
4,500.00
$ 5,114.25
$ 500.00
$
568.25
$ 5,000.00
$5,682.50
(c) 8 -inch
1
EA.
$
5,000.00
$ 5,682.50
$ 500.00
$
568.25
$ 5,500.00
$6,250.75
(d) 12 -inch
1
EA.
$
5,500.00
$ 6,250.75
$ 500.00
$
568.25
$ 6,000.00
$6,819.00
60 -foot length
(a) 4 -inch
1
EA.
$
4,000.00
$ 4,546.00
$ 750.00
$
852.38
$ 4,750.00
$5,398.38
(b) 6 -inch
1 1
EA.
$
5,000.00
$ 5,682.50
$ 750.00
$
852.38
$ 5,750.00
$6,534.88
(c) 8 -inch
1
EA.
$
5,500.00
$ 6,250.75
$ 750.00
$
852.38
$ 6,250.00
$7,103.13
(d) 12 -inch
1
EA.
1 $
6,000.00
$ 6,819.00
$ 750.00
$
852.38
$ 6,750.00
$7,671.38
SECTION D: Time and Materials Rates (TO BE USED ON T&M ORDERS ONLY)
D1
Equipment Hourly Rates
(a) Trackhoe (specify model)
(medium)
1
Hr.
NA
$ 75.00
$
85.24
$ 75.00
$85.24
(large)
1
Hr.
NA
$ 125.00
$
142.06
$ 125.00
$142.06
(b) Combination Backhoe
1
Hr.
NA
$ 65.00
$
73.87
$ 65.00
$73.87
(c) Front end Loader
1
Hr.
NA
$ 85.00
$
96.60
$ 85.00
$96.60
(d) Grader
1
Hr.
NA
$ 120.00
$
136.38
$ 120.00
$136.38
(e) Dump Truck (9 C.Y.)
1
Hr.
NA
$ 85.00
$
96.60
$ 85.00
$96.60
(f) Tandem Dump Truck (18 C.Y.)
1
Hr.
NA
$ 85.00
$
96.60
$ 85.00
$96.60
(g) Forklift
1
Hr.
NA
$ 50.00
$
56.83
$ 50.00
$56.83
(h) Crew Truck with hand tools
1
Hr.
NA
$ 25.00
$
28.41
$ 25.00
$28.41
(i) Trash Pump 3"
1
Hr.
NA
$ 15.00
$
17.05
$ 15.00
$17.05
(j) Trash Pump 2"
1
Hr.
NA
$ 10.00
$
11.37
$ 10.00
$11.37
(k) Walk behind Vibrating Roller
1
Hr.
NA
$ 20.00
$
22.73
$ 20.00
$22.73
(1) Rev. Plate Compactor
1
Hr.
NA
$ 30.00
$
34.10
$ 30.00
$34.10
(m) Jumping Jack
1
Hr.
NA
$ 10.00
$
11.37
$ 10.00
$11.37
(n) Cut off saw (14")
1
Hr.
NA
$ 5.00
$
5.68
$ 5.00
$5.68
(o) Street saw (14")
1
Hr.
NA
$ 5.00
$
5.68
$ 5.00
$5.68
(p) Gradall
1
Hr.
NA
$ 120.00
$
136.38
$ 120.00
$136.38
(q) Roller
1
Hr.
NA
$ 85.00
$
96.60
$ 85.00
$96.60
(r) Welding Truck
1
Hr.
NA
$ 85.00
$
96.60
$ 85.00
$96.60
(s) Welder
1
Hr.
NA
$ 85.00
$
96.60
$ 85.00
$96.60
(t) Cement Mixer
1
Hr.
NA
$ 15.00
$
17.05
$ 15.00
$17.05
(u) Box Blade
1
Hr.
NA
$ 50.00
$
56.83
$ 50.00
$56.83
(v) Water Truck
1
Hr.
NA
$ 120.00
$
136.38
$ 120.00
$136.38
(w) j1000 gpm sump pump
1
Hr.
NA
$ 25.00
$
28.41
$ 25.00
$28.41
D2
Crew Hourly Rates
(a) Crew Man
1
Hr.
NA
$ 45.00
$
51.14
$ 45.00
$51.14
(b) Foreman
1
Hr.
NA
$ 75.00
$
85.24
$ 75.00
$85.24
(c) Supervisor
1
Hr.
NA
$ 100.00
$
113.65
$ 100.00
$113.65
(d) 3 man crew includes 1 supervisor
1
Hr.
NA
$ 285.00
$
323.90
$ 285.00
$323.90
(e) 4 man crew includes 1 supervisor
1
Hr.
NA
$ 325.00
$
369.36
$ 325.00
$369.36
(f) 5 man crew includes 1 supervisor
1
Hr.
NA
$ 400.00
$
454.60
$ 400.00
$454.60
D3
Overtime Crew Hourly Rates
(a) Crew Man
1
Hr.
NA
$ 67.50
$
76.71
$ 67.50
$76.71
(b) Foreman
1
Hr.
NA
$ 112.50
$
127.86
$ 112.50
$127.86
(c) Supervisor
1
Hr.
NA
$ 150.00
$
170.48
$ 150.00
$170.48
(d) 3 man crew includes 1 supervisor
1
Hr.
NA
$ 427.50
$
485.85
$ 427.50
$485.85
(e) 4 man crew includes 1 supervisor
1
Hr.
NA
$ 487.50
$
554.04
$ 487.50
$554.04
(f) 5 man crew includes 1 supervisor
1
Hr.
NA
$ 600.00
$
681.90
$ 600.00
$681.90
D4
Nightime Crew Hourly Rates
(a) Crew Man
1
Hr.
NA
$ 90.00
$
102.29
$ 90.00
$102.29
(b) Foreman
1
Hr.
NA
$ 150.00
$
170.48
$ 150.00
$170.48
(c) Isupervisor
1 1
Hr.
I
NA
$ 200.00
$
227.30
$ 200.00
$227.30
8 of 9 42
Exhibit 1- Amendment 1(Hinterland Grouol
Item
Description
quantity
Unit
Material Unit
Revised Unit Price
Installed Unit
Revised Unit
Total Unit Price
No.
Price Bid
Material
Price Bid
Price Install
(Material +
Revised total Unit
Price (Material +
Installation)
Installation)
(d)
3 man crew includes 1 supervisor
1
Hr.
NA
$ 570.00
$ 647.81
$ 570.00
$647.81
(e)
4 man crew includes 1 supervisor
1
Hr.
NA
$ 650.00
$ 738.73
$ 650.00
$738.73
(f)
5 man crew includes 1 supervisor
1
Hr.
NA
I
$ 800.00
$ 909.20
1 $ 800.00
1 $909.20
SECTION E: Miscellaneous Materials & Sub -Contractors
E1 IMaterials Actual Cost +10
E2 Sub -Contractor Actual Cost+ 10%
Total (Hinterland Group): $ 552,364.50 $627,762.25
9 of 9 43
I o
CONSENT
INDIAN RIVER COUNTY
OFFICE OF MANAGEMENT AND BUDGET
PURCHASING DIVISION
DATE: June 1, 2022
TO: BOARD OF COUNTY COMMISSIONERS
THROUGH: Jason E. Brown, County Administrator
Kristin Daniels, Director, Office of Management and Budget
FROM: Jennifer Hyde, Purchasing Manager
SUBJECT: Second Extension and First Amendment to Agreement for Asphalt Paving
and Resurfacing (2020042)
BACKGROUND:
On June 23, 2020, the Board awarded annual bid 2020042 to C.W. Roberts Contracting, Inc.
("CWR") for asphalt paving and resurfacing services. The work includes materials, equipment,
labor and Maintenance of Traffic (MOT) required to complete the work as requested by the Road
and Bridge Division under the pavement management program.
The initial term of award was July 2, 2020 through July 1, 2021, with two one-year renewals
available. The first renewal was executed by the Purchasing Manager, as authorized by the Board,
effective July 2, 2021. A formal agreement to facilitate the use of federal funds for projects was
approved by the Board on October 5, 2021, with no impact to the term of the award.
CWR has agreed to the final extension to the agreement, for the period July 2, 2022 through July 1,
2023, as long as an escalation in contract pricing is accepted.
ANALYSIS:
Staff reviewed the requested increase in pricing, including the supporting evidence supplied by
CWR, and also considered the Florida Department of Transportation's (FDOT) Fuel and Bituminous
Average Price Index. Staff has determined the requested price increases to be appropriate in the
current market.
The average overall item price increase requested by CWR is 26.55%, which is significantly lower
than the change in FDOT indexes, and appears reasonable in consideration of the other material
price increases documented in CWR's escalation reauest.
Item
Price at time of Bid per
FDOT Index
May 2022 Price Percent Change
per FDOT Index
Asphalt
$1.9079/gal
$3.0102/gal 57.78%
Diesel Fuel for Asphalt
$1.7543/gal
$4.6665/gal 166%
CONSENT
SOURCE OF FUNDS:
Annual expenditures will be as shown below:
Account Number
Account Description
Spent FY to date
Projected total FY
13821441-053360
ARP Fund / Road Resurfacing
$1,229,540
$2,637,999
11121441-035310
Transportation Fund / Road &
$55,109
$90,000
Bridge / Paving Material
RECOMMENDATION:
Staff recommends the Board approve the second extension and first amendment to the
agreement with C.W. Roberts Contracting, Inc., and authorize the Chairman to sign it after
approval by the County Attorney as to form and legal sufficiency.
ATTACHMENT:
Second Extension and First Amendment
45
SECOND EXTENSION AND FIRST AMENDMENT TO AGREEMENT
FOR ASPHALT PAVING AND RESURFACING
This Second Extension and First Amendment to that certain Agreement to provide Asphalt
Paving and Resurfacing is entered into effective as of July 2, 2022 by and between Indian River
County, a political subdivision of the State of Florida ("County") and C.W. Roberts Contracting, Inc.
("Contractor").
BACKGROUND RECITALS
WHEREAS, the County awarded the work to Contractor under bid 2020042 on July 2, 2020, and
WHEREAS, the first extension was executed, effective as of July 2, 2021, with the term ending on
July 1, 2022; and
WHEREAS, the parties entered into a formal Agreement for Asphalt Paving and Resurfacing, to
facilitate the use of ARPA funds for the work, effective October 5, 2021; and
WHEREAS, Article 3 of the Agreement contains the term and renewal provisions; and
WHEREAS, pursuant to the Agreement, the parties desire to extend the Agreement for an additional
one-year period; and
WHEREAS, the parties desire to amend Article 7 — Contractor's Representations to include E -
Verify requirements; and
WHEREAS, the parties desire to update requirements to the Federal Clauses section, in accordance
with 2 C.F.R.; and
WHEREAS, the parties have agreed to pricing modifications, based on the Florida Department of
Transportation's Fuel and Bituminous Average Price Index.
NOW, THEREFORE, in consideration of the foregoing, and other good and valuable consideration,
the receipt and sufficiency of which are hereby acknowledged, the County and the Contractor agree as
follows:
1. The background recitals are true and correct and form a material part of this Second Extension and
First Amendment.
2. The second renewal term shall commence effective July 2, 2022 and shall end on July 1, 2023. There
are no additional renewals available.
3. The following is added to Article 4 — Contract Price:
Should the Florida Department of Transportation's Bituminous Binder Price Index and/or the Florida
Department of Transportation's Diesel Fuel Price Index Fuel fall below $2 50/gallon, the parties agree
to a downward adjustment to reflect the price decrease.
46
4. The following is added to Article 7 – Contractor's Representations:
J. Contractor is registered with and will use the Department of Homeland Security's E -Verify system
(www.e-verify_gov) to confirm the employment eligibility of all newly hired employees for the duration
of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining
proof of E -Verify registration and utilization for all subcontractors.
4. Article 10 - Federal Clauses is modified as follows:
A. Equal Employment Opportunity. During the performance of this contract, the contractor agrees as
follows:
(1) The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The contractor will take affirmative action to
ensure that applicants are employed, and that employees are treated during employment without regard
to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall
include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment
or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notices to be provided setting forth the
provisions of this nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive considerations for employment
without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.
R. Prohibition on Contracting for Covered Telecommunications Equipment or Services:
(a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered
telecommunications equipment or services; interconnection arrangements; roaming; substantial or
essential component, and telecommunications equipment or services have the meaning as defined in
FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered
Telecommunications Equipment or Services (Interim), as used in this clause—
(b) Prohibitions.
(1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019
Pub. L. No. 115-232, and 2 C.F.R. & 200.216 prohibit the head of an executive agency on or after
Aug. 13, 2020, from obligating or expending_ grant, cooperative agreement, loanor loan guarantee
funds on certain telecommunications products or from certain entities for national security reasons.
(22) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may
not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency
Management Agency to:
(i) Procure or obtain any equipment, system, or service that uses covered telecommunications
equipment or services as a substantial or essential component of any system, or as critical technology
of ga system,
(ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that
uses covered telecommunications equipment or services as a substantial or essential component of
My system, or as critical technology of any system;
(iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment
or services as a substantial or essential component of any system, or as critical technology as part of
any system; or
2 47
div) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any
equipment, system, or service that uses covered telecommunications equipment or services as a
substantial or essential component of anysystem, or as critical technology as part of any system.
(c) Exceptions.
( 1) This clause does not prohibit contractors from providing=
6) A service that connects to the facilities of a third -party, such as backhaul, roaming, or
interconnection arrangements; or
(ii) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility
into any user data or packets that such equipment transmits or otherwise handles.
(2)By necessary implication and regulation, the prohibitions also do not apply to:
(i) Covered telecommunications equipment or services that:
i. Are not used as a substantial or essential component of any system; and
ii. Are not used as critical technology of any system.
(ii) Other telecommunications equipment or services that are not considered covered
telecommunications equipment or services.
(d) Reporting requirement.
(1) In the event the contractor identifies covered telecommunications equipment or services used as a
substantial or essential component of any system, or as critical technology as part of any system,
during contract performance, or the contractor is notified of such by a subcontractor at any tier or by
any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the
recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting
the information.
(2) The Contractor shall report the following information pursuant to 12aragrap(d)(1) of this clause:
(i) Within one business day from the date of such identification or notification: The contract number;
the order number(s), if applicable; supplier name; supplier unique entity identifier (if known
supplier Commercial and Government Entity (CAGE) code (if known); brand; model number
(original equipment manufacturer number, manufacturer part number, or wholesaler number); item
description; and any readily available information about mitigation actions undertaken or
recommended.
(ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any
further available information about mitigation actions undertaken or recommended. In addition, the
contractor shall describe the efforts it undertook to prevent use or submission of covered
telecommunications equipment or services, and any additional efforts that will be incorporated to
prevent future use or submission of covered telecommunications equipment or services.
(e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in
all subcontracts and other contractual instruments.
S. Domestic Preference for Procurements
As appropriate, and to the extent consistent with law, the contractor should, to the greatest extent
practicable, provide a preference for the purchase, acquisition, or use ofog ods, products, or materials
produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement and
other manufactured products. For pumoses of this clause: Produced in the United States means, for
iron and steel products, that all manufacturing processes, from the initial melting stage through the
application of coatings, occurred in the United States. Manufactured products mean items and
construction materials composed in whole or in part of non-ferrous metals such as aluminum;
plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete;
glass, including optical fiber; and lumber.
5. Exhibit 1 to the agreement is replaced with Exhibit 1 — First Amendment.
6. All other terms and provisions of the Agreement shall be unchanged and remain in full force and
effect.
IN WITNESS WHEREOF, the parties have caused this First Extension to be executed effective the day
and year first set forth above.
C.W. Roberts Contracting, Inc.
By:
Printed name:
Title:
(Corporate Seal)
Date:
INDIAN RIVER COUNTY, FLORIDA
BOARD OF COUNTY COMMISSIONERS
By:
Peter D. O'Bryan, Chairman
Attest: Jeffrey R. Smith, Clerk of Circuit Court
And Comptroller
By:
Deputy Clerk
Approved:
Jason E. Brown, County Administrator
Approved as to form and legal sufficiency:
Dylan Reingold, County Attorney
4 49
Exhibit 1 — First Amendment (Bid 2020042)
Item
Description
UOM
Updated
Price
1
SUPERPAVE SP -9.5 (LESS THAN 25 TONS PER MOBILIZATION)
TN (Road)
TN (Lot)
$416
$426
2
SUPERPAVE SP -9.5 (25-99 TONS PER MOBILIZATION)
TN (Road)
TN (Lot)
$262
$272
3
SUPERPAVE SP -9.5 (100-299 TONS PER MOBILIZATION)
TN (Road)
TN (Lot)
$191
$201
4
SUPERPAVE SP -9.5 (300 TONS OR MORE PER MOBILIZATION)
TN (Road)
TN (Lot)
$153
$163
5
SUPERPAVE SP -12.5 (0-299 TONS PER MOBILIZATION)
TN (Road)
TN (Lot)
$191
$201
6
SUPERPAVE SP -12.5 (300 OR MORE TONS PER MOBILIZATION)
TN (Road)
TN (Lot)
$153
$163
7
FRICTION COURSE FC -9.5
TN
$222
8
FRICTION COURSE FC -12.5
TN
$213
9
TACK FOB GALLON
GAL
$8.25
10
PRIME
SY
$1.25
11
PRIME AND SAND
SY
$2.00
12
HOT ASPHALT FOR PICK UP FOB AT PLANT SP -9.5
TN
$94.00
13
TEMPORARY STRIPING
LF
$5.00
14
NIGHT WORK (INCREASE)
TN
$12.50
15A
COST FOR MILLING & CLEAN UP 0-2,500 SY AND UNDER
SY
$6.25
15B
COST FOR MILLING & CLEAN UP 2,501-5,000 SY
SY
$5.00
15C
COST FOR MILLING & CLEAN UP 5,001 TO 15,000 SY
SY
$4.00
15D
COST FOR MILLING & CLEAN UP 15,001 SY AND OVER
SY
$3.75
16
TIE-INS
EA
$1,250.00
30
1�
CONSENT
INDIAN RIVER COUNTY
OFFICE OF MANAGEMENT AND BUDGET
PURCHASING DIVISION
DATE: June 2, 2022
TO: BOARD OF COUNTY COMMISSIONERS
THROUGH: Jason E. Brown, County Administrator
Kristin Daniels, Director, Office of Management and Budget
FROM: Jennifer Hyde, Purchasing Manager
SUBJECT: Award of Annual Bid 2022048 for Mowing at Fire Rescue Stations
BACKGROUND:
On November 12, 2020, the Board awarded bid 2021004 for grounds mowing at the 13 permanent
County Fire Stations to Higher Ground Land Services, LLC of Okeechobee for an annual price of
$52,608. The initial term of the award was one year, with the first one-year renewal executed,
effective December 1, 2021. On March 31, 2022, the contractor notified staff of its intent to
execute the 30 -day notice of termination, as they were ceasing operations.
BID RESULTS:
Advertising Date:
Bid Opening Date:
Solicitation Broadcast to:
Bid Documents Requested by
Replies:
April 13, 2022
May 11, 2022
230 Subscribers
15 Firms
6 Firms
*Mathematical error in extension of unit prices -correct sum shown
r•IInAIIEMLIC
The department reviewed the bids submitted, and has determined Taking Ground Lawn and
Landscape, LLC to be the lowest, responsive and responsible bidder. The contractor has been
mowing Station 7, at a price of $200 per month, since March of 2021 under a purchase order, and
51
Bidder
Location
Total Annual Bid
1.
Taking Ground Lawn & Landscape, Inc.
Vero Beach
$54,900.00
2.
Herndon Landscape Group
Okeechobee
$62,820.00
3.
Garrett Property Management, LLC
Vero Beach
$67,200.00
4.
Kerner LLC, dba Kerner Environmental*
Stuart
$83,912.64
5.
J -Mac Cleaning Services, Inc.
Miami
$86,400.00
6.
Stewart and Sons Straight Cuts & More
Fort Pierce
$143,762.76
*Mathematical error in extension of unit prices -correct sum shown
r•IInAIIEMLIC
The department reviewed the bids submitted, and has determined Taking Ground Lawn and
Landscape, LLC to be the lowest, responsive and responsible bidder. The contractor has been
mowing Station 7, at a price of $200 per month, since March of 2021 under a purchase order, and
51
CONSENT
took over the interim mowing at Stations 1-6 and 8-14, on April 22, 2022, after providing a quote
for each of the stations.
The new bid represents a $108 decrease in the total annual cost of mowing at Stations 1-14 (the
previous bid for Stations 1-6 and 8-14 was for $52,608).
FUNDING:
Funding is available in the Emergency Services District/Fire Rescue Other Professional Services
Account.
Account Number
Account Name
Cost for
Remainder of FY
11412022-033190
Emergency Services District/Fire Rescue/Other
$18,300
Professional Services
RECOMMENDATION:
Staff recommends the Board award bid 2022048 to Taking Ground Lawn and Landscape, LLC,
authorize the Purchasing Division to issue blanket purchase orders to the awarded bidder after
receipt and approval of the required insurance by the Risk Manager, and authorize the Purchasing
Manager to renew this bid for two (2) additional one (1) year periods subject to satisfactory
performance, vendor acceptance, and the determination that renewal of this annual bid is in the
best interest of Indian River County.
52
CONSENT
INDIAN RIVER COUNTY
OFFICE OF MANAGEMENT AND BUDGET
PURCHASING DIVISION
DATE: May 27, 2022
TO: BOARD OF COUNTY COMMISSIONERS
THROUGH: Jason E. Brown, County Administrator
Kristin Daniels, Director, Office of Management and Budget
FROM: Jennifer Hyde, Purchasing Manager
SUBJECT: Authorization to Terminate Agreement for Medical Services for Special
Needs Shelter with Creative Solutions Companion Care Service, LLC.
BACKGROUND:
On April 21, 2020, the Board of County Commissioners awarded Bid 2020032 — Medical Services
for Special Needs Shelter to Creative Solutions Companion Care Service, LLC at a cost of $197.00
per hour. The initial term of the agreement was three years, and is set to expire on April 20, 2023.
Article 11.E of the agreement allows termination for Owner's convenience. Staff would like to
execute this option and has issued a new RFP for the services, with responses due June 24, 2022.
Staff experienced administrative challenges with payroll verification during the previous activation,
as well as communication challenges with personnel. Staff anticipates bringing a recommendation
of award to the Board on July 12, 2022.
FUNDING:
There is no cost to terminate the agreement or re -solicit the services. Expenses incurred for this
work are anticipated to be funded through FEMA reimbursement.
RECOMMENDATION:
Staff recommends the Board authorize the termination of the current agreement for Medical
Services for Special Needs Shelter, effective immediately.
53
CONSENT
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Honorable Board of County Commissioners
THROUGH: Jason E. Brown, County Administrator
THROUGH: Tad Stone, Director
Department of Emergency Services
FROM: Erin Sawyer, Staff Assistant IV
Department of Emergency Services
DATE: June 9, 2022
SUBJECT: Approval of Extension of Memorandum of Understanding between Humane
Society Vero Beach & Indian River County Florida Inc., and the Indian River
County Board of County Commissioners
It is respectfully requested that the information contained herein be given formal consideration by
the Board of County Commissioners at the next scheduled meeting.
DESCRIPTION AND CONDITIONS:
On January 12, 2021, Indian River County entered into a Memorandum of Understanding (MOU)
for Animal Shelter Services with Humane Society Vero Beach & Indian River County Florida
Inc., which commenced on May 1, 2021 for a duration of one (1) year. Both parties agreed to
extend the MOU for an additional thirty (30) days, with an expiration date of May 31, 2022. At
this time, Indian River County and the Society wish to extend the Memorandum of Understanding
for an additional six (6) months, with an expiration date of November 30, 2022. The monthly
compensation due to the Society will be a flat rate of $43,000 ($516,000/annually). All other
provisions of the Memorandum of Understanding for Animal Shelter Services shall remain in full
force and effect.
FUNDING:
The funds, in the amount of $516,000 annually ($43,000 per month) will be budgeted and available
in General Fund/Agencies/Humane Society, account number 00111062-088310. This is an
increase of $48,000 annually ($4,000 per month) over the previous MOU.
ITEM
ACCOUNT NUMBER
ANNUAL AMOUNT
General Fund/Agencies/Humane Society
00111062-088310
$516,000.00
54
CONSENT
RECOMMENDATION:
Staff recommends the Board approve and authorize the Chairman to execute the Extension of
Memorandum of Understanding for Animal Shelter Services.
ATTACHMENT:
1. Extension to Memorandum of Understanding between Humane Society Vero Beach &
Indian River County Florida Inc., and Indian River County Board of County
Commissioners.
55
EXTENSION TO MEMORANDUM OF UNDERSTANDING
FOR ANIMAL SHELTER SERVICES
THIS EXTENSION TO MEMORANDUM OF UNDERSTANDING FOR ANIMAL
SHELTER SERVICES ("Extension") is entered into as of this _ day of , 2022,
by and between the Humane Society of Vero Beach & Indian River County, Florida, Inc. a Florida
not for profit corporation, whose address is 6230 77th Street, Vero Beach, Florida, 32967
("Society") and the Board of County Commissioners of Indian River County, a political
subdivision of the State of Florida, whose address is 1801 27th Street, Vero Beach, Florida, 32960
("County„).
BACKGROUND RECITALS
A. On January 12, 2021, Society and County entered into an Extension to Memorandum
of Understanding for Animal Shelter Services, which commenced on May 1, 2021 and
lasts for twelve months; and
B. The parties agreed to extend the Memorandum of Understanding for an additional thirty
days, until May 31, 2022; and
C. The parties wish to extend the Memorandum of Understanding for Animal Shelter
Services for an additional six months; and
D. The parties also are willing to agree to increase the compensation from $39,000 per
month to $43,000 per month.
NOW THEREFORE, in accordance with the mutual covenants herein contained and other
good valuable consideration, the receipt and sufficiency of which are hereby
acknowledged, the parties agree as follows:
1. The above background recitals are true and correct and are incorporated herein.
2. The Memorandum of Understanding for Animal Shelter Services is extended until
November 30, 2022.
3. Section 1.3 Compensation and Reports shall be amended as follows:
a. The County shall pay the Society a flat monthly fee of $43,000 for the services
described herein.
4. All other provisions of the Extension to Memorandum of Understanding for Animal Shelter
Services shall remain in full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Extension as of the date
first written above.
Page 1 1
56
HUMANE SOCIETY OF VERO BEACH
& INDIAN RIVER, INC.
Signature of Authorized Officer
Authorized Officer (Print Name and Title)
Approved:
Jason E. Brown
County Administrator
ATTEST: Jeffrey R. Smith,
Clerk of Court and Comptroller
By:
Deputy Clerk
Page 1 2
INDIAN RIVER COUNTY
BOARD OF COUNTY COMMISSIONERS
LOW
Peter D. O'Bryan, Chairman
Date Approved:
Approved as to form and legal sufficiency:
Dylan Reingold
County Attorney
57
1136
CONSENT
INDIAN RIVER COUNTY
INTER -OFFICE MEMORANDUM
TO: Jason Brown
County Administrator
FROM: Suzanne Boyll
Human Resources Director
DATE: June 8, 2022
SUBJECT: Automobile Allowance Adjustment
Indian River County BOCC provides an automobile allowance for managerial staff who
utilize a privately owned automobile on official business and are not provided a County
vehicle. County Commissioners also receive an automobile allowance at a reduced rate.
The automobile allowance is provided pursuant to Florida Statutes, Section 112.061 (7)
(f). Individuals who are provided an automobile allowance do not receive any mileage
reimbursement for business related travel within Indian River County.
Currently, 18 individuals receive this allowance and the amounts vary from $2,100.02,
$2,400.06, or $2,600 annually. The automobile allowance is paid in the biweekly payroll
(26 pay periods per year). Prior to October 2012, the auto allowance was $161.54
biweekly ($4,200.04 annually) and was subsequently reduced to the current amounts to
achieve budget savings.
The rising cost of fuel as well as the increased costs associated with vehicle
maintenance, resulted in Human Resources surveying other Florida public employers
regarding their automobile allowance. The survey revealed the average annual
automobile allowance provided is $4,236. In order to provide a competitive automobile
allowance, staff is recommending the automobile allowance be returned to the pre -
2012 rate of $4,200.04 annually ($161.54 biweekly) which is comparable to the average
paid by other Florida public employers. The Board Chairman would receive an
additional $600 annually for a total of $4,800.12 ($184.62 biweekly). This additional
allowance of $50 per month is provided to the Chairman of the BOCC for travel and
other expenses related to the performance of his or her duties is provided under Florida
Statute 145.121 (2).
FUNDING:
The cost associated with this increase is $38,819 annually and would be budgeted in the
appropriate departmental budgets.
RECOMMENDATION:
58
Staff recommends the Board of County Commissioners approve, effective with the pay
period beginning June 17, 2022, the increase in automobile allowance to $4,200.04
annually / $161.54 biweekly and authorize an additional $600 per year automobile
allowance be provided to the Board Chairman totaling $4,800.12 annually / $184.62
biweekly.
INDIAN RIVER COUNTY, FLORIDA m1i,
MEMORANDUM
TO: Jason E. Brown, County Administrator
THROUGH: Richard B. Szpyrka, P.E., Public Works Director
James W. Ennis, P.E., Assistant Public Works Director
FROM: Mark Winslow, P.E., Project Engineer
SUBJECT: Amendment No. 1 to Work Order No. 8, Kimley-Horn & Associates, Inc.
69th Street From 66th Avenue to SR5/US-1 Resurfacing (IRC -1639)
DATE: June 3, 2022
DESCRIPTION AND CONDITIONS
On April 9, 2019, the Board of County Commissioners approved Work Order No. 8 with Kimley-Horn &
Associates, Inc. to provide design and permitting services for rehabilitating the existing roadway through the
full depth reclamation of the existing roadway, widening the shoulders to accommodate bike lanes, update
sidewalks with ADA compliant ramps, make associated drainage improvements, and provide for a compliant
pavement markings and associated roadway signage. for a total lump sum amount of $186,335.
Amendment No. 1 to Work Order No. 8 in the amount of $20,000 provides the fees necessary for
construction phase engineering services and increases Work Order No. 8 to $206,335.
This is an FDOT approved Small County Outreach Program (SCOP) project, FM No. 438073-1-54-01. The SCOP
Grant, will provide up to 75% funding of the construction cost of the project and construction engineering
inspection (CEI) services. The County will be responsible for funding the remaining 25% of the construction
costs. The Engineering costs are not included in the SCOP grant and will be funded with Secondary Roads
(Gas Tax).
FUNDING
Funding is budgeted and available from Secondary Roads/Account No. 10921441-053360-19003/69th Street
Repaving/66th Ave to US Highway 1 in the amount of $20,000.
RECOMMENDATION
Staff recommends approval of Amendment No. 1 to Work Order No. 8 to Kimley-Horn & Associates, Inc.,
authorizing the professional services as outlined in the Scope of Services and requests the Board of County
Commissioners authorize the Chairman to execute Amendment No.1 to Work Order No. 8 on their behalf for
a total lump sum amount of $20,000.
ATTACHMENTS
Amendment No. 1 to Work Order No. 8, Kimley-Horn and Associates, Inc.
AGENDA ITEM FOR JUNE 14, 2022
AMENDMENT 1 TO WORK ORDER 8
691h STREET FROM 66TH AVENUE TO SR5/US-1 RESURFACING
This Amendment 1 to Work Order Number 8 is entered into as of this day of
, 2022, pursuant to that certain Continuing Contract Agreement, dated April 17, 2018,
renewed and amended as of May 18, 2021 (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").
1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order
Number 8 , Effective Date April 9, 2019 .
2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of Work)
attached to this Amendment 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), and within the timeframe
more particularly set forth in Exhibit C (Time Schedule), all in accordance with the terms and provisions set forth
in the Agreement.
3. From and after the Effective Date of this Amendment, the above -referenced Work Order is amended as set
forth in this Amendment. 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.
Amendment Description
"SECTION III — SCOPE OF SERVICES" is being modified to incorporate the following:
Task 1- Construction Phase Services
The Consultant will provide professional construction phase assistance as specifically stated
below:
1. Clarifications and Interpretations. The Consultant will respond to reasonable and
appropriate Contractor requests for information and issue necessary clarifications
and interpretations of the Contract Documents to the COUNTY as appropriate to
the orderly completion of Contractor's work. Any orders authorizing variations from
the Contract Documents will be made by the COUNTY.
2. Change Orders. The Consultant may recommend Change Orders to the COUNTY and
will review and make recommendations related to Change Orders submitted or
proposed by the Contractor.
3. Shop Drawings and Samples. The Consultant will review and approve or take other
appropriate action in respect to Shop Drawings and Samples and other data which
Contractor is required to submit, but only for conformance with the information
Page 1 of 5
W
given in the Contract Documents. Such review and approvals or other action will not
extend to means, methods, techniques, equipment choice and usage, sequences,
schedules, or procedures of construction or to related safety precautions and
programs. Shop drawings, samples or certifications are anticipated to be submitted
related to the following:
• Roadway and Drainage elements
• Signing and Marking elements
• Utility elements
4. Applications for Payment. All applications for payment will be reviewed and
approved by the COUNTY.
5. Final Notice of Acceptability of the Work. The County will be responsible for project
acceptance, as -built drawing review and permit certifications.
6. Limitation of Responsibilities. The Consultant shall not be responsible for the acts
or omissions of any Contractor, or of any of their subcontractors, suppliers, or of
any other individual or entity performing or furnishing the Work. The Consultant
shall not have the authority or responsibility to stop the work of any Contractor.
7. Record Drawing Review and Permit Certification. The Consultant will review the
Record Drawings as submitted by the Contractor. Based upon receiving acceptable
Record Drawings from the Contractor, the Consultant will prepare and submit
certifications to the following jurisdictional agencies:
• Indian River County
• St. Johns River Water Management District
• Indian River Farms Water Control District
• Florida Department of Environmental Protection
8. Final Notice of Acceptability of the Work. The Consultant will, promptly after notice
from Contractor that it considers the entire Work ready for its intended use, in
company with the COUNTY and Contractor, conduct a site visit to determine if the
Work is substantially complete. Work will be considered substantially complete
following satisfactory completion of all items with the exception of those identified
on a final punch list. The Consultant will conduct a final site visit to determine if the
completed Work of Contractor is generally in accordance with the Contract
Documents and the final punch list so that the PROFESSIONAL may recommend, in
writing, final payment to Contractor. Accompanying the recommendation for final
payment, the Consultant shall also provide a notice that the Work is generally in
accordance with the Contract Documents to the best of the Consultant's knowledge,
information, and belief based on the extent of its services and based upon
information provided to Consultant upon which it is entitled to rely.
Page 2 of 5
62
EXHIBIT B — FEE SCHEDULE
The COUNTY agrees to pay and the Consultant agrees to accept for services rendered pursuant
to this Agreement fees inclusive of expenses in accordance with the following:
A. Professional Services Fee
The basic compensation mutually agreed upon by the Consultant and the COUNTY is as
follows:
Cost Plus Max
Task
I ahnr FPP
Task 1 - Construction Phase Services $ 20,000
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 3 of 5
63
EXHIBIT C — TIME SCHEDULE
Upon authorization to proceed by the COUNTY, the services identified above are anticipated to
extend through the duration of project construction, which is estimated to be approximately 24
months.
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 4 of 5
IN WITNESS WHEREOF, the parties hereto have executed this Amendment _1 to Work Order _8 as of the date
first written above.
CONSULTANT:
By:
Print Name: Brian Good
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
By:
Peter D. O'Bryan, Chairman
Title: Senior Vice President BCC Approved Date:
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
Deputy Clerk
Approved:
Approved as to form and legal sufficiency:
Jason E. Brown, County Administrator
Dylan T. Reingold, County Attorney
Page 5of5
65
N
Y
R
V
V Cl)
co
Q R
7
O
O CD
c
0
W
w
O
aL
o
R
m
co cli
c
h
O
y V
EA
_
N _
w
O
CL
0
0 0
a m
C
"r
v o
cD
L
0
`r'
w o
N y
N
ER
CD
O
a`
of
m
LO
Lo
_
o
o
o
N w t
O
tq
aL
y
N
0
0 0GGI
0
_
N
O
C N
•L ��
CL
n
Q)
tZ
0
.Q
�E
J
R
N
F`Q
d
Y
d
cn
II
� d
�
O �
�
T i
O
:fl
e
X
m
Q
Y
>O
U
N
c
m
Q)
0
Y
N
O w
CL CL N
N
N N
NN
N
N
N
A
O
y —
O
N
O
a`
m
o_
O
a`
"O N
y C
� O
_
Q1 w
V
V
�O
a`
c
`o
C y
N
OJ
V N
O
W O
CO
V
n y
� O
a`
R
CL
�
a`
o
c
oon.
C C
C
� (�
W
E E
m a
U
LL
y
d
y
W W
O
—
C
O
C
Y
CL
C
m
06
O
ad
>
m
c
c
3 c
lL
0
O
Gi
R
�
a
y
7
d
d
d
O
`
O
L
O
O
O
U
a
to
a
a
a
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Jason E. Brown, County Administrator
THROUGH: Richard B. Szpyrka, P.E., Public Works Director
James W. Ennis, P.E., PMP, Assistant Public Works Director
FROM: Jill M. Williams, Contract Support Specialist
SUBJECT: FDOT Small County Outreach Program (SCOP) Supplemental Agreement No. 1
and Authorizing Resolution Construction and Construction and Engineering
Inspection (CEI) Services for Milling and Resurfacing 6th Avenue from SR-5/US-1
to 21st Street - Project No. IRC -1638, FM No. 438074-1-54-01
DATE: June 6, 2022
DESCRIPTION AND CONDITIONS
On April 13, 2021, the Board of County Commissioners approved Resolution No. 2021-028 and a Small
County Outreach Program (SCOP) Agreement with the Florida Department of Transportation (FDOT) for
the Construction and Construction Engineering Inspection (CEI) Services for milling and resurfacing 6th
Avenue from SR-5/US 1 to 2111 Street (estimated total cost for the project was $2,039,152). The FDOT
SCOP grant amount approved was for $1,061,672 with the County's cost share estimated to be $977,480
and the agreement was executed by the FDOT on May 3, 2021.
The FDOT has requested Indian River County execute and deliver the FDOT SCOP Supplemental
Agreement No. 1 to revise the project cost to $2,568,253.50, and increase FDOT funding by $400,000. A
Resolution authorizing the Board of County Commissioner's to execute FDOT SCOP Supplemental
Agreement No. 1 is requested as well.
FUNDING
Per the SCOP grant agreement, the County must fund the project and then request reimbursement of
the grant share from FDOT to a maximum amount of $1,461,672 of the total cost for the project.
Funding for the County's cost share in the amount of $1,106,581.50 of the cost is budgeted in Account
No. 10921441-066510-19008/Secondary Roads/61" Avenue Resurfacing US1 to 2111 Street.
RECOMMENDATION
Staff recommends the Board approve the FDOT SCOP Supplemental Agreement No. 1(FM No. 438074-1-
54-01) and Resolution and authorize the Chairman to execute the same.
►�ii_I�l: ►I�iL�i;���
1. Authorizing Resolution
2. FDOT Small County Outreach Program (SCOP) Supplemental Agreement No.1 FM No. 438074-1-
54-01
APPROVED AGENDA ITEM FOR JUNE 14, 2022
C:\Granicus\Legistar5\L5\Temp\ff84c74e-b229-43 ff-a5b4-Ob4ef5b26686.doc
RESOLUTION NO. 2022 -
RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA,
AUTHORIZING THE CHAIRMAN'S EXECUTION OF SMALL COUNTY OUTREACH PROGRAM (SCOP)
SUPPLEMENTAL AGREEMENT NO. 1 WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION FOR
CONSTRUCTION (MILLING AND RESURFACING) AND CONSTRUCTION ENGINEERING INSPECTION (CEI)
SERVICES FOR 6TH AVENUE FROM SR-5/US-1 TO 21ST STREET.
WHEREAS, the milling and resurfacing of 6th Avenue from SR5/US-1 to 21" Street is an Indian
River County priority project; and
WHEREAS, the Florida Department of Transportation (FDOT) is prepared to provide funds to
pay a portion of the cost for the construction (milling and resurfacing) and CEI of 6th Avenue from
SR5/US-1 to 21St Street, as well as minor drainage improvements and pavement markings under the
Small County Outreach Program (SCOP); and
WHEREAS, the State of Florida, Department of Transportation, has requested Indian River
County execute and deliver to the State of Florida, Department of Transportation, SCOP Supplemental
Agreement No. 1 increasing the amount of the grant by $400,000.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN
RIVER COUNTY, FLORIDA, that the Chairman of the Board is hereby authorized to make, execute, and
deliver to the State of Florida, Department of Transportation, a Small County Outreach Program
Supplemental Agreement No. 1 for the aforementioned project.
The foregoing resolution was offered by Commissioner
motion was seconded by Commissioner
follows:
Chairman Peter D. O'Bryan
Vice -Chairman Joe Earman
Commissioner Susan Adams
Commissioner Joseph E. Flescher
Commissioner Laura Moss
who moved its adoption. The
and, upon being put to a vote, the vote was as
The Chairman thereupon declared the resolution passed and adopted this day of
, 2022.
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY, FLORIDA
By
Peter D. O'Bryan, Chairman
Attest: Jeffrey R. Smith, Clerk of Court
and Comptroller
By:
Deputy Clerk
Approved as to Form and Legal Sufficiency
William D. DeBraal, Deputy County Attorney
C:\Granicus\Legistar5\L5\Temp\e41 OR 1-ca8c-4cbc-af3a-2bOb6639d5ee.doc
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
STATE -FUNDED GRANT
SUPPLEMENTAL AGREEMENT
SUPPLEMENTAL NO.
ONE
CONTRACT NO.
G1W57
FPN
438074-1-54-01
525-010-60
PROGRAM MANAGEMENT
12/16
Page 1 of 2
Recipient: Indian River County
This Supplemental Agreement ("Supplemental"), dated arises from the desire to supplement the State -
Funded Grant Agreement ("Agreement") entered into and executed on May 3, 2021 as identified above. All provisions in
the Agreement and supplements, if any, remain in effect except as expressly modified by this Supplemental.
The parties agree that the Agreement is to be amended and supplemented as follows:
This Supplement increases the Department's participating amount needed for the Construction and CEI Services of the
Project by FOUR HUNDRED THOUSAND DOLLARS AND ZERO CENTS ($400,000.00).
Paragraph 6a of the Agreement is amended to read as follows:
The estimated cost of the Project is $2,568,253.50. This amount is based upon the Schedule of Financial Assistance in
Exhibit "B", attached and incorporated in this Supplement.
Paragraph 6b of the Agreement is amended to read as follows:
The Department agrees to participate in the Project cost up to the maximum amount of $1,461,672.00 and as more
fully described in Exhibit "B" of this Supplemental, Schedule of Financial Assistance, attached hereto and made a part
hereof. The Department's participation is increased based on the actual bids being higher than the original estimated
amount. The Recipient is obligated for all expenses in excess of the amount of the Department's participation and any
cost overruns or deficits incurred in connection with completion of the Project.
The deliverables (Exhibit A Deliverables) of the Agreement are deleted in its entirety and is replaced with Exhibit A
Deliverables of this Amendment, attached hereto and made a part thereof.
The Scope of Services, Exhibit A of the Agreement are unchanged and shall remain in full force and effect.
Reason for this Supplemental and supporting engineering and/or cost analysis:
This Supplemental Agreement increases the Departments participating amount by $400,000.00 revising the original
State Funded Agreement total project cost with the Department's bid concurrence and Local Agency construction
contract/ Bid award.
70
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
STATE -FUNDED GRANT
SUPPLEMENTAL AGREEMENT
525-010-60
PROGRAM MANAGEMENT
12/16
Page 2 of 2
IN WITNESS WHEREOF, the parties have caused these presents to be executed the day and year first above written.
RECIPIENT:
Indian River County Board of Commissioners
By:
Name: Peter D. O'Bryan
Title: Chairman
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
By:
Name: Steven C. Braun, P.E.
Title: Director of Transportation Development
Legal Review:
71
EXHIBIT A
DELIVERABLES
438074-1-54-01
6th Avenue Milling & Resurfacing from U.S. 1/S.R. 5 to 21st Street IRC -1638
Pay ItemNumb
Pay Item Description
Unit
Quantity
01010
MOBILIZATION
LS
1
0102 1
MAINTENANCE OF TRAFFIC
LS
1
0104 1
EROSION CONTROL
LS
1
**0110 1 1
STANDARD CLEARING & GRUBBING
AC
13.5
01104 10
REMOVAL OF EXISTING CONCRETE PAVEMENT/ REMOVAL OF
EXISTING CONCRETE
SY
1220
0120 1
REGULAR EXCAVATION
CY
313
01206
EMBANKMENT
CY
156
01604
STABILIZATION TYPE B
SY
20
02861
TURNOUT CONSTRUCTION / DRIVEWAY BASE - OPTIONAL
MATERIALS
SY
20
0327 70 6
MILLING EXISTING ASPHALT PAVEMENT 1-1/T AVG DEPTH
SY
39457
0337783
ASPHALTIC CONCRETE FRICTION COURSE (TRAFFIC C) (FC 12.5)
(PG 76-22)
TN
4053.2
04000 11
CONCRETE CLASS NS. GRAVITY WALL
CY
1.33
**0425 6
VALVE BOXES, ADJUST
EA
15
0425 1552
INLET TOP, REPLACE, DITCH BOTTOM INLET
EA
1
051512
PIPE HANDRAIL - GUIDERAIL, ALUMINUM
LF
14
0520 1 10
CONCRETE CURB & GUTTER. TYPE F
LF
879
05222
CONCRETE SIDEWALKS & DRIVEWAYS, 6" THICK (3,000 PSI
FIBERMESH REINFORCED)
SY
3158
05272
DETECTABLE WARNINGS
SF
948
0570 1 2
PERFORMANCE TURF, SOD BAHIA
SY
1533
**0630 2 11
CONDUIT, FURNISH & INSTALL, OPEN TRENCH
LF
3044
**0630 2 12
CONDUIT. FURNISH & INSTALL. DIRECTIONAL BORE
LF
7.87
**0632 7 1
SIGNAL CABLE - NEW OR RECONSTRUCTED INTERSECTION,
FURNISH & INSTALL
PI
3
**0633 1 123
FIBER OPTIC CABLE, F&I, UNDERGROUND, 49-96 FIBERS
LF
12918
**0635 2 11
PULL & SPLICE BOX, F&I, 13" X 2, COVER SIZE
EA
54
**0635 2 12
PULL & SPLICE BOX. F&I, 2, X 36" COVER SIZE
EA
25
**0635 2 13
PULL & SPLICE BOX, F&I, 30" X 60" RECTANGULAR OR 36" ROUND
COVER SIZE
EA
7
0646 1 11
ALUMINUM SIGNALS POLE, PEDESTAL
EA
4
0646 1 12
ALUMINUM SIGNALS POLE, FURNISH & INSTALL PEDESTRIAN
DETECTOR POST
EA
5
0646 1 60
ALUMINUM SIGNALS POLE. REMOVE
EA
4
06531 11
PEDESTRIAN SIGNAL, FURNISH & INSTALL LED COUNTDOWN, 1
WAY
AS
7
06531 12
PEDESTRIAN SIGNAL, FURNISH & INSTALL LED COUNTDOWN, 2
WAYS
AS
4
0653160
PEDESTRIAN SIGNAL, REMOVE PED SIGNAL-POLE/PEDESTAL TO
REMAIN
AS
9
0665 1 11
PEDESTRIAN DETECTOR. FURNISH & INSTALL. STANDARD
EA
j 15
0665 1 40
PEDESTRIAN DETECTOR, RELOCATE
EA
1
0665 1 50
PEDESTRIAN DETECTOR, ADJUST/MODIFY ON EXISTING POLE
EA
1
72
0665 1 60
PEDESTRIAN DETECTOR, REMOVE- POLE/PEDESTAL TO REMAIN
EA
8
**0676 1500
TRAFFIC SIGNAL CONTROLLER CABINET. ADJUST/MODIFY
EA
3
0700 1 11
SINGLE POST SIGN, F&I GROUND MOUNT, UP TO 12 SF
AS
20
0700 1 50
SINGLE POST SIGN, RELOCATE
AS
6
070611
RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE
MARKINGS
EA
699
071090
PAINTED PAVEMENT MARKINGS. FINAL SURFACE
LS
1
0711 11123
THERMOPLASTIC, STANDARD, WHITE, SOLID, IT FOR
CROSSWALK AND ROUNDABOUT
LF
2894
0711 11125
THERMOPLASTIC, STANDARD, WHITE, SOLID, 2, FOR STOP LINES
AND CROSSWALK
LF
674
0711 11160
THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL
EA
71
0711 11170
THERMOPLASTIC, STANDARD, WHITE, ARROWS
EA
34
0711 1124
THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" FOR
DIAGONALS AND CHEVRONS
LF
221
0711 16101
THERMOPLASTIC, STANDARD -OTHER SURFACES, WHITE, SOLID,
6"
GM
3.41
0711 16131
THERMOPLASTIC, OTHER SURFACES, WHITE, SKIP, 6.,1030 SKIP
OR 3-9 LANE DROP
GM
0.032
0711 16201
THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW,
SOLID, 6"
GM
3.444
0711 16231
THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW. SKIP.
6"
GM
0.112
**1080 21108
UTILITY FIXTURE, VALVE BOX, FURNISH & INSTALL, 8"
EA
41
**0999 1
AS BUILT SURVEY (BY REGISTERED SURVEYOR)
LS
1
**999-25
IFORCEACCOUNT
**Non -Participating Items
CEI CLASSIFICATIONS
ASSISTIANT PUBLIC WORKS DIRECTOR
ROADWAY PRODUCTION MANAGER
SR. INSPECTOR
INSPECTOR
73
Alt Form 525-010-6OeB STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525 -011 -OB
STATE -FUNDED GRANT AGREEMENT PROGRAM
MANAGEMENT
8/21
Page 1 of 1
EXHIBIT B
SCHEDULE OF FINANCIAL ASSISTANCE
RECIPIENT NAME & BILLING ADDRESS:
FINANCIAL PROJECT NUMBER:
INDIAN RIVER COUNTY
438074-1-54-01
1801 27TH STREET
VERO BEACH, FL 32960
MAXIMUM PARTICIPATION
PHASE OF WORK by Fiscal Year:
TOTAL PROJECT FUNDS
)
LOCALFUNDS
STATE F
FUNDS
Indicate source of
Local funds
Design- Phase 34 Maximum Department Participation
$
$
$
❑ In -Kind
FY: (Insert Program Name)
❑ Cash
FY: Maximum Department Participation
$
$
$
In Kind
(Insert Program Name)
❑ Cash
Total Design Cost
$ 0.00
$ 0.00
$ 0.00
Right -of -Way- Phase 44Maximum Department Participation
$
$
$
In -Kind
FY: (Insert Program Name)
❑ Cash
FY: Maximum Department Participation
$
$
$
❑ In -Kind
(Insert Program Name)
❑ Cash
Total Right -of -Way Cost
$ 0.00
$ 0.00
$ 0.00
Construction -Phase 54 Maximum Department Participation $1,797,126.83
$977,479.83
$819,647.00
In -Kind
FY:2021 (SMALL COUNTY OUTREACH PROGRAM)
® Cash
FY: 2022 Maximum Department Participation $771,126.67
$129,101.67
$642,025.00
❑ In -Kind
(SMALL COUNTY OUTREACH PROGRAM)
® Cash
Total Construction Cost $2,568,253.50
$1,106,581.50
$1,461,672.00
Construction Maximum Department Participation
$
$
$
In -Kind
Engineering and (Insert Program Name)
❑ Cash
Inspection - Phase 64
FY:
FY: Maximum Department Participation
$
$
$
❑ In -Kind
(Insert Program Name)
❑ Cash
Total Construction Engineering and Inspection Cost
$ 0.00
$ 0.00
$ 0.00
(Phase: ) Maximum Department Participation
$
$
$
❑ In -Kind
FY: (Insert Program Name)
❑ Cash
FY: Maximum Department Participation
$
$
$
❑ In -Kind
(Insert Program Name)
❑ Cash
Total Cost
$ 0.00
$ 0.00
$ 0.00
%
TOTAL COST OF THE PROJECT $2,568,253.50
$1,106,581.50
$1,461,672.00
COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES:
I certify that the cost for each line item budget category has been evaluated and determined to be allowable, reasonable, and necessary as required by
Section 216.3475, F.S. Documentation is on file evidencing the methodology used and the conclusions reached.
Susan Dale
District Grant Manager Name
Signature Date
M
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Jason E. Brown, County Administrator
THROUGH: Richard B. Szpyrka, P.E., Public Works Director
James W. Ennis, P.E., PMP, Assistant Public Works Director
FROM: Jill M. Williams, Contract Support Specialist
SUBJECT: FDOT Transportation Regional Incentive Program (TRIP) Agreement and Resolution
Authorizing the Chairman's Signature for CEI and Construction of 66th Avenue from
69th Street to CR-510/85th Street (IRC -1505B) FM No. 436379-2-54-01
DATE: June 6, 2022
DESCRIPTION AND CONDITIONS
Indian River County applied for and received a Transportation Regional Incentive Program (TRIP) Grantfrom
the Florida Department of Transportation (FDOT) in the amount of $7,000,000 for the widening of 66th
Avenue from a two-lane to a four -lane divided highway from 691h Street to CR-S10/85th Street. Also included
in the grant are construction engineering inspection (CEI) services. The estimated total cost for the project
is $15,708,271.04. The proposed improvements will include widening and reconstruction of the existing
roadway to a 4 -lane divided roadway section within the project limits. Curb and gutter and a raised median will
be provided. An 8' wide concrete sidewalk will be provided on the west side of the roadway. Also included will
be stormwater drainage improvement, pavement markings, traffic signals and landscape and irrigation
improvements. The County's portion is estimated to be $8,708,271.04.
FUNDING
Funding forthe County's cost share in the amount of $8,708,271.04 is budgeted in the FY 22/23 budget and
will be funded through Traffic Impact Fees/District I, Acct# 10215141-066510-16009, Traffic Impact Fees
2020, District 1, Acct# 10415141-066510-16009 and Optional Sales Tax, Acct# 31521441-066510-16009.
RECOMMENDATION
Staff recommends the Board of County Commissioners approve the Transportation Regional Incentive
Program (TRIP) Agreement and Resolution and authorize the Chairman to execute the same.
ATTACHMENTS
1. Indian River County Grant Form
2. Authorizing Resolution
3. FDOT Transportation Regional Incentive Program Agreement FM No. 436379-2-54-01
APPROVED AGENDA ITEM FOR JUNE 14, 2022
75
C:\Granicus\Legistar5\L5\Temp\c0166b07-a8244ea4-af2e-ee99f0ecebe£doc
GRANT NAME: FDOT Transportation Regional Incentive Program (TRIP) for 60h Ave (691h St – 850, St)
GRANT # 436379-2-54-01
AMOUNT OF GRANT: $7,000,000.00
DEPARTMENT RECEIVING GRANT: Public Works
CONTACT PERSON: James W. Ennis P.E.. PMP Asst Public Works Director TELEPHONE: (772) 226-1221
1. How long is the grant for? Until June 30, 2024 Starting Date: Agreement commences upon full execution
2. Does the grant require you to fund this function after the grant is over? Yes __2L_No
3. Does the grant require a match? _X—Yes No
If yes, does the grant allow the match to be In -Kind services? Yes X No
4. Percentage of match to grant 55.4
5. Grant match amount required ,$ R; 0R,?7t na
6. Where are the matching funds coming from (i.e. In -Kind Services; Reserve for Contingency)?
This is budgeted and funded in CIE.
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: $ N/A
(Attach a detail 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
Insurance – Life & Health
012.14
Worker's Compensation
012.17
S/Sec. Medicare Matching
11
1 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? S8,7n8,771 na
Signature of Preparer:
Date:
76
Grant Amount
Other Match Costs Not Covered
Match
Total
First Year
$ 7,000,000
$
$8,708,271.04
$15,708,271.04
Second Year
S
$
$
$
Third Year
S
$
$
$
Fourth Year
S
$
$
$
Fifth Year
$
I $
1 $
$
Signature of Preparer:
Date:
76
RESOLUTION NO. 2022 -
RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA
AUTHORIZING THE CHAIRMAN'S EXECUTION OF A TRANSPORTATION REGIONAL INCENTIVE
PROGRAM AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION FOR 66TH AVENUE
ROADWAY WIDENING FROM 69TH STREET TO CR-510/85TH STREET AND CONSTRUCTION
ENGINEERING INSPECTION (CEI) SERVICES
WHEREAS, the widening of 66th Avenue from a two-lane to a four -lane divided highway from
69th Street to CR-510/85th Street and all ancillary construction work is an Indian River County priority
project; and
WHEREAS, the Florida Department of Transportation (FDOT) is prepared to provide funds to
pay a portion of the cost for the widening of 66th Avenue from a two-lane to a four -lane divided
highway from 691h Street to CR-510/85th Street and all ancillary construction work, as well as
construction engineering inspection (CIE) under the Transportation Regional Incentive Program (TRIP);
and
WHEREAS, the Indian River County Board of County Commissioners is responsible for paying
$8,708,171.04 of the cost of the project costs as its portion of the required local match.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN
RIVER COUNTY, FLORIDA, that the Chairman of the Board is hereby authorized to make, execute, and
deliver to the State of Florida, Department of Transportation, a Transportation Regional Incentive
Program Agreement for the aforementioned project.
The foregoing resolution was offered by Commissioner
motion was seconded by Commissioner
follows:
Chairman Peter D. O'Bryan
Vice -Chairman Joe Earman
Commissioner Joseph E. Flescher
Commissioner Susan Adams
Commissioner Laura Moss
who moved its adoption. The
and, upon being put to a vote, the vote was as
The Chairman thereupon declared the resolution passed and adopted this day of
, 2022.
BOARD OF COUNTY COMMISSSIONERS
OF INDIAN RIVER COUNTY, FLORIDA
By
Peter D. O'Bryan, Chairman
Attest: Jeffrey R. Smith, Clerk of Court
and Comptroller
By:
Deputy Clerk
Approved as to Form and Legal Sufficiency
William K. DeBraal, Deputy County Attorney
77
C:\Granicus\Legistar5US\Temp\25598931-9be6-4734-8d07-4c641043 fc3l .doc
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
STATE -FUNDED GRANT AGREEMENT
525-010-60
PROGRAM MANAGEMENT
05/21
FPN: 436379-2-54-01 Fund: TRIP_ , TRWR FLAIR Category: 088717
Org Code: 55043010404 FLAIR Obj: 751000
FPN
FPN
Fund: _
Org Code:
Fund: _
Org Code:
County No:88 Contract No:
FLAIR Category:
FLAIR Obj:
FLAIR Category:
FLAIR Obj:
Vendor No: F596-000-674-074
THIS STATE -FUNDED GRANT AGREEMENT ("Agreement") is entered into on
(This date to be entered by DOT only)
by and between the State of Florida Department of Transpertation, ("Department"), and Indian River County, ("Recipient").
The
Department and the Recipient are sometimes referred to in this Agreement as a "Party" and collectively as the "Parties".
NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the Parties
agree to the following:
Authority: The Department is authorized to enter into this Agreement pursuant to Sections 334.044, 334.044(7),
and (select the applicable statutory authority for the program(s) below):
❑ Section 339.2817 Florida Statutes, County Incentive Grant Program (CIGP), (CSFA 55.008)
❑ Section 339.2818 Florida Statutes, Small County Outreach Program (SCOP), (CSFA 55.009)
❑ Section 339.2816 Florida Statutes, Small County Road Assistance Program (SCRAP), (CSFA 55.016)
® Section 339.2819 Florida Statutes, Transportation Regional Incentive Program (TRIP), (CSFA 55.026)
❑ Insert Legal Authority , Insert Funding Program Name , Insert CSFA Number
The Recipient by Resolution or other form of official authorization, a copy of which is attached as Exhibit "D",
Recipient Resolution, and made a part of this Agreement, has authorized its officers to execute this Agreement
on its behalf.
Purpose of Agreement: The purpose of this Agreement is to provide for the Department's participation in the CEI
and Construction of 661h AVE From 69th St to CR-510/85th St, as further described in Exhibit "A", Project
Description and Responsibilities, attached to and incorporated into this Agreement ("Project"); to provide
Department financial assistance to the Recipient; state the terms and conditions upon which Department funds will
be provided; and to set forth the manner in which the Project will be undertaken and completed.
Term of the Agreement, Commencement and Completion of the Project: This Agreement shall commence
upon full execution by both Parties and the Recipient shall complete the Project on or before June 30, 2024. If the
Recipient does not complete the Project within this time period, this Agreement will expire on the last day of the
scheduled completion as provided in this paragraph unless an extension of the time period is requested by the
Recipient and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this
Agreement will be considered termination of the Project. The Recipient acknowledges that no funding for the Project
will be provided by the State under this Agreement for work on the Project that is not timely completed and invoiced
in accordance with the terms of this Agreement, or for work performed prior to full execution of the Agreement.
Notwithstanding the expiration of the required completion date provided in this Agreement and the consequent
potential unavailability of any unexpended portion of State funding to be provided under this Agreement, the
Recipient shall remain obligated to complete all aspects of the Project identified in Exhibit "A" in accordance with
the remaining terms of this Agreement, unless otherwise agreed by the Parties, in writing.
Page 1 of 14 78
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
05!21
Execution of this Agreement by both Parties shall be deemed a Notice to Proceed to the Recipient for the design
phase or other non -construction phases of the Project. If the Project involves a construction phase, the Recipient
shall not begin the construction phase of the Project until the Department issues a written Notice to Proceed for the
construction phase. Prior to commencing the construction work described in this Agreement, the Recipient shall
request a Notice to Proceed from the Department.
4. Amendments, Extensions and Assignment: This Agreement may be amended or extended upon mutual
written agreement of the Parties. This Agreement shall not be assigned, transferred or otherwise encumbered by
the Recipient under any circumstances without the prior written consent of the Department.
5. Termination or Suspension of Project: The Department may, by written notice to the Recipient, suspend any or
all of the Department's obligations under this Agreement for the Recipient's failure to comply with applicable laws
or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or
been corrected. The Department may also terminate this Agreement in whole or in part at any time the interest of
the Department requires such termination.
a. If the Department terminates the Agreement, the Department shall notify the Recipient of such termination
in writing within thirty (30) days of the Department's determination to terminate the Agreement, with
instructions as to the effective date of termination or to specify the stage of work at which the Agreement is
to be terminated.
b. The Parties to this Agreement may also terminate this Agreement when its continuation would not produce
beneficial results commensurate with the further expenditure of funds. In this event, the Parties shall agree
upon the termination conditions through mutual written agreement.
c. If the Agreement is terminated before performance is completed, the Recipient shall be paid only for that
work satisfactorily performed for which costs can be substantiated. Such payment, however, may not
exceed an amount which is the same percentage of the contract price as the amount of work satisfactorily
completed is a percentage of the total work called for by this Agreement. All work in progress on the
Department right-of-way will become the property of the Department and will be turned over promptly by
the Recipient.
d. Upon termination of this Agreement, the Recipient shall, within thirty (30) days, refund to the Department
any funds determined by the Department to have been expended in violation of this Agreement.
6. Project Cost:
a. The estimated cost of the Project is $15,708,271.04. This amount is based upon the Schedule of Financial
Assistance in Exhibit "B", Schedule of Financial Assistance, attached and incorporated in this
Agreement. The Schedule of Financial Assistance may be modified by execution of an amendment of the
Agreement by the Parties.
b. The Department agrees to participate in the Project cost up to the maximum amount of $7,000,000.00 and,
additionally the Department's participation in the Project shall not exceed 50% of the total cost of the Project,
and as more fully described in Exhibit "B". The Department's participation may be increased or reduced
upon a determination of the actual bid amounts of the Project by the execution of an amendment. The
Recipient agrees to bear all expenses in excess of the amount of the Department's participation and any
cost overruns or deficits incurred in connection with completion of the Project.
c. The Department's participation in eligible Project costs is subject to, but not limited to:
i. Legislative approval of the Department's appropriation request in the work program year that the
Project is scheduled to be committed;
ii. Approval of all plans, specifications, contracts or other obligating documents and all other terms of
this Agreement; and
Page 2 of 14 79
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
05/21
iii. Department approval of the Project scope and budget at the time appropriation authority becomes
available.
7. Compensation and Payment:
a. The Department shall reimburse the Recipient for costs incurred to perform services described in the
Project Description and Responsibilities in Exhibit "A", and as set forth in the Schedule of Financial
Assistance in Exhibit "B".
b. The Recipient shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable
must specify the required minimum level of service to be performed and the criteria for evaluating successful
completion. The Project and the quantifiable, measurable, and verifiable units of deliverables are described
more fully in Exhibit "A", Project Description and Responsibilities. Any changes to the deliverables shall
require an amendment executed by both parties.
c. Invoices shall be submitted no more often than monthly and no less than quarterly by the Recipient in detail
sufficient for a proper pre -audit and post -audit, based on the quantifiable, measurable and verifiable
deliverables as established in Exhibit "A". Deliverables and costs incurred must be received and approved
by the Department prior to reimbursements. Requests for reimbursement by the Recipient shall include an
invoice, progress report and supporting documentation for the period of services being billed that are
acceptable to the Department. The Recipient shall use the format for the invoice and progress report that
is approved by the Department.
d. Supporting documentation must establish that the deliverables were received and accepted in writing by
the Recipient and must also establish that the required minimum standards or level of service to be
performed based on the criteria for evaluating successful completion as specified in Exhibit "A" has been
met. All costs invoiced shall be supported by properly executed payrolls, time records, invoices, contracts
or vouchers evidencing in proper detail the nature and propriety of charges as described in Exhibit "F",
Contract Payment Requirements.
e. Travel expenses are not compensable under this Agreement.
f. Payment shall be made only after receipt and approval of deliverables and costs incurred unless advance
payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216,
Florida Statutes or the Department's Comptroller under Section 334.044(29), Florida Statutes.
If the Department determines that the performance of the Recipient is unsatisfactory, the Department shall
notify the Recipient of the deficiency to be corrected, which correction shall be made within a time -frame to
be specified by the Department. The Recipient shall, within thirty (30) days after notice from the Department,
provide the Department with a corrective action plan describing how the Recipient will address all issues of
contract non-performance, unacceptable performance, failure to meet the minimum performance levels,
deliverable deficiencies, or contract non-compliance. If the corrective action plan is unacceptable to the
Department, the Recipient will not be reimbursed to the extent of the non-performance. The Recipient will
not be reimbursed until the Recipient resolves the deficiency. If the deficiency is subsequently resolved, the
Recipient may bill the Department for the unpaid reimbursement request(s) during the next billing period. If
the Recipient is unable to resolve the deficiency, the funds shall be forfeited at the end of the Agreement's
term.
Recipients receiving financial assistance from the Department should be aware of the following time
frames. Inspection and approval of deliverables and costs incurred shall take no longer than 20 days
from the Department's receipt of the invoice. The Department has 20 days to deliver a request for
payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of
the date the invoice is received or the deliverables and costs incurred are received, inspected, and
approved.
If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant
to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice amount, to the
Recipient. Interest penalties of less than one (1) dollar will not be enforced unless the Recipient requests
Page 3 of 14 80
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
osizl
payment. Invoices that have to be returned to a Recipient because of Recipient preparation errors will
result in a delay in the payment. The invoice payment requirements do not start until a properly
completed invoice is provided to the Department.
A Vendor Ombudsman has been established within the Department of Financial Services. The duties of
this individual include acting as an advocate for Recipient who may be experiencing problems in obtaining
timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516.
The Recipient shall maintain an accounting system or separate accounts to ensure funds and projects are
tracked separately. Records of costs incurred under the terms of this Agreement shall be maintained and
made available upon request to the Department at all times during the period of this Agreement and for five
years after final payment is made. Copies of these documents and records shall be furnished to the
Department upon request. Records of costs incurred include the Recipient's general accounting records
and the project records, together with supporting documents and records, of the contractor and all
subcontractors performing work on the project, and all other records of the contractor and subcontractors
considered necessary by the Department for a proper audit of costs.
h. Progress Reports. Upon request, the Recipient agrees to provide progress reports to the Department in
the standard format used by the Department and at intervals established by the Department. The
Department will be entitled at all times to be advised, at its request, as to the status of the Project and of
details thereof.
I. If, after Project completion, any claim is made by the Department resulting from an audit or for work or
services performed pursuant to this Agreement, the Department may offset such amount from payments
due for work or services done under any agreement which it has with the Recipient owing such amount if,
upon demand, payment of the amount is not made within 60 days to the Department. Offsetting any amount
pursuant to this paragraph shall not be considered a breach of contract by the Department.
j. The Recipient must submit the final invoice on the Project to the Department within 120 days after the
completion of the Project. Invoices submitted after the 120 -day time period may not be paid.
k. The Department's performance and obligation to pay under this Agreement is contingent upon an annual
appropriation by the Legislature. If the Department's financial assistance for this Project is in multiple fiscal
years, a notice of availability of funds from the Department's project manager must be received prior to
costs being incurred by the Recipient. See Exhibit "B" for funding levels by fiscal year. Project costs
utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being
received. The Department will notify the Recipient, in writing, when funds are available.
I. In the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the
provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated:
"The Department, during any fiscal year, shall not expend money, incur any liability, or
enter into any contract which, by its terms, involves the expenditure of money in excess of
the amounts budgeted as available for expenditure during such fiscal year. Any contract,
verbal or written, made in violation of this subsection is null and void, and no money may
be paid on such contract. The Department shall require a statement from the comptroller
of the Department that funds are available prior to entering into any such contract or other
binding commitment of funds. Nothing herein contained shall prevent the making of
contracts for periods exceeding 1 year, but any contract so made shall be executory only
for the value of the services to be rendered or agreed to be paid for in succeeding fiscal
years, and this paragraph shall be incorporated verbatim in all contracts of the Department
which are for an amount in excess of $25,000 and which have a term for a period of more
than 1 year."
m. Any Project funds made available by the Department pursuant to this Agreement which are determined by
the Department to have been expended by the Recipient in violation of this Agreement or any other
applicable law or regulation, shall be promptly refunded in full to the Department. Acceptance by the
Department of any documentation or certifications, mandatory or otherwise permitted, that the Recipient
Page 4 of 14 8
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
asi21
files shall not constitute a waiver of the Department's rights as the funding agency to verify all information
at a later date by audit or investigation.
n. In determining the amount of the payment, the Department will exclude all Project costs incurred by the
Recipient prior to the execution of this Agreement, costs incurred prior to issuance of a Notice to Proceed,
costs incurred after the expiration of the Agreement, costs which are not provided for in the latest approved
Schedule of Financial Assistance in Exhibit "B" for the Project, costs agreed to be borne by the Recipient
or its contractors and subcontractors for not meeting the Project commencement and final invoice time
lines, and costs attributable to goods or services received under a contract or other arrangements which
have not been approved in writing by the Department.
8. General Requirements:
The Recipient shall complete the Project with all practical dispatch in a sound, economical, and efficient manner,
and in accordance with the provisions in this Agreement and all applicable laws.
a. The Recipient must obtain written approval from the Department prior to performing itself (through the
efforts of its own employees) any aspect of the Project that will be funded under this Agreement.
❑ If this box is checked, then the Agency is permitted to utilize its own forces and the following
provision applies: Use of Agency Workforce. In the event the Agency proceeds with any phase
of the Project utilizing its own forces, the Agency will only be reimbursed for direct costs (this
excludes general overhead).
b. The Recipient shall provide to the Department certification and a copy of appropriate documentation
substantiating that all required right-of-way necessary for the Project has been obtained. Certification is
required prior to authorization for advertisement for or solicitation of bids for construction of the Project,
including if no right-of-way is required.
c. The Recipient shall comply and require its contractors and subcontractors to comply with all terms and
conditions of this Agreement and all federal, state, and local laws and regulations applicable to this Project.
d. The Recipient shall have the sole responsibility for resolving claims and requests for additional work for the
Project by the Recipient's contractors and consultants. No funds will be provided for payment of claims or
additional work on the Project under this Agreement without the prior written approval of the claim or request
for additional work by Department.
9. Contracts of the Recipient
a. The Department has the right to review ar.d approve any and all third party contracts with respect to the
Project before the Recipient executes any contract or obligates itself in any manner requiring the
disbursement of Department funds under this Agreement, including consultant or construction contracts or
amendments thereto. If the Department exercises this right and the Recipient fails to obtain such approval,
the Department may deny payment to the Recipient. The Department may review the qualifications of any
consultant or contractor and to approve or disapprove the employment of such consultant or contractor.
b. It is understood and agreed by the parties hereto that participation by the Department in a project that
involves the purchase of commodities or contractual services or the purchasing of capital equipment or the
equipping of facilities, where purchases or costs exceed the Threshold Amount for CATEGORY TWO per
Chapter 287.017 Florida Statutes, is contingent on the Recipient complying in full with the provisions of
Chapter 287.057 Florida Statutes The Recipient shall certify to the Department that the purchase of
commodities or contractual services has been accomplished in compliance with Chapter 287.057 Florida
Statutes It shall be the sole responsibility of the Recipient to ensure that any obligations made in accordance
with this Section comply with the current threshold limits. Contracts, purchase orders, task orders,
construction change orders, or any other agreement that would result in exceeding the current budget
contained in Exhibit "B", or that are not consistent with the Project description and scope of services
contained in Exhibit "A" must be approved by the Department prior to Recipient execution. Failure to
Page 5 of 14 82
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
asi21
obtain such approval, and subsequent execution of an amendment to the Agreement if required, shall be
sufficient cause for nonpayment by the Department.
c. Participation by the Department in a project that involves a consultant contract for engineering, architecture
or surveying services, is contingent on the Recipient's complying in full with provisions of Section 287.055,
Florida Statutes, Consultants' Competitive Negotiation Act. In all cases, the Recipient shall certify to the
Department that selection has been accomplished in compliance with the Consultants' Competitive
Negotiation Act.
d. If the Project is procured pursuant to Chapter 255 for construction services and at the time of the competitive
solicitation for the Project 50 percent or more of the cost of the Project is to be paid from state -appropriated
funds, then the Recipient must comply with the requirements of Section 255.0991, Florida Statutes.
10. Design and Construction Standards and Required Approvals: In the event the Project includes construction
the following provisions are incorporated into this Agreement:
a. The Recipient is responsible for obtaining all permits necessary for the Project.
b. In the event the Project involves construction on the Department's right-of-way, the Recipient shall provide
the Department with written notification of either its intent to:
i. Award the construction of the Project to a Department prequalified contractor which is the lowest
and best bidder in accordance with applicable state and federal statutes, rules, and regulations.
The Recipient shall then submit a copy of the bid tally sheet(s) and awarded bid contract, or
ii. Construct the Project utilizing existing Recipient employees, if the Recipient can complete said
Project within the time frame set forth in this Agreement. The Recipient's use of this option is subject
to approval by the Department.
c. The Recipient shall hire a qualified contractor using the Recipient's normal bid procedures to perform the
construction work for the Project. For projects that are not located on the Department's right-of-way, the
Recipient is not required to hire a contractor prequalified by the Department unless the Department
notifies the Recipient prior to letting that they are required to hire a contractor prequalified by the
Department.
d. The Recipient is responsible for provision of Construction Engineering Inspection (CEI) services. The
Department reserves the right to require the Recipient to hire a Department pre -qualified consultant firm
that includes one individual that has completed the Advanced Maintenance of Traffic Level Training.
Notwithstanding any provision of law to the contrary, design services and CEI services may not be
performed by the same entity. Administration of the CEI staff shall be under the responsible charge of a
State of Florida Licensed Professional Engineer who shall provide the certification that all design and
construction for the Project meets the minimum construction standards established by Department. The
Department shall have the right to approve the CEI firm. The Department shall have the right, but not the
obligation, to perform independent assurance testing during the course of construction of the Project.
Subject to the approval of the Department, the Recipient may choose to satisfy the requirements set forth
in this paragraph by either hiring a Department prequalified consultant firm or utilizing Recipient staff that
meet the requirements of this paragraph, or a combination thereof.
The Recipient is responsible for the preparation of all design plans for the Project. The Department reserves
the right to require the Recipient to hire a Department pre -qualified consultant for the design phase of the
Project using the Recipient's normal procurement procedures to perform the design services for the Project.
Notwithstanding any provision of law to the contrary, design services and CEI services may not be
performed by the same entity. All design work on the Project shall be performed in accordance with the
requirements of all applicable laws and governmental rules and regulations and federal and state accepted
design standards for the type of construction contemplated by the Project, including, as applicable, but not
limited to, the applicable provisions of the Manual of Uniform Traffic Control Devices (MUTCD) and the
AASHTO Policy on Geometric Design of Streets and Highways. If any portion of the Project will be located
on, under, or over any Department -owned right-of-way, the Department shall review the Project's design
Page 6 of 14 83
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
osi21
plans for compliance with all applicable standards of the Department, as provided in Exhibit "O", Terms
and Conditions of Construction, which is attached to and incorporated into this Agreement.
f. The Recipient shall adhere to the Department's Conflict of Interest Procedure (FDOT Topic No. 375-030-
006).
g. The Recipient will provide copies of the final design plans and specifications and final bid documents to the
Department's Construction Project Manager prior to commencing construction of the Project. The
Department will specify the number of copies required and the required format.
h. The Recipient shall require the Recipient's contractor to post a payment and performance bond in
accordance with applicable law.
i. The Recipient shall be responsible to ensure that the construction work under this Agreement is performed
in accordance with the approved construction documents, and that it will meet all applicable Recipient and
Department standards.
j. Upon completion of the work authorized by this Agreement, the Recipient shall notify the Department in
writing of the completion of construction of the Project; and for all design work that originally required
certification by a Professional Engineer, this notification shall contain an Engineers Certification of
Compliance, signed and sealed by a Professional Engineer, the form of which is attached hereto and
incorporated herein as Exhibit "C", Engineers Certification of Completion. The certification shall state
that work has been completed in compliance with the Project construction plans and specifications. If any
deviations are found from the approved plans, the certification shall include a list of all deviations along with
an explanation that justifies the reason to accept each deviation.
k. The Recipient shall provide the Department with as -built plans of any portions of the Project funded through
the Agreement prior to final inspection.
11. Maintenance Obligations: In the event the Project includes construction then the following provisions are
incorporated into this Agreement:
a. The Recipient agrees to maintain any portion of the Project not located on the State Highway System
constructed under this Agreement for its useful life. If the Recipient constructs any improvement on
Department right-of-way, the Recipient
❑ shall
® shall not
maintain the improvements located on the Department right-of-way made for their useful life. If the Recipient
is required to maintain Project improvements located on the Department right-of-way beyond final
acceptance, then Recipient shall, prior to any disbursement of the State funding provided under this
Agreement, also execute a Maintenance Memorandum of Agreement in a form that is acceptable to the
Department. The Recipient has agreed to the foregoing by resolution, and such resolution is attached and
incorporated into this Agreement as Exhibit "D". This provision will survive termination of this Agreement.
12. State Single Audit: The administration of resources awarded through the Department to the Recipient by this
Agreement may be subject to audits and/or monitoring by the Department. The following requirements do not limit
the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of state
financial assistance or limit the authority of any state agency inspector general, the Auditor General, or any other
state official. The Recipient shall comply with all audit and audit reporting requirements as specified below.
a. In addition to reviews of audits conducted in accordance with Section 215.97, Florida Statutes, monitoring
procedures to monitor the Recipient's use of state financial assistance may include but not be limited to on-
site visits by Department staff and/or other procedures including, reviewing any required performance and
financial reports, following up, ensuring corrective action, and issuing management decisions on
weaknesses found through audits when those findings pertain to state financial assistance awarded through
the Department by this Agreement. By entering into this Agreement, the Recipient agrees to comply and
Page 7 of 14 84
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
osi21
cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The
Recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits
deemed necessary by the Department, the Department of Financial Services (DFS) or the Auditor General.
b. The Recipient, a nonstate entity as defined by Section 215.97(2)(n), Florida Statutes, as a recipient of state
financial assistance awarded by the Department through this Agreement is subject to the following
requirements:
In the event the Recipient meets the audit threshold requirements established by Section 215.97,
Florida Statutes, the Recipient must have a State single or project -specific audit conducted 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 "J", State Financial Assistance
(Florida Single Audit Act) to this Agreement indicates state financial assistance awarded through
the Department by this Agreement needed by the Recipient to further comply with the requirements
of Section 215.97, Florida Statutes. In determining the state financial assistance expended in a
fiscal year, the Recipient shall consider all sources of state financial assistance, including state
financial assistance received from the Department by this Agreement, 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.
ii. In connection with the audit requirements, the Recipient shall ensure that the audit complies with
the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial
reporting package as defined by Section 215.97(2)(e), Florida Statutes, and Chapters 10.550 (local
governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor
General.
iii. In the event the Recipient does not meet the audit threshold requirements established by Section
215.97, Florida Statutes, the Recipient is exempt for such fiscal year from the state single audit
requirements of Section 215.97, Florida Statutes. However, the Recipient must provide a single
audit exemption statement to the Department at FDOTSingleAudit@dot.state.fl.us no later than
nine months after the end of the Recipient's audit period for each applicable audit year. In the event
the Recipient does not meet the audit threshold requirements established by Section 215.97,
Florida Statutes, in a 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
Recipient's resources (i.e., the cost of such an audit must be paid from the Recipient's resources
obtained from other than State entities).
iv. In accordance with Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit
organizations), Rules of the Auditor General, copies of financial reporting packages required by
this Agreement shall be submitted to:
Florida Department of Transportation
Office of Comptroller, MS 24
605 Suwannee Street
Tallahassee, FL 32399-0405
Email: FDOTSingleAudit(cDdot.state.fl.us
And
State of Florida Auditor General
Local Government Audits/342
111 West Madison Street, Room 401
Tallahassee, FL 32399-1450
Email: flaudgen localgovt(a)aud.state.fl.us
v. Any copies of financial reporting packages, reports or other information required to be submitted to
the Department shall be submitted timely in accordance with Section 215.97, Florida Statutes, and
Page 8 of 14 85
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
osnl
Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations),
Rules of the Auditor General, as applicable.
vi. The Recipient, when submitting financial reporting packages to the Department for audits done in
accordance with Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit
organizations), Rules of the Auditor General, should indicate the date the reporting package was
delivered to the Recipient in correspondence accompanying the reporting package.
vii. Upon receipt, and within six months, the Department will review the Recipient's financial reporting
package, including corrective action plans and management letters, to the extent necessary to
determine whether timely and appropriate corrective action on all deficiencies has been taken
pertaining to the state financial assistance provided through the Department by this Agreement. If
the Recipient fails to have an audit conducted consistent with Section 215.97, Florida Statutes, the
Department may take appropriate corrective action to enforce compliance.
viii. As a condition of receiving state financial assistance, the Recipient shall permit the Department, or
its designee, DFS or the Auditor General access to the Recipient's records including financial
statements, the independent auditor's working papers and project records as necessary. Records
related to unresolved audit findings, appeals or litigation shall be retained until the action is
complete or the dispute is resolved.
c. The Recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement
for a period of five years from the date the audit report is issued and shall allow the Department, or its
designee, DFS or the Auditor General access to such records upon request. The Recipient shall ensure
that the audit working papers are made available to the Department, or its designee, DFS or the Auditor
General upon request for a period of five years from the date the audit report is issued unless extended in
writing by the Department.
13. Restrictions, Prohibitions, Controls and Labor Provisions:
a. 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 on a contract to provide any goods or services to a public entity; may not
submit a bid on a contract with a public entity for the construction or repair of a public building or public
work; may not submit bids 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 in excess of the threshold amount provided in Section 287.017,
Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the
convicted vendor list.
b. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the
Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid
on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public
entity for the construction or repair of a public building or public work; may not submit bids 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.
c. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further
been determined by the Department to be a non -responsible contractor may not submit a bid or perform
work for the construction or repair of a public building or public work on a contract with the Recipient.
d. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial
branch, or any state agency, in accordance with Section 216.347, Florida Statutes.
e. The Department shall consider the employment by any contractor of unauthorized aliens a violation of
Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized
aliens, such violation will be cause for unilateral cancellation of this Agreement.
f. The Recipient shall:
Page 9 of 14 86
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
05/21
I. Utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment
eligibility of all new employees hired by the Recipient during the term of the contract; and
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.
g. The Recipient shall comply and require its contractors and subcontractors to comply with all terms and
conditions of this Agreement and all federal, state, and local laws and regulations applicable to this Project.
14. Indemnification and Insurance:
a. It is specifically agreed between the parties executing this Agreement that it is not intended by any of the
provisions of any part of this Agreement to create in the public or any member thereof, a third -party
beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit
for personal injuries or property damage pursuant to the terms or provisions of this Agreement. The
Recipient guarantees the payment of all just claims for materials, supplies, tools, or labor and other just
claims against the Recipient or any subcontractor, in connection with this Agreement.
To the extent provided by law, Recipient shall indemnify, defend, and hold harmless the Department against
any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of
Recipient, or any of its officers, agents, or employees, acting within the scope of their office or employment,
in connection with the rights granted to or exercised by Recipient hereunder, to the extent and within the
limitations of Section 768.28, Florida Statutes. The foregoing indemnification shall not constitute a waiver
of the Department's or the Recipient's sovereign immunity beyond the limits set forth in Florida Statutes,
Section 768.28, nor shall the same be construed to constitute agreement by Recipient to indemnify the
Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or for
the acts of third parties. Nothing herein shall be construed as consent by Recipient to be sued by third
parties in any manner arising out of this Agreement. This indemnification shall survive the termination of
this Agreement.
c. Recipient agrees to include the following indemnification in all contracts with contractors, subcontractors,
consultants, or subconsultants (each referred to as "Entity" for the purposes of the below indemnification)
who perform work in connection with this Agreement:
"To the extent provided by law, [ENTITY] shall indemnify, defend, and hold harmless the
[RECIPIENT] and the State of Florida, Department of Transportation, including the Department's
officers, agents, and employees, against any actions, claims, or damages arising out of, relating
to, or resulting from negligent or wrongful act(s) of [ENTITY], or any of its officers, agents, or
employees, acting within the scope of their office or employment, in connection with the rights
granted to or exercised by [ENTITY].
The foregoing indemnification shall not constitute a waiver of the Department's or [RECIPIENT']'s
sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28. Nor shall the
same be construed to constitute agreement by [ENTITY] to indemnify [RECIPIENT] for the
negligent acts or omissions of [RECIPIENT], its officers, agents, or employees, or third parties. Nor
shall the same be construed to constitute agreement by [ENTITY] to indemnify the Department for
the negligent acts or omissions of the Department, its officers, agents, or employees, or third
parties. This indemnification shall survive the termination of this Agreement."
d. The Recipient shall provide Workers' Compensation Insurance in accordance with Florida's Workers'
Compensation law for all employees. If subletting any of the work, ensure that the subcontractor(s) and
subconsultants have Workers' Compensation Insurance for their employees in accordance with Florida's
Workers' Compensation law. If using "leased employees" or employees obtained through professional
employer organizations ("PEO's"), ensure that such employees are covered by Workers' Compensation
Page 10 of 14 87
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
osizt
insurance through the PEO's or other leasing entities. Ensure that any equipment rental agreements that
include operators or other personnel who are employees of independent contractors, sole proprietorships
or partners are covered by insurance required under Florida's Workers' Compensation law.
e. If the Recipient elects to self -perform the Project, and such self -performance is approved by the Department
in accordance with the terms of this Agreement, the Recipient may self -insure and proof of self-insurance
shall be provided to the Department. If the Recipient elects to hire a contractor or consultant to perform the
Project, then the Recipient shall, or cause its contractor or consultant to carry Commercial General Liability
insurance providing continuous coverage for all work or operations performed under the Agreement. Such
insurance shall be no more restrictive than that provided by the latest occurrence form edition of the
standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State
of Florida. Recipient shall, or cause its contractor to cause the Department to be made an Additional Insured
as to such insurance. Such coverage shall be on an "occurrence" basis and shall include
Products/Completed Operations coverage. The coverage afforded to the Department as an Additional
Insured shall be primary as to any other available insurance and shall not be more restrictive than the
coverage afforded to the Named Insured. The limits of coverage shall not be less than $1,000,000 for each
occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an
umbrella or excess policy. The limits of coverage described herein shall apply fully to the work or operations
performed under the Agreement, and may not be shared with or diminished by claims unrelated to the
Agreement. The policy/ies and coverage described herein may be subject to a deductible and such
deductibles shall be paid by the Named Insured. No policy/ies or coverage described herein may contain
or be subject to a Retention or a Self -Insured Retention unless the Recipient is a state agency or subdivision
of the State of Florida that elects to self -perform the Project. Prior to the execution of the Agreement, and
at all renewal periods which occur prior to final acceptance of the work, the Department shall be provided
with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The Department
shall be notified in writing within ten days of any cancellation, notice of cancellation, lapse, renewal, or
proposed change to any policy or coverage described herein. The Department's approval or failure to
disapprove any policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to
procure and maintain the insurance required herein, nor serve as a waiver of any rights or defenses the
Department may have.
When the Agreement includes the construction of a railroad grade crossing, railroad overpass or underpass
structure, or any other work or operations within the limits of the railroad right-of-way, including any
encroachments thereon from work or operations in the vicinity of the railroad right-of-way, the Recipient
shall, or cause its contractor to, in addition to the insurance coverage required above, procure and maintain
Railroad Protective Liability Coverage (ISO Form CG 00 35) where the railroad is the Named Insured and
where the limits are not less than $2,000,000 combined single limit for bodily injury and/or property damage
per occurrence, and with an annual aggregate limit of not less than $6,000,000. The railroad shall also be
added along with the Department as an Additional Insured on the policy/ies procured pursuant to the
paragraph above. Prior to the execution of the Agreement, and at all renewal periods which occur prior to
final acceptance of the work, both the Department and the railroad shall be provided with an ACORD
Certificate of Liability Insurance reflecting the coverage described herein. The insurance described herein
shall be maintained through final acceptance of the work. Both the Department and the railroad shall be
notified in writing within ten days of any cancellation, notice of cancellation, renewal, or proposed change
to any policy or coverage described herein. The Department's approval or failure to disapprove any
policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and
maintain the insurance required herein, nor serve as a waiver of any rights the Department may have.
g. When the Agreement involves work on or in the vicinity of utility -owned property or facilities, the utility shall
be added along with the Department as an Additional Insured on the Commercial General Liability policy/ies
procured above.
15. Miscellaneous:
a. In no event shall any payment to the Recipient constitute or be construed as a waiver by the Department
of any breach of covenant or any default which may then exist on the part of the Recipient and the making
of such payment by the Department, while any such breach or default shall exist, shall in no way impair or
prejudice any right or remedy available to the Department with respect to such breach or default.
Page 11 of 14 88
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
osizl
b. If any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected. In
such an instance, the remainder would then continue to conform to the terms and requirements of
applicable law.
c. The Recipient and the Department agree that the Recipient, its employees, contractors, subcontractors,
consultants, and subconsultants are not agents of the Department as a result of this Agreement.
d. By execution of the Agreement, the Recipient represents that it has not paid and, also agrees not to pay,
any bonus or commission for the purpose of obtaining an approval of its application for the financing
hereunder.
e. Nothing in the Agreement shall require the Recipient to observe or enforce compliance with any provision
or perform any act or do any other thing in contravention of any applicable state law. If any of the provisions
of the Agreement violate any applicable state law, the Recipient will at once notify the Department in writing
in order that appropriate changes and modifications may be made by the Department and the Recipient to
the end that the Recipient may proceed as soon as possible with the Project.
f. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original,
but all of which shall constitute the same Agreement. A facsimile or electronic transmission of this
Agreement with a signature on behalf of a party will be legal and binding on such party.
g. The Department reserves the right to unilaterally terminate this Agreement for failure by the Recipient to
comply with the provisions of Chapter 119, Florida Statutes.
h. The Recipient agrees to comply with Section 20.055(5), Florida Statutes, and to incorporate in all
subcontracts the obligation to comply with Section 20.055(5), Florida Statutes
i. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. In
the event of a conflict between any portion of the contract and Florida law, the laws of Florida shall prevail.
The Recipient agrees to waive forum and venue and that the Department shall determine the forum and
venue in which any dispute under this Agreement is decided.
j. This Agreement does not involve the purchase of Tangible Personal Property, as defined in Chapter 273,
Florida Statutes.
16. Exhibits.
a. Exhibits A, B, D, F, and J are attached to and incorporated into this Agreement.
b. ® The Project will involve construction, therefore, Exhibit "C", Engineer's Certification of Compliance is
attached and incorporated into this Agreement.
c. ❑ Alternative Advance Payment Financial Provisions are used on this Project. If an Alternative Pay Method
is used on this Project, then Exhibit "H", Alternative Advance Payment Financial Provisions, is attached
and incorporated into this Agreement.
d. ❑ This Project utilizes Advance Project Reimbursement. If this Project utilizes Advance Project
Reimbursement, then Exhibit "W', Advance Project Reimbursement is attached and incorporated into this
Agreement.
e. ❑ A portion or all of the Project will utilize the Department's right-of-way and, therefore, Exhibit O, Terms
and Conditions of Construction in Department Right -of -Way, is attached and incorporated into this
Agreement.
f. ❑ The following Exhibit(s), in addition to those listed in 16.a. through 16.f., are attached and incorporated
into this Agreement:
Page 12 of 14 89
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525-010-60
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
osi21
g. Exhibit and Attachment List
Exhibit A: Project Description and Responsibilities
Exhibit B: Schedule of Financial Assistance
*Exhibit C: Engineer's Certification of Compliance
Exhibit D: Recipient Resolution
Exhibit F: Contract Payment Requirements
*Exhibit H: Alternative Advance Payment Financial Provisions
Exhibit J: State Financial Assistance (Florida Single Audit Act)
*Exhibit K: Advance Project Reimbursement
*Exhibit O: Terms and Conditions of Construction in Department Right -of -Way
*Additional Exhibit(s):
*Indicates that the Exhibit is only attached and incorporated if applicable box is selected.
The remainder of this page intentionally left blank.
Page 13 of 14 90
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
STATE -FUNDED GRANT AGREEMENT
IN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year written above.
RECIPIENT Indian River County
By:
Name:
Title:
525-010-60
PROGRAM MANAGEMENT
05/21
STATE OF FLORIDA,
DEPARTMENT OF TRANSPORTATION
By:
Name: Steven C. Braun. P.E.
Title: Director of Transportation
Legal Review:
By:
Name: Francine Steelman
Page 14 of 14 91
Alt Form 525-010-6OeA STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525 -011 -OA
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
osi21
EXHIBIT A
PROJECT DESCRIPTION AND RESPONSIBILITIES
FPN: 436379-2-54-01
This exhibit forms an integral part of the Agreement between the State of Florida, Department of Transportation and
Indian River County (the Recipient)
PROJECT LOCATION:
❑ The project is on the National Highway System.
❑ The project is on the State Highway System.
PROJECT LENGTH AND MILE POST LIMITS: 66TH AVE FROM 69TH ST TO CR-510/85TH ST
88530000
COMPOSITE
2
5.526 / 6.918
1.392
88530000
LEFT RDWY
1
6.918 / 7.128
0.210
88530000
RIGHT RDWY
1
6.918 / 7.128
0.210
88530000
COMPOSITE
2
7.128 / 7.463
0.335
88530000
LEFT RDWY
1
7.463 / 7.546
0.083
88530000
RIGHT RDWY
1
7.463 / 7.546
0.083
PROJECT DESCRIPTION: CEI and Construction of the proposed improvements to 66th Avenue from north of 69th Street
to 85th Street (CR510) consisting of the widening and reconstruction of the existing roadway to a 4 -lane divided roadway
section within the project limits including Curb and gutter and a raised median. An 8' wide concrete sidewalk will be provided
on the west side of the roadway. Also included will be stormwater drainage improvement, pavement markings, traffic signals,
landscape and irrigation improvements.
SPECIAL CONSIDERATIONS BY RECIPIENT:
The Recipient is required to provide a copy of the design plans for the Department's review and approval to coordinate
permitting with the Department, and notify the Department prior to commencement of any right-of-way activities.
The Recipient shall commence the project's activities subsequent to the execution of this Agreement and shall perform in
accordance with the following schedule:
a) Study to be completed by N/A
b) Design to be completed by N/A
c) Right -of -Way requirements identified and provided to the Department by N/A
d) Right -of -Way to be certified by June 15, 2022
e) Construction contract to be let by
f) Construction to be completed by
If this schedule cannot be met, the Recipient will notify the Department in writing with a revised schedule or the project is
subject to the withdrawal of funding.
SPECIAL CONSIDERATIONS BY DEPARTMENT:
Page 1 of 2
92
Issuance of the Notice to Proceed will not be issued until the Local Agency Right of Way Aquistion is complete.
Page 2 of 2
93
Alt Form 525-010-60eB STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
525-011-0B
STATE -FUNDED GRANT AGREEMENT
PROGRAM
Indian River County
MANAGEMENT
8121
Page 1 of 2
EXHIBIT B
SCHEDULE OF FINANCIAL ASSISTANCE
RECIPIENT NAME & BILLING ADDRESS:
FINANCIAL PROJECT NUMBER:
Indian River County
436379-2-54-01
1801 27th Street
Vero Beach, FL 32960
MAXIMUM PARTICIPATION
PHASE OF WORK by FISCeI Year:
TOTAL PROJECT FUNDS
)
LOCALFUNDS
STATE F
FUNDS
Indicate source of
Local funds
Design- Phase 34 Maximum Department Participation
$
$
$
❑ In -Kind
FY: (Insert Program Name)
❑ Cash
FY: Maximum Department Participation
$
$
$
In -Kind
(Insert Program Name)
❑ Cash
Total Design Cost
$ 0.00
$ 0.00
$ 0.00
Right -of -Way- Phase 44Maximum Department Participation
$
$
$
In -Kind
FY: (Insert Program Name)
❑ Cash
FY: Maximum Department Participation
$
$
$
❑ In -Kind
(Insert Program Name)
❑ Cash
Total Right -of -Way Cost
$ 0.00
$ 0.00
$ 0.00
Construction- Phase 54 Maximum Department Participation
$3,656,029.04
$1,656,029.04
$2,000,000.00
OEM
0 In -Kind
FY: 2022 (Transportation Regional Incentive
® Cash
Program, Wheels on the Road)
FY: 2023 Maximum Department Participation
$12,052,242.00
$7,052,242.00
$5,000,000.00
❑ In -Kind
(Transportation Regional Incentive
® Cash
Program)
Total Construction Cost
$15,708,271.04
$8,708,271.04
$7,000,000.00
Construction Maximum Department Participation
$
$
$
Lj In -Kind
Engineering and (Insert Program Name)
❑ Cash
Inspection - Phase 64
FY:
FY: Maximum Department Participation
$
$
$
❑ In -Kind
(Insert Program Name)
❑ Cash
Total Construction Engineering and Inspection Cost
$ 0.00
$ 0.00
$ 0.00
(Phase: ) Maximum Department Participation
$
$
$
❑ In -Kind
FY: (Insert Program Name)
❑ Cash
FY: Maximum Department Participation
$
$
$
❑ In -Kind
(Insert Program Name)
❑ Cash
Total Cost
$ 0.00
$ 0.00
$ 0.00
%
%
TOTAL COST OF THE PROJECT
$15,708,271.04
$8,708,271.04
$7,000,000.00
COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES:
I certify that the cost for each line item budget category has been evaluated and determined to be allowable, reasonable, and necessary as required by
Section 216.3475, F.S. Documentation is on file evidencing the methodology used and the conclusions reached.
Susan Dale
District Grant Manager Name
ti'
Signature Date
95
At Form 525-010-6OeC STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525 -011 -OC
STATE -FUNDED GRANT AGREEMENT PROGRAM
MANAGEMENT
05/21
Page 1 of 1
EXHIBIT C
ENGINEER'S CERTIFICATION OF COMPLIANCE
Engineer's Certification of Compliance. The Recipient shall complete and submit the following Notice
of Completion and, if applicable, Engineer's Certification of Compliance to the Department upon
completion of the construction phase of the Project.
NOTICE OF COMPLETION
STATE -FUNDED GRANT AGREEMENT
Between
THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION
and Indian River County
PROJECT DESCRIPTION:66th Ave from 69th St to CR-510/85th St
F P I D#: 436379-2-54-01
In accordance with the Terms and Conditions of the State -Funded Grant Agreement, the undersigned
provides notification that the work authorized by this Agreement is complete as of , 20_
By:
Name:
Title:
ENGINEER'S CERTIFICATION OF COMPLIANCE
In accordance with the Terms and Conditions of the State -Funded Grant Agreement, the undersigned
certifies that all work which originally required certification by a Professional Engineer has been
completed in compliance with the Project construction plans and specifications. If any deviations have
been made from the approved plans, a list of all deviations, along with an explanation that justifies the
reason to accept each deviation, will be attached to this Certification. Also, with submittal of this
certification the Recipient shall furnish the Department a set of "as -built" plans certified by the Engineer
of Record/CEI.
SEAL:
By:
Name:
Date:
M
At Form 525-010-60eD STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525 -011 -OD
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
osi21
Page 1 of 1
EXHIBIT D
RECIPIENT RESOLUTION
The Recipient's Resolution authorizing entry into this Agreement is attached and incorporated into this
Agreement.
A
Alt Form 525-010-6OeF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525 -011 -OF
STATE -FUNDED GRANT AGREEMENT PROGRAM
MANAGEMENT
05/21
Page 1 of 2
EXHIBIT F
CONTRACT PAYMENT REQUIREMENTS
Florida Department of Financial Services, Reference Guide for State Expenditures
Cost Reimbursement Contracts
Invoices for cost reimbursement contracts must be supported by an itemized listing of
expenditures by category (salary, travel, expenses, etc.). Supporting documentation shall
be submitted for each amount for which reimbursement is being claimed indicating that
the item has been paid. Documentation for each amount for which reimbursement is
being claimed must indicate that the item has been paid. Check numbers may be provided
in lieu of copies of actual checks. Each piece of documentation should clearly reflect the
dates of service. Only expenditures for categories in the approved agreement budget may
be reimbursed. These expenditures must be allowable (pursuant to law) and directly
related to the services being provided.
Listed below are types and examples of supporting documentation for cost
reimbursement agreements:
Salaries: Timesheets that support the hours worked on the project or activity must be
kept. A payroll register, or similar documentation should be maintained. The payroll
register should show gross salary charges, fringe benefits, other deductions and net pay.
If an individual for whom reimbursement is being claimed is paid by the hour, a document
reflecting the hours worked times the rate of pay will be acceptable.
Fringe benefits: Fringe benefits should be supported by invoices showing the amount
paid on behalf of the employee, e.g., insurance premiums paid. If the contract specifically
states that fringe benefits will be based on a specified percentage rather than the actual
cost of fringe benefits, then the calculation for the fringe benefits amount must be shown.
Exception: Governmental entities are not required to provide check numbers or copies of
checks for fringe benefits.
Travel: Reimbursement for travel must be in accordance with s. 112.061, F.S., which
includes submission of the claim on the approved state travel voucher along with
supporting receipts and invoices.
Other direct costs: Reimbursement will be made based on paid invoices/receipts and
proof of payment processing (cancelled/processed checks and bank statements). If
nonexpendable property is purchased using state funds, the contract should include a
provision for the transfer of the property to the State when services are terminated.
Documentation must be provided to show compliance with DMS Rule 60A-1.017, F.A.C.,
regarding the requirements for contracts which include services and that provide for the
contractor to purchase tangible personal property as defined in s. 273.02, F.S., for
subsequent transfer to the State.
Indirect costs: If the contract stipulates that indirect costs will be paid based on a
specified rate, then the calculation should be shown. Indirect costs must be in the
approved agreement budget and the entity must be able to demonstrate that the costs
are not duplicated elsewhere as direct costs. All indirect cost rates must be evaluated for
reasonableness and for allowability and must be allocated consistently. 98
Contracts between state agencies may submit alternative documentation to
substantiate the reimbursement request, which may be in the form of FLAIR reports
or other detailed reports.
The Florida Department of Financial Services, online Reference Guide for State
Expenditures can be found at this web address
https://www.myfloridacfo.com/Division/AA/Manuals/documents/ReferenceGuideforState
Expenditures. Of.
AR Form 525-010-6OeJ STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 525 -011 -OJ
STATE -FUNDED GRANT AGREEMENT PROGRAM MANAGEMENT
osi2o
Page 1 of 1
EXHIBIT J
STATE FINANCIAL ASSISTANCE (FLORIDA SINGLE AUDIT ACT)
THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:
Awarding Agency: Florida Department of Transportation
State Project Title ❑ County Incentive Grant Program (CIGP), (CSFA 55.008)
and CSFA ❑ Small County Outreach Program (SCOP), (CSFA 55.009)
Number: ❑ Small County Road Assistance Program (SCRAP), (CSFA 55.016)
® Transportation Regional Incentive Program (TRIP), (CSFA 55.026)
❑ Insert Program Name, Insert CSFA Number
*Award Amount: $7,000,000.00
*The state award amount may change with supplemental agreements
Specific project information for CSFA Number is provided at: https://apps.fldfs.com/fsaa/searchCatalog.aspx
COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS
AGREEMENT:
State Project Compliance Requirements for CSFA Number are provided at:
https:Happs.fldfs.com/fsaa/searchCompliance.aspx
The State Projects Compliance Supplement is provided at: https://apps.fldfs.com/fsaa/compliance.aspx
100
U
Consent Item
Indian River County, Florida
Department of Utility Services
Board Memorandum
Date: June 2, 2022
To: Jason E. Brown, County Administrator
From: Sean C. Lieske, Director of Utility Services
Prepared by: Harrison Youngblood, PE, Utilities Engineer
Subject: Work Order No. 9 — Kimley-Horn and Associates Upper Floridan Aquifer Modeling & Consumptive
Use Permit Modification
Background/Analysis:
Indian River County (IRC) operates two water treatment plants (North County and South County) and two
associated wellfields (North and South) that provide potable water to the County's customers. IRC currently
operates under Consumptive Use Permit (CUP) No. 10524, issued by St. Johns River Water Management District
(SJRWMD). The allocation in the current CUP allows for up to 6.438 million gallons per day (mgd) to be withdrawn
from the north wellfield and 6.4 mgd from the south wellfield, for a total allocation of 12.838 mgd. IRC anticipates
that by the permit expiration date in 2032, the potable water demand will result in an increased need for 3.390
mgd of additional water, for a new total allocation of 16.228 mgd.
IRC recently explored numerous options for meeting the 2032 demand, including increasing withdrawal from
existing wellfields, adding new wells in the south county area, and splitting flows between the two wellfields. IRC is
currently in the process of investigating new water sources (Avon Park permeable zone (APPZ)/Lower Floridan
Aquifer) for long-term water supply needs. In the meantime, the County would like to revisit the option of
obtaining the additional 3.390 mgd from the existing North County wellfield (9 existing wells), identifying the
impacted Existing Legal Users (ELUs), and preparing a well avoidance plan and mitigation strategy for future
impacts, if feasible. Staff requested that Kimley-Horn and Associates (KHA) submit a proposal for the work required
in order to obtain the CUP permit modification from SJRWMD.
The attached Scope of Services outlines the approach to prepare the appropriate SJRWMD groundwater model,
quantify impacts from the increased pumping, summarize the ELUs, conduct a well survey, and prepare an
avoidance plan. Upon completion of the modeling and ELU assessment, KHA will prepare the SJRWMD application
for modification of the CUP. KHA will contract with JLA Geosciences (JLA) to serve as a subconsultant for the
preparation of the groundwater model. The KHA and JLA team shall be collectively referred to as the Consultant in
the Scope of Services attachment.
Funding:
Total funding for the project will be $186,592.00, with funding being split between Fiscal Year (FY) 21-22 and FY 22-
23. Funding, in the amount of $90,300.00, for this year's portion of Work Order No. 9 is budgeted and available in
Utilities/Water Production/Other Professional Services, account number 47121936-033190, in the Utilities
operating fund. Additional funds, in the amount of $96,092.00, will come from the same account in FY 22-23.
Funding, in the amount of $200.00, for the permit application fee will be budgeted and available in Utilities/Water
Production/Licenses and Permits, account number 47121936-034970, in FY 22-23. Utilities operating funds are
derived from water and sewer sales.
F:\Utilities\00_UTILITY-AGENDA TEMPLATE & GUIDELI NES\2022 Agenda Items\061422 BCC Agenda Items\Consumptive Use Permit 101
Modification
Consent Item
Description
Account Number
Amount
Utilities/Water Production/Other Professional Services FY 21-22
47121936-033190
$ 90,300.00
Utilities/Water Production/Other Professional Services FY 22-23
47121936-033190
$ 96,092.00
Utilities/Water Production/Licenses and Permits FY 22-23
47121936-034970
$ 200.00
Total
$186,592.00
Recommendation:
Staff recommends that the Board of County Commissioners approve Work Order No. 9 with Kimley-Horn and
Associates, Inc., for the amount of $90,300.00 for this year's portion, Fiscal Year (FY) 21-22, and the amount of
$96,092.00 and $200.00, which will be paid in FY 22-23, and authorize the Chairman to execute the same, as
presented.
Attachment:
Work Order No. 9 — Kimley-Horn and Associates
F:\Utilities\00_UTILITY- AGENDA TEMPLATE & GUIDELINES\2022 Agenda Items\061422 BCC Agenda Items\Consumptive Use Permit �2
Modification
AGREEMENT FOR PROFESSIONAL SERVICES FOR WATER PLANT AND WATER
RESOURCES ENGINEERING SERVICES RFQ2019070
WORK ORDER 9
Indian River County Department of Utility Services
Upper Floridan Aquifer Modeling and Consumptive Use Permit Modification
This Work Order Number _ is entered into as of this _ day of , 202_, pursuant to that
certain AGREEMENT FOR PROFESSIONAL SERVICES FOR WATER PLANT AND WATER RESOURCES ENGINEERING
SERVICES RFQ2019070 entered into as of this 5t" day of November, 2019 (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 C
(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.
CONSU
By:
Print Name: ( BrYan Good. P.E.
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
22
Peter D. O'Bryan, Chairman
Title: Principal BCC Approved Date:
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
M
Deputy Clerk
Approved:
Jason E. Brown, County Administrator
Approved as to form and legal sufficiency: 4 03
Dylan T. Reingold, County Attorney,
WORK ORDER NUMBER 9
UPPER FLORIDAN AQUIFER MODELING AND CONSUMPTIVE USE
PERMIT MODIFICATION
EXHIBIT A
SCOPE OF WORK
PROJECT UNDERSTANDING
Indian River County (County) operates two water treatment plants (North County and
South County) and two associated wellfields (North and South) that provide potable water
to the County's customers. The County currently operates under Consumptive Use Permit
(CUP) No. 10524, issued by St. Johns River Water Management District (SJRWMD). The
allocation in the current CUP allows for up to 6.438 million gallons per day (mgd) to be
withdrawn from the North wellfield and 6.4 mgd from the South wellfield, for a total
allocation of 12.438 mgd. The County anticipates that by the permit expiration date in
2032, the potable water demand will result in an increased need for 3.390 mgd of additional
water, for a new total allocation of 16.228 mgd.
The County has recently explored numerous options for reaching the 2032 demand,
including increasing withdrawal from existing wellfields, adding new wells in the south
county area, and splitting flows between the two wellfields. The County is currently in the
process of investigating new water sources (APPZ/Lower Floridan Aquifer) for long-term
water supply needs. In the meantime, the County wishes to revisit the option of obtaining
the additional 3.390 mgd from the existing North County wellfield (9 existing wells),
identifying the impacted Existing Legal Users (ELU), and preparing a well avoidance plan
and mitigation strategy for future impacts, if feasible.
The following Scope of Services outlines the approach to prepare the appropriate
SJRWMD groundwater model, quantify impacts from the increased pumping, summarize
the ELUs, conduct a well survey, and prepare an avoidance plan. Upon completion of the
modeling and ELU assessment, Kimley-Horn (Consultant) will prepare the SJRWMD
application for modification of the CUP. The Consultant will contract with JLA
Geosciences (JLA) to serve as a subconsultant for the preparation of the groundwater
modeling. The Kimley-Horn and JLA team shall be collectively referred to as the
Consultant in the following Scope of Services.
SCOPE OF SERVICES
Task 1: Modeling Approach Memorandum (Lump Sum)
The Consultant shall review CUP and groundwater data. from the County and SJRWMD,
including ELU facilities and allocations, SJRWMD impact evaluation criteria and
historical monitoring data for water levels, water quality, and well withdrawals to form the
basis of the approach for the groundwater modeling effort that will support a request for
Page I of 6 104
modification of the County's CUP. The Consultant will also review SJRWMD
recommended modeling tools to be used for the impact evaluation, including the recently
released update expanded East Central Florida Transient Model (ECFTX) Groundwater
Vistas Regulatory Version 2.0 and the existing COUAQ modeling that could be updated,
as well as the updated ECFM model developed by SFWMD. Following the data and model
review, the final proposed modeling approach shall be documented in a technical
memorandum, reviewed by the County, and then submitted to SJRWMD CUP staff for
review and concurrence. Modeling will not commence until SJRWMD has approved the
approach memorandum.
It is noted that discussions with SJRWMD are ongoing regarding the need to assess
potential impacts to the surficial aquifer system (SAS), since the County previously
demonstrated that proposed Floridan aquifer system (FAS) withdrawals showed no
potential impact on the SAS. If SJRWMD staff determines the County does not need to
further assess potential impacts to the SAS, then efforts involving the ECFTX or COUAQ
Models shall be eliminated from this scope with no cost to the County incurred.
Task 2: Coordination with SJRWMD (Lump Sum)
The Consultant will prepare for and participate in meetings with SJRWMD at critical
milestones throughout this process. This task will include one modeling approach memo
review meeting, one pre -application meeting, two review meetings during modeling phase,
up to seven monthly progress meetings with SJRWMD staff and two interim review
meetings with County staff. All meetings will be virtual, unless otherwise requested by the
County or SJRWMD.
Task 3: Groundwater Modeling Evaluation (Lump Sum)
Upon approval of the approach memorandum by SJRWMD, the Consultant will begin
preparing the groundwater model and selected scenarios. The proposed groundwater
modeling work involves modifying and applying existing calibrated SFWMD and SJRWMD
groundwater models to simulate the County's North and South wellfields in response to
proposed allocation changes. The ECFM was developed and updated by the SFWMD and is
the SJRWMD recommended tool to evaluate the County's FAS withdrawals on FAS related
impact criteria. The ECFTX was developed and updated by SJRWMD and is the SJRWMD
recommended tool to evaluate the County' FAS withdrawals on SAS related impact criteria,
if needed; however, the existing COUAQ modeling may be updated as a result of Task 1
findings in lieu of applying the ECFTX Model.
The models will be modified as needed and executed consistent with criteria described in the
SJRWMD Applicant's Handbook. Modeling will include the existing condition and proposed
groundwater model simulations due to increasing the North Wellfield allocation by 3.39
MGD. ELUs within the cone of depression will be simulated along with the proposed use in a
cumulative modeling scenario. Model performance will be presented using drawdown
contours, simulated changes in water level and quality, and water budget summaries. The
intent of the model scenarios is to provide reasonable assurances consistent with SJRWMD
permitting criteria that proposed withdrawals do not result in: 1) adverse impacts to the water
Page 2 of 6 105
resources, existing offsite land uses, migration of known contaminated groundwater to areas
that are not contaminated; 2) significant saline intrusion; or 3) protected wetlands (if
applicable). Additional work associated with mitigation of impacts listed above from proposed
increased IRC withdrawals are not included in this scope. Identified and known adverse
impacts to ELUs will be addressed in Task 6.
The Consultant will present the initial modeling results to the County prior to preparation of
a written report. This will facilitate adjustments to the proposed assumptions, if required, and
identify additional model simulations, if needed (note: additional model simulations may
require additional funding to complete). Upon completion of the model simulations, the
Consultant will prepare a draft report describing activities and results of the modeling
analyses. The draft report will be submitted to the County for review and comment before
presenting the draft to SJRWMD. Once comments are received from all parties, a final report
will be produced for inclusion in the CUP permit modification package.
It is noted that discussions with SJRWMD are ongoing in regard to the need to assess potential impacts
to the surficial aquifer system SAS, since the County previously demonstrated that proposed FAS
withdrawals showed no potential impact on the SAS. If SJRWMD staff determines the County does not
need to further assess potential impacts to the SAS, then tasks involving the ECFX or COUAQ Models
shall be eliminated from this scope.
Task 4: Preparation of Permit Application
The Consultant will prepare the on-line permit modification application on behalf of the
County, utilizing the modeling results as a basis for the application. The application will also
require preparation of/updates to the following documents (with the responsible party notated
parenthetically):
1. Update to Reclaimed Water Feasibility Study (County staff to complete)
2. Impact Evaluation (Consultant to complete)
3. Update to Water Conservation Plan (County staff to complete, if needed)
4. Public Supply — Form E (Consultant to complete; population projections have been
provided by SJRWMD and update/revision not included in this scope of services)
5. Wellfield Operation Schedule (Consultant to coordinate with County staff)
6. Water Audit — SJRWMD does not have a water audit on file for the County in the
past 10 years and has indicated that one will be required. County to prepare data;
consultant to assist with finalization.
The Consultant will prepare and/or compile the documents for review and comment by
County staff prior to submittal. The County will be directly responsible for providing the
permit application fee of $200 (or as otherwise indicated by SJRWMD).
Task 5: Request for Additional Information (Time and Materials)
The extent of RAIs that will be received on the application submittal is unknown at this
time. This task provides for responding to up to two RAIs (one for modeling and one for
the balance of the application). If additional RAIs are received, additional funding may be
required
Page 3 of 6 106
Task 6: Existing Legal User Well Survey (Time and Materials)
The modeling results will identify the number of ELUs within the area of impact resulting
from the increased withdrawal/drawdown. This task provides for the Consultant to conduct
well surveys for up to 30 ELUs. It is anticipated that each impacted ELU will require
approximately 4 hours of labor effort (1 hour for coordination with property owners/set up
site visit; 2 hours for site visit; 1 hour to log findings/summary report). If more than 30
ELUs are identified, an additional authorization will be required. This task will be
performed on a time and materials basis; therefore, if less than 30 ELUs are identified, the
Consultant will only incur costs associated with the reduced number of ELUs. The surveys
will include making initial contract with each property owner, explaining the purpose of
the survey, coordinating a site visit, meeting each property owner on site to discuss how
the well is used, a visual inspection of the well, documentation of findings and
incorporation into a summary report (letter report). This task will be structured to meet the
SJRWMD requirements for a well survey and avoidance plan in support of a CUP permit
application.
Task 7: Project Management
This task includes activities related to initiating, planning, executing, controlling, and
closing the project. The Consultant will perform a technical review of the deliverables, in
accordance with standards, prior to transmitting to the County. The Consultant will be
responsible for overall coordination with JLA and oversight of the project execution. The
task includes monthly invoicing, project financials and subcontracts.
Page 4 of 6 107
EXHIBIT B
FEESCHEDULE
The Consultant will provide these services in accordance with the Water Plant and Water
Resources Engineering Services Agreement for Professional Services (RFQ 2019070)
dated November 5, 2019, by and between INDIAN RIVER COUNTY (County), a
political subdivision of the State of Florida and Kimley-Horn and Associates, Inc.
(Consultant).
Kimley-Horn will perform Tasks 1 through 4 and 7 for the total lump sum fee as detailed
below. Tasks 5 and 6 will be completed on an hourly, not -to -exceed basis as detailed below.
Individual task amounts are informational purposes only. All permitting, application, and
similar project fees will be paid directly by the County.
Task
Description
Kimle
-Horn
Subconsultant
Total
Task 1
Modeling Approach Memorandum LS
$
6,253
$
18,450
$ 24,703
Task 2
Coordination with SJRWMD LS
$
11,928
$
13,800
$ 25,728
Task 3
Groundwater Modeling Evaluation LS
$
16,590
$
56,340
$ 72,930
Task 4
Preparation of Permit Application LS
$
17,047
$
-
$ 17,047
Task 5
Request for Additional Information (T&M)
$
6,379
$
3,060
$ 9,439
Task 6
Existing Legal User Well Survey T&M)
$
31,799
$
-
$ 31,799
Task 7
Project Management LS
$
4,746
$
-
$ 4,746
$
94,742
1 $
91,650 1
$ 186,392
Lump sum fees will be invoiced monthly based upon the overall percentage of services
completed. The Time and Materials tasks will be invoiced monthly based on costs
incurred. Payment will be due per the contract terms.
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 may include, but not be limited to the following:
h Permit application fees
h Design services related to new production wells
h Modeling of new wells or wellfields
h Cost estimating
Page 5 of6 108
EXHIBIT C
TIME SCHEDULE
Task 1 Modeling Approach Memorandum
Task 2 Coordination with SJRWMD
Task 3 Groundwater Modeling Evaluation
Initial Results
Draft Modeling Report
Final Modeling Report
Task 4 Permit Application
Task 5 RAIs
Task 6 Project Management
30 days from Notice to Proceed (NTP)
As needed, throughout project
60 days from approval of memorandum
30 days from completion of initial results
30 days from receipt of final comments
Within 180 days of NTP
Response within 45 days of receipt
Project Duration
Page 6 of 6
109
Attorney
>rney
Consent Agenda - B. CC 6.14.22
Office of
INDIAN RIVER COUNTY
ATTORNEY
MEMORANDUM
ty Commissioners
1, County Attorney
Restated Interlocal Agreement with School Board of Indian River County
Buildings for Declared and Local Emergencies
lent Between the Indian River County Board of County Commissioners and
.ver County Concerning Use of Facilities and Payment of School Employees
luildings for Declared State and Local Emergencies expired on March 31,
school District staff worked together to draft a new Amended and Restated
1 the Indian River County Board of Commissioners and the School Board of
ling Use of Facilities As Public Shelter Buildings for Declared and Local
;ement").
in the new Interlocal Agreement. The School Board now will have the
when shelters will be closed, but after consultation with the County.
School Board is unable to fully staff any of the shelters, the County will
iermore, transportation can be provided by Go Lone buses and drivers to the
School will no longer seek FEMA reimbursement through the County. Per
r, the School Board will seek such shelter use reimbursement as a separate
luces the County's financial exposure by having the School Board file for
FEMA. Should the County incur any costs related to providing additional
.ivities, the County will seek reimbursement from FEMA directly to cover
recommends that the Indian River County Board of County Commissioners
.estated Interlocal Agreement Between the Indian River County Board of
of Board of Indian River County Concerning Use of Facilities As Public
L and Local Emergencies.
ical Agreement and Local Emergencies
Ub.d.c
110
AMENDED AND RESTATED INTERLOCAL AGREEMENT
BETWEEN THE INDIAN RIVER COUNTY BOARD OF COMMISSIONERS AND THE
SCHOOL BOARD OF INDIAN RIVER COUNTY CONCERNING USE OF FACILITIES AS
PUBLIC SHELTER BUILDINGS FOR DECLARED AND LOCAL EMERGENCIES.
This Amended and Restated Interlocal Agreement (the "Agreement") is entered into this
day 14th day of June, 2022, (the" Effective Date") between the Indian River County Board of
Commissioners, (the" COUNTY") and the School Board of Indian River County (the "School
Board").
WHEREAS, Section 163.01, Florida Statutes, known as the "Florida Interlocal
Cooperation Act of 1969", authorizes local governmental units to make the most efficient use of
their powers by enabling them to cooperate with other localities on a basis of mutual advantage
and thereby to provide services and facilities in a manner and pursuant to forms of governmental
organization that will accord best with geographic, economic, population and other factors
influencing the needs and development of local communities; and
WHEREAS, Part 1 of Chapter 163, Florida Statutes permits "public agencies" as defined
in Section 163.01(3)(b), to enter into interlocal agreements with each other to exercise jointly
any power, privilege, or authority which such agencies share in common and which each might
exercise separately; and
WHEREAS, the Florida Legislature has found that safeguarding the life and property of
its citizens is an innate responsibility of the governing body of each political subdivision of the
state; and
WHEREAS, pursuant to Section 252.38(1)(d), Florida Statutes, during a declared state
or local emergency and upon the request of the director of a local emergency management
agency, the School Board shall participate in emergency management by providing facilities and
the necessary personnel to staff such facilities; and
WHEREAS, the COUNTY and the SCHOOL BOARD, together constituting the
"Parties" to this Agreement, mutually desire that the SCHOOL BOARD make available certain
school facilities for emergency shelters and the personnel to staff such shelters, as more fully
described herein.
NOW, THEREFORE, in consideration of the mutual promises contained herein, it is
agreed upon between the Parties as follows:
1. Recitals
The Parties agree that the foregoing recitals are true and correct and are incorporated
herein by this reference.
2. Purpose
The SCHOOL BOARD agrees, that after meeting its responsibilities to pupils, it will
permit upon request of COUNTY, the use of specific mutually agreed upon public school
facilities as designated shelters as set forth in Exhibit "A" (excluding the Special Needs
Shelter Treasure Coast Elementary School which will only be used when a Special Needs
Shelter is required), attached hereto and made a part hereof, by COUNTY as emergency
Page 1 of 7
111
shelters in advance of a potential emergency and during and after an emergency. Use of
the public school facilities as shelters shall be in accordance with all applicable laws,
ordinances, and SCHOOL BOARD policies, including but not limited to prohibitions
against the possession and/or use of firearms, tobacco products and illegal drugs on
SCHOOL BOARD owned property. The SCHOOL BOARD shall have the absolute
discretion to remove from a shelter any member of the public who violates any of the
applicable laws, ordinances, or SCHOOL BOARD policies.
The SCHOOL BOARD will annually, before hurricane season, meet with COUNTY staff
to discuss which of the designated shelters listed in "Exhibit A" will not be available to
serve as a general public shelter. The SCHOOL BOARD shall coordinate with the
COUNTY staff as to which school facilities are utilized and when such facilities shall be
open and closed. During a localized Emergency Event, affecting only a portion of Indian
River County, the COUNTY will utilize non -School Board buildings as shelter facilities
whenever possible. The Superintendent of the SCHOOL BOARD will have the
responsibility to determine when shelters will be closed after an emergency event after
consultation with COUNTY.
3. Staffing
The SCHOOL BOARD agrees to operate, supervise and staff the shelters with SCHOOL
BOARD personnel, including but not limited to: cafeteria staff, facilities' maintenance
staff, custodians, and appropriate administrative staff. Disaster related roles and a staffing
plan will be determined by the SCHOOL BOARD. The COUNTY and SCHOOL
BOARD will be responsible for making sure their personnel have any required or
recommended Just -in -Time, American Red Cross training. In the event the SCHOOL
BOARD is unable to fully staff any of the shelters as described above, the COUNTY
agrees to provide the additional staff as outlined in this Agreement.
4. Emergency Medical Services
The COUNTY agrees to staff each activated shelter with a minimum of two Emergency
Medical Technicians (EMTs) to provide emergency medical services within the facility
should the need arise.
5. Law Enforcement
The COUNTY shall coordinate with the Indian River County Sheriffs' Office to provide
at least one law enforcement officer at each public shelter while the shelter is being
utilized under this Agreement.
6. Transportation
The SCHOOL BOARD shall provide transportation services to the COUNTY, including
the use of its vehicles and personnel, as deemed necessary by the COUNTY before,
during, and after an emergency event. In the event, the SCHOOL BOARD is unable to
provide enough drivers, the COUNTY may provide its own drivers, as long as such
drivers have a valid and current CDL license or are drivers within the County's Fire
Rescue Division. If appropriately licensed drivers are not available, the COUNTY may
use the Indian River County Community Coach "Go Line" buses and drivers.
Page 2 of 7
112
7. Reimbursement
The SCHOOL BOARD shall document all disaster related costs for the use of the
designated shelters and seek reimbursement from state and federal agencies for costs
associated with the responsibilities set forth in this Agreement. The SCHOOL BOARD
will seek such shelter use reimbursement as a separate applicant from the COUNTY.
8. Liability
By this Agreement, the SCHOOL BOARD recognizes for the purposes in this Agreement
the SCHOOL BOARD is an active participant with the COUNTY in this community
service endeavor. Each are cognizant of the provisions of Chapter 252, Florida Statutes,
pertaining to "Emergency Management," particularly Section 252.5 1, Florida Statutes,
insulating both the SCHOOL BOARD and COUNTY from liability due to death of or
injury to, any person on or about emergency shelter premises or for loss of , or damage
to, the property of such person unless the gross negligence or the willful and wanton
misconduct of one of the Parties is the proximate cause of such death, injury, loss or
damage occurring during such sheltering period.
9. Indemnification
Subject to the provisions and only within the limitations of Section 768.28, Florida
Statutes, and without waiving sovereign immunity, the Parties recognize their respective
tort liability for injury or loss of property, personal injury, or death caused by the
negligent or wrongful act or omission of any employee acting within the scope of the
employee's office or employment. It is expressly understood that this provision shall not
be construed as; i) a waiver of any right, defense or immunity that the Parties have under
Chapter 768.28, Florida Statutes, or any other statute, ii) an agreement by either Party
hereto to indemnify the other; or iii) consent by either Party to be sued by third parties.
Each Party covenants to maintain sufficient general liability and worker's compensation
coverage, unless self-insured regarding its respective liability, throughout the term of this
Agreement.
10. Insurance
The Parties warrant that they are self-insured and agree to maintain general liability
insurance as required by law. The Parties further agree to provide each other with a copy
of said insurance certificates.
11. Non -Discrimination
The Parties shall not unlawfully discriminate against any individual on the basis of his or
her race, age, religion, ancestry, color, ethnicity, gender, national origin, marital status,
disability, sexual orientation, genetic information, or gender identity or expression with
respect to any activity occurring or under this Agreement.
12. Modifications
This Agreement may be modified or amended only by mutual written consent of the
Parties. Notwithstanding the foregoing, the Parties agree that Exhibit "A" may be
amended or supplemented from time to time upon the mutual written agreement by the
Page 3 of 7
113
Superintendent and the Director of the COUNTY's Emergency Management without
formal amendment hereto.
13. Relationship of the Parties
The Parties hereto acknowledge that their relationship is that of independent contractors.
No employee of either Party shall be deemed an employee of the other Party. Nothing
contained herein shall be construed to create a partnership or joint venture between the
Parties.
14. No Third -Party Beneficiaries
This agreement and the provisions hereof are for the exclusive benefit of the Parties
hereto and their affiliates and not for the benefit of any third person, nor shall this
Agreement be deemed to confer or have conferred any rights, express or implied, upon
any other third person.
15. Pre -Emergency Event Responsibilities
The SCHOOL BOARD will be responsible for performing an inventory of only
designated areas to be used as designated shelters prior to an emergency event.
16. Execution, Term and Termination
The term of this Agreement shall commence upon the Effective Date and shall remain in
effect for five (5) years, unless replaced by a substitute agreement or otherwise
terminated in accordance to this paragraph. This Agreement may be terminated with or
without cause by either party to the Agreement by providing at least one hundred eighty
(180) days prior written notice to the other party, but in no event shall this Agreement
terminate during the period of June 1 through November 30 of each year ("Hurricane
Season"), or during any COUNTY declared state of emergency. A notice of termination
shall be held in abeyance until the conclusion of the Hurricane Season, or a COUNTY
declared state of emergency.
17. Notice
Any notice, request, demand, consent, approval or other communication required or
permitted by this Agreement shall be given or made in writing and shall be served, as
elected by the party giving such notice, by any of the following methods: (1) Hand
delivered to the other party; or (2) Delivery by commercial overnight courier service; or
(3) Mailed by registered or certified mail (postage prepaid), return receipt requested at the
address of the parties show below.
Indian River County: County Administrator
180127 1h Street, Building A
Vero Beach, FL 32960
School Board: The School Board of Indian River County
Attn: Superintendent
6500 57th Street
Vero Beach, FL 32967
Page 4 of 7
114
18. Choice or Law and Venue
The validity, interpretation, construction, and effect of this Agreement shall be in
accordance with the governed by the laws of the State of Florida, only. The location for
settlement of any and all claims, controversies, or disputes, arising out of a relating to any
part of this Agreement, or any breach hereof, as well as any litigation between the parties,
shall be Indian River County, Florida for claims brought in state court and the Southern
District of Florida for those claims justiciable in federal court.
19. Prior Agreements
This Agreement incorporates and includes all prior and contemporaneous negotiations,
correspondence, conservations, agreements, and understandings applicable to the matters
contained herein and the parties agree that there are no commitments, agreements, or
understandings concerning the subject matter of this Agreement that are not contained
herein. Accordingly, it is agreed that no deviation from the terms hereof shall be
predicated upon any prior representations or agreements, whether oral or written. It is
further agreed that no modification, amendment or alteration in the terms and conditions
contained herein shall be effective unless contained in a written document signed by all
parties. In addition, notwithstanding any other provision set forth herein, it is agreed that
this Agreement shall not constitute a third -party beneficiary contract and no third party,
even if referenced or mentioned hereunder, shall have any rights or privileges hereunder
including, but not limited to standing to enforce any term or condition of this Agreement
or make any claim based on this Agreement.
20. Construction/Interpretation of Agreement
Each party has participated equally in the negotiation and drafting of this Agreement. In
the event that a court is required to interpret any provision of this Agreement, the
provision shall not be interpreted for or against either party upon the basis that such party
was or was not the preparer of this Agreement.
21. Severability
If any term or provision of this Agreement or the application thereof to any person or
circumstance shall, to any extent, be held invalid or unenforceable for the remainder of
this Agreement, then the application of such term or provision to person or circumstances
other than those as to which it is held invalid or enforceable shall not be affected, and
every other term and provision of this Agreement shall be deemed valid and enforceable
to the extent permitted by the law.
Page 5 of 7
115
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the date
first written above.
ATTEST: Jeffrey R. Smith, Clerk of Courts,
RIN
Deputy Clerk
Approved:
Jason E. Brown, County Administrator
Approved as to form and legal sufficiency:
Dylan Reingold, County Attorney
Teri L. Barenborg, Chair
Date Approved:
David K. Moore, Ed.D., Superintendent
IM
Chairman
APPROVED BY Indian River County
Board of Commissioners on:
Exhibit "A"
DESIGNATED SHELTERS
AS OF JUNE 2022
The COUNTY shall coordinate with the SCHOOL BOARD staff as to which school facilities are
utilized and when such facilities shall be open and closed.
1. Treasure Coast Elementary (Special Needs Shelter)
2. Liberty Magnet (Pet Friendly Shelter)
3. Freshman Learning Center
4. Oslo Middle
5. Sebastian River High School
6. Sebastian River High School, V -Wing (Special Needs Overflow)
7. Fellsmere Elementary
8. Gifford Middle
9. Osceola Magnet
10. Storm Grove Middle
11. Vero Beach Elementary
12. Glendale Elementary
13. Indian River Academy
14. Pelican Island Elementary
15. Sebastian River Middle
16. Sebastian Elementary
Page 7 of 7
117
0A
CONSENT: 6/14/2022
Office o, f'
INDIAN RIVER COUNTY
ATTORNEY
Dylan Reingold, County Attorney
William K. DeBraal, Deputy County Attorney
Susan J. Prado, Assistant County Attorney
MEMORANDUM
TO: Board of County Commissioners
FROM: Dylan Reingold- County Attorney
DATE: June 7, 2022
SUBJECT: Resolution Cancelling Taxes on Property Purchased by the City of Fellsmere for
Public Purpose
A parcel of land was purchased by the City of Fellsmere ("City") and the City will be using the
property for right of way, a copy of the email from the City stating the purpose is attached.
For this reason, a resolution has been prepared for consideration by the Board for removing the
below recited property from the tax roll for ad valorem taxes for current and future years:
Public Purpose: Right of Way purposes
Location/Description: West of 130' Avenue, between 99`h Street and S Carolina
Avenue
Purchased from: Dan W. Wohlenberg, Individually and as Trustee of the
Dan W. Wohlenberg Revocable Trust U/A/D May 13,
2015, as to an undivided 1/2 interest and Vona M.
Wohlenberg, Individually and as Trustee of the Vona M.
Wohlenberg Revocable Trust U/A/D May 13, 2015, as to
an undivided 1/2 interest
Instrument: Warranty Deed recorded in Book 3154, Page 536, Public
Records of Indian River County, Florida
FUNDING:
There is no cost associated with this item.
Board of County Commissioners
June 7, 2022
Page 2
RECOMMENDATION:
Authorize the Chairman of the Board of County Commissioners to execute the Resolution to
cancel certain taxes upon the property purchased by the City of Fellsmere for a public purpose,
and the Clerk to send a certified copy of the Resolution to the Tax Collector and the Property
Appraiser so that any delinquent or current taxes can be cancelled.
ATTACHMENT:
Resolution
cc: Carole Jean Jordan - Tax Collector
Wesley Davis - Property Appraiser
119
Christina Moore
From: Dylan Reingold
Sent: Tuesday, lune 7, 2022 3:38 PM
To: Christina Moore
Subject: FW: Help with Resolution: of BOCC to Waive Taxes on Attached Property
Attachments: WaIlenburg-Babcock Land Warranty Deed.pdf
From: Putnam Moreman <fina ncedirector@cityoffe I Ismere.org>
Sent: Friday, June 3, 202212:39 PM
To: Dylan Reingold <dreingold@ircgov.com>
Cc: Claudia Magallon-Alvarado<accountclerk2@cityoffellsmere.org>; Idi Vargas <accou nti ngclerk@cityoffe I Ism ere. org>
Subject: RE: Help with Resolution of BOCC to Waive Taxes on Attached Property
CAUTION This message is from an external source= Please use caution when openir3gattachments;ar clLckhgnksF.:
We purchased this piece of land to change the south terminus of Babcock so it aligns with Myrtle St. in the future. So it
is for ROW purposes.
From: Dylan Reingold <dreingold@ircgov.com>
Sent: Tuesday, May 31, 2022 2:58 PM
To: Putnam Moreman <financedirector@citvoffellsmere.org>
Cc: Claudia Magallon-Alvarado<accountclerk2@citvoffellsmere.org>; Idi Vargas <accountingclerk@cityoffellsmere.org>
Subject: Re: Help with Resolution of BOCC to Waive Taxes on Attached Property
Mr. Moreman,
That is strange. Usually, Warren Dill will send us a letter to have the taxes cancelled. I would be happy to work on an
agenda item for you. What is the public purpose? And can you please send me the deed.
Thanks!
Dylan
Sent from my iPhone
On May 31, 2022, at 2:39 PM, Putnam Moreman <financedirector@citvoffellsmere.org> wrote:
CAUTION: This,message !s,from an external source. Pleas"se,caunvft opening attachments or clicking Inks'
In late 2018 the City of Fellsmere acquired the tract of land at the corner of Babcock and S. Carolina,
with the plan of relocating Babcock street in the future. For whatever reason, I failed to request that
this land be removed from the tax rolls shortly after the purchase. Meanwhile, Fellsmere has been
120
paying the taxes on this City -owned piece of land, when it didn't need to, for about three or four years
now.
I used to deal with Nancy in your office for these City -owned parcels needing BOCC resolutions to waive
or remove the taxes on the property, but now that she is gone, 1 do not know who in your office I should
be dealing with. Could you please. pass this request along to the proper staff member in your office, and
keep me informed about the progress? I have paid the taxes (once again) on this parcel today, to
prevent any adverse Tax Certificate considerations.
Thank you in advance for your help.
Putnam Moreman, CPA, CGFM
Director of Finance & Accounting
City of Fellsmere
22 S. Orange St.
Fellsmere, FL 32948
772-646-6304
financedirector@@cityoffellsmere.org
NOTE: Under Florida law, e-mail addresses are public records. If you do not want your e-mail
address released in response to a public records request, do not send electronic mail to this
Prepared By,& Return Two:
ePNRecorded fO^ Y
Warren W. Dill, Esq, r
1p�
Dill, Evans & Associates:•
1565 US ITighway it
N.
Sebastian,. FL 329$8.
Identification No.
Date.: 9 1' Time---.�1
:Parcel 31:1637i;00-00001-1.43 1-000111.:0
abOvia this line -for recording data== =-------------------------_____
—�—=---�----(Space
Warranty Deed
(STATUTORY FORM - SECTION 689.02, FS.)
This Warranty Deed, made this �- day of October, 2019, between Dan W. Wohlenberg, Individually
and. as Trustee of the Dan W:. Wohlenberg Rovocable'Trust 1V May 13, 2015,. as to an undivided 1/2. interest
and Vona M. Wohlenberg, Individually and as Trustee of the Vona M. Wohleri8erg Revocable Trust UfA1D May
13, 2015, as to an undivided 1/2 interest, whose address is 13855 99th Street, Fellsmere, FL 32948, hereinafter
collectively referred to as "Grantor, and City of Fellsmere, Florida, a municipal corporation created pursuant to
the laws of the: State. of.FlokWa.
whose post office address is 22 South. Orange .Street; Fellsmere„ FL 32948, hereinafter referred to as "Grantee
Witnesseth, that .said Grantor, for and., .in consideration of -the sum of TEN DOLLARS {$10:00), and
other good. and valuable considerations to :sai.d. Grantor in hand paid by said Grantee; the receipt whereof .is
hereby acknowledged, has granted, bargained and sold to the said 'Grantee, .and Grantee's heirs and assigns
forever; the fallowing described land,,, situate, lying and being in Indian River: County, Florida, to -wit:
The West 156;50 feetofthe-East 181.517 feet of Tract.1431, Fellsmere Farms Company's Subdivision as
reoorded .'iii Plat Book 21 Pages 1 and 2 of the -Public Records of St. Lucie County, Florida; said hands.
now .lying and .being in Indian River County, Florida.
Togeth.et;witl all -the tenements, hereditaments and appurtenances thereto belongingor in anywise appertaining,
Subject :to governmental regulations, covenants, rights ofwgy, restrictions, easements and reservations. of record,
'if any, but this provision shal l not operate to reimpose the same,_ and taxes for this :year and subsequent years,
.And the .Grantor hereby' covenants with said Grantee that the Grantor is lawfully seized of said land .in fee simple;.
that the .Grantor has :good right and lawful autbority to: sell alio ponvey said land;; that the Grantor hereby fully
warrants the title to said. land and will defend the same. against. the lawful. claims. of alt persons whomsoever and
that said land is free of all encumbrances, exeept`as.: stated herein and taxes accruing subsequent to Deceinber;3
2017.
14, Witness 'Whereof, Grantor has hereunto set grantot'-s hand and seal the day and year first above
written.
Signed, sealed and delivered
ihi our presence:.
WITNESSES,
y ail,
Vona M Wohlenberg, Individually and as Successor
(Print.Name) /1 6nze1&1V ZA Trusteeofthe Dan W. Wohlenberg Revocable Trust UTA/Q
May 13, 2015.
(Print Name).
Vona -M. Wohlenberg, Lidividually and as Trustee
of the Vona ;M. Wohlenberg Revocable Trust
LJ/A/D May 13, 2015
122
purchased from: Dan W. Wohlenberg, Individually and as
Trustee of the Dan W. Wohlenberg Revocable Trust U/A/D
May 13, 2015, as to an undivided '/ interest and Vona M.
Wohlenberg, Individually and as Trustee of the Vona M.
Wohlenberg Revocable Trust U/A/D May 13, 2015,
as to an undivided'/ interest
public purpose: Right-of-way
tax parcel portion of #31-37-00-00001-1431-00001.1,
RESOLUTION NO. 2022-
A RESOLUTION OF INDIAN RIVER
COUNTY, FLORIDA, CANCELLING
CERTAIN TAXES UPON PUBLICLY OWNED
LANDS, PURSUANT TO SECTION 196.28,
FLORIDA STATUTES.
WHEREAS, section 196.28, Florida Statutes, allows the Board of
County Commissioners of each County to cancel and discharge any and all liens
for taxes, delinquent or current, held or owned by the county or the state, upon
lands heretofore or hereafter conveyed to or acquired by any agency,
governmental subdivision, or municipality of the state, or the United States, for
road purposes, defense purposes, recreation, reforestation, or other public use;
and
WHEREAS, such cancellation must be by resolution of the Board of
County Commissioners, duly adopted and entered upon its minutes properly
describing such lands and setting forth the public use to which the same are or
will be devoted; and
WHEREAS, upon receipt of a certified copy of such resolution, proper
officials of the county and of the state are authorized, empowered, and directed
to make proper entries upon the records to accomplish such cancellation and to
do all things necessary to carry out the provisions of section 196.28, F.S.;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY,
FLORIDA, that any and all liens for taxes delinquent or current against the
following described lands which were purchased by the City of Fellsmere from
Dan W. Wohlenberg, Individually and as Trustee of the Dan W. Wohlenberg
Revocable Trust U/A/D May 13, 2015, as to an undivided '/2 interest and Vona M.
Wohlenberg, Individually and as Trustee of the Vona M. Wohlenberg Revocable
Trust U/A/D May 13, 2015, as to an undivided '/2 interest, for right of way, are
hereby cancelled pursuant to the authority of section 196.28, F.S.
See Warranty Deed describing lands, recorded in
O.R. Book 3154, Page 536 of the Public Records
of Indian River County, Florida.
123
RESOLUTION NO. 2022 -
The resolution was moved for adoption by Commissioner
and the motion was seconded by Commissioner and, upon
being put to a vote, the vote was as follows:
Commissioner Peter D. O'Bryan
Commissioner Joseph H. Earman
Commissioner Susan Adams
Commissioner Joseph E. Flescher
Commissioner Laura Moss
The Chairman thereupon declared the resolution duly passed and
adopted this day of June, 2022.
BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY, FLORIDA
as
ATTEST: Jeffrey R. Smith, Clerk
of Court and Comptroller
go
Deputy Clerk
Peter D. O'Bryan, Chairman
Tax Certificates Outstanding _ X
Yes No
Current Prorated Tax Received
and Deposited with Tax Collector $
Approved as to form and
legal sufficiency:
A
Dylan Reingold
County Attorney
5
124
J dC�
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Jason E. Brown; County Administrator
THROUGH: Philip J. Matson AICP; Community Development Director
FROM: John Stoll; Chief, Long Range Planning
DATE: June 3, 2022
SUBJECT: Notice of Public Hearing Scheduled for June 21, 2022 Board Meeting for
Consideration of the Disposition of County Owned Surplus Properties for Affordable
Housing.
It is requested that the data herein presented be given formal consideration by the Board of County
Commissioners at its regular meeting of June 14, 2022.
DESCRIPTION AND CONDITIONS:
Please be advised that the following public hearing item has been scheduled for Board consideration:
June 21, 2022:
1. Consideration of the Disposition of County Owned Surplus Properties for Affordable
Housing.
RECOMMENDATION:
The referenced public notice item is provided for the Board's information. No action is needed at this
time.
125
1
IIA
County Administrator's Matters
June 14, 2022
VEj?
5 Office of the
z INDIAN RIVER COUNTY
�ORO'* * ADMINISTRATOR
Jason E. Brown, County Administrator
Michael C. Zito, Assistant County Administrator
MEMORANDUM
TO: Members of the Board of County Commissioners
FROM: Jason E. Brown
County Administrator
DATE: June 6, 2022
SUBJECT: Executive Session to Discuss Teamsters Negotiations
Staff has scheduled an executive session (as allowed under F.S. 447.605) with the Board to discuss
negotiations with Teamsters for wage increases for FY22/23. The meeting will be held on June 14, 2022,
immediately following the regular meeting of the Board of County Commissioners. This meeting is
exempt from F.S. 286.011. Discussions are limited to matters related to the negotiations. Members of
the bargaining committee that will be present at the executive session include: Suzanne Boyll, Director
of Human Resources; Michael Zito, Assistant County Administrator; Kristin Daniels, Budget Director;
and County Administrator, Jason E. Brown.
126
13A
Of Ce Of Attorney's Matters 6/14/2022
Dylan Reingold, County Attorney
William K. DeBraal, Deputy County Attorney
Susan J. Prado, Assistant county Attorney
INDIAN RIVER COUNTY
MEMORANDUM
TO: Board of County Commissioners
FROM: Susan Prado, Assistant County Attorney
DATE: May 31, 2022
ATTORNEY
SUBJECT: Authorization to proceed with foreclosure on Code enforcement
cases: 2016080073 (99th Street) (Almanza, Elias & Angel) and
201712011 (89th Street) (Almanza, Pablo)
Pursuant to Florida Statute Section 162.09, the Code Enforcement Board must give the
recommendation to start the foreclosure process. This recommendation was given at the
last Code Enforcement Board hearing on May 23, 2022. Staff is now seeking this Board's
final approval to move forward with filing foreclosure proceedings on the below listed
properties and with working with outside counsel, Dill, Evans and Rhodeback.
Case Number 2016080073 (13498 99th Street, Fellsmere, FL 32948) (Almanza, Elias
& Angel): This code enforcement action started in 2016 with a complaint regarding junk
vehicles, junk, trash, and debris. There was an evidentiary hearing on September 26,
2016 at which time the respondent was found in violation of the Indian River County Code
of Ordinances (the "IRC Code"). The respondent was given a time frame to correct and
two continuances. At a compliance hearing held on February 27, 2017, the Code
Enforcement Board determined that the respondent did not bring the property into
compliance and issued an order for a fine in the amount of $100.00 per day. The order is
recorded at O.R. Book 3009 and Page 649. The property was owned by Elias Almanza
at the time of the violation and was subsequently transferred to Angel Almanza on July
24, 2018. The property was never brought into compliance and the fine continues to
accrue.
127
Code Enforcement Foreclosures
June 9, 2022
Page 12
Case Number 2017120119 (12865 89th Street, Fellsmere, FL 32948) (Almanza,
Pablo): This code enforcement action started in 2017 with a complaint regarding, junk
vehicles, junk, trash, and debris, and a storage structure without a required building
permit. There was an evidentiary hearing on February 26, 2018 at which time the
respondent was found in violation of IRC Code. The respondent was given a time frame
to correct and one continuance. At a compliance hearing held on June 20, 2018, the Code
Enforcement Board determined that the respondent did not bring the property into
compliance and issued an order for a fine in the amount of $100.00 per day. The order is
recorded at O.R. Book 3126 and Page 2329. The property was owned by Elias Almanza
at the time of the violation and was subsequently transferred to Pablo Almanza on
September 17, 2020. The property was never brought into compliance and the fine
continues to accrue.
Funding: Staff estimates outside counsel, filing fees, and costs for the foreclosures
detailed above could cost approximately $7,000 and will be paid out of
MSTU/Environmental Planning/Legals Services, Account #00420724-033110. Funding
for these services will be made available from a subsequent budget amendment funded
by MSTU Fund Reserves. This funding will be offset by any revenues received through
the foreclosure process, after previous costs are recovered.
Recommendation: Staff recommends the Board authorize staff to move forward with
outside counsel in the filing of foreclosure on the above named code enforcement cases.
Attachments: Order imposing fine for case number 2016080073
Order imposing fine for case number 2017120119
Deed for case number 2016080073
Deed for case number 2017120119
W
3120170014684 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL
BK: 3009 PG: 649, 3/22/2017 11:03 AM
IN THE MATTER OF:
ALMANZA, ELIAS
12865 89TH ST
FELLSMERE, FL 32948-5514
TENANT
13498 99TH STREET
FELLSMERE, FL 32948
CODE ENFORCEMENT BOARD
INDIAN RIVER COUNTY, FLORIDA
, Respondent(s)
ORDER IMPOSING FINE
CEB Case No. 2016080073
THIS MATTER ORIGINALLY CAME BEFORE THE BOARD for a public hearing on
September 26, 2016, after due notice to the Respondent(s), at which time the Board heard testimony under
oath and received evidence. The Board issued findings of fact, conclusions of law, and an oral order which
was reduced to writing and furnished to the Respondent(s) to take corrective action by a certain time, as
more specifically set forth in that order.
On February 27, 2017, this Board conducted a compliance hearing to determine whether the Board's
order of September 26, 2016, as amended by Orders Granting Extension, had been complied with.
Respondents were provided proper notice of the compliance hearing, but did not attend the hearing.
Based on the evidence and testimony presented at the hearing, this Board finds that the required
corrective action has not been taken as ordered and that there does in fact exist junk vehicles, junk, trash and
debris in the A-1 Zoning District, which constitutes the use of the property in violation of Section 973.03(2),
of the Code of Laws and Ordinances of Indian River County.
The Board's previous order, as amended, set forth a compliance date of February 24, 2017, and a
fine of $100 for each day the violation continues beyond the referenced compliance date.
IT IS HEREBY ORDERED THAT THE ABOVE DESCRIBED FINE IS HEREBY IMPOSED
AGAINST THE RESPONDENT(S) for each and every day the violation exists upon or adjacent to the
following described property, situated in Indian River County, Florida, to wit:
Location: 13498 99TH ST FELLSMERE
Tax Parcel ID No. 31-37-00-00001-1359-00007.0
Legal Description: FELLSMERE FARMS COS SUB PBS 2-1&2 N 340 FT OF W 102.7 FT OF W
2.89 A OF TR 1359 AS IN R BK 120 PP 153 (OR BK 450 PP 666)
beginning February 25, 2017. A CERTIFIED COPY OF THIS ORDER SHALL BE RECORDED in
the Official Record Books of Indian River County forthwith AND SHALL CONSTITUTE A LIEN
AGAINST THE HEREIN DESCRIBED PROPERTY, AND UPON ANY OTHER REAL OR
PERSONAL PROPERTY OWNED BY THE VIOLATOR, pursuant to Chapter 162 of the Florida
Statutes and Indian River County Ordinance 90-20, as may be amended. Further information of this matter
may be obtained by contacting the Code Enforcement Section of the Community Development Department
of Indian River County, 1801 27th Street, Vero Beach, Florida 32960, (772) 226-1249.
DONE AND ORDERED February 27, 2017, at Vero Beach, Indian River County, Florida, in
accordance with a ruling made by this Board in open session on said date, nunc pro tune.
COUNTY ATTORNEY'S OFFICE
�INDIAN RIVER COUNTY
1801 27th Street
Vero Beach, Florida 32960
129
BK: 3009 PG: 650
EXECUTED by the Chairman of the Indian River County Code Enforcement Board, and attested
and countersigned by the Recording Secretary of such Board this 1 -1_ day of MCIX 01 , 2017.
CODE ENFORCEMENT BOARD OF
INDIAN RIVER COUNTY, FLORIDA
ATTEST:v1 ia 01
' a Carlson
Recording Secretary
By:
Stephe4 W. BoehninKCh;
Indian River County Code
_ � r
CERTIFICATE OF SERVICE
I HEREBY CERTIFY that a true copy of the foregoing Order Imposing Fine was provided to _t aF�p�re=
named Respondent(s) by first class U.S. Mail addressed to the above-specified addresses this � day of,
2017.
Ck coz) o-"
Lisa Carlson, Recording Secretary
REVIE D AS TO LEGAL FORM:
en fifer D. shke
B and Advi ing Attorney
EB Case No. 2016080073
Code Officer: BETTY DAVIS
SFAX OF FLORDA
*W" RIVER COUMr
IM 5 TO CERT FY'IWIM BA
RM AM CORRECT COPY OF TM
C00 AL ON FILE W U S OFFICaE.
SECRETARY
L�71MVIAIM UMIIAI��:IFI��LL_�
DATE
130
1
3120180038299 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL
BK: 3126 PG: 2329,6/22/2018 9:54 AM
CODE ENFORCEMENT BOARD
INDIAN RIVER COUNTY, FLORIDA
IN THE MATTER OF:
ALMANZA, ELIA S
12865 S 89TH ST
FELLSMERE, FL 32948
, Respondent
CEB Case No. 2017120119
ORDER IMPOSING FINE
THIS MATTER ORIGINALLY CAME BEFORE THE BOARD for a public hearing on
February 26, 2018, after due notice to the Respondent, at which time the Board heard testimony under oath
and received evidence. The Board issued findings of fact, conclusions of law, and an oral order which was
reduced to writing and furnished to the Respondent to take corrective action by a certain time, as more
specifically set forth in that order.
On May 21, 2018, this Board conducted a compliance hearing to determine whether the Board's
order of February 26, 2018, as amended by an Order Granting Extension, had been complied with.
Respondent was provided proper notice of the compliance hearing, but did not attend the hearing.
Based on the evidence and testimony presented at the hearing, this Board finds that the required
corrective action has not been taken as ordered and that there does in fact exist an accumulation of junk,
trash and debris, junk vehicles, and a storage structure without a required building permit in the A-1 Zoning
District, which constitutes the use of the property in violation of Section 105.1, Florida Building Code, and
Sections 973.03 and 973.03(2), of the Code of Laws and Ordinances of Indian River County.
The Board's previous order, as amended, set forth a compliance date of May 18, 2018, and a fine of
$100 for each day the violation continues beyond the referenced compliance date.
IT IS HEREBY ORDERED THAT THE ABOVE DESCRIBED FINE IS HEREBY IMPOSED
AGAINST THE RESPONDENT(S) for each and every day the violation exists upon or adjacent to the
following described property, situated in Indian River County, Florida, to wit:
Location: 12865 S 89TH ST FELLSMERE
Tax Parcel ID No. 31-37-00-00011-1939-00015.0
Legal Description: HOMEWOOD ADDITION - TRACT 1939 LOT 15 PBS 2-15
beginning May 19, 2018. A CERTIFIED COPY OF THIS ORDER SHALL BE RECORDED in the
Official Record Books of Indian River County forthwith AND SHALL CONSTITUTE A LIEN AGAINST
THE HEREIN DESCRIBED PROPERTY, AND UPON ANY OTHER REAL OR PERSONAL
PROPERTY OWNED BY THE VIOLATOR, pursuant to Chapter 162 of the Florida Statutes and Indian
River County Ordinance 90-20, as may be amended Further information of this matter may be obtained by
contacting the Code Enforcement Section of the Community Development Department of Indian River
County, 1801 27th Street, Vero Beach, Florida 32960, (772) 226-1249.
DONE AND ORDERED May 21, 2018, at Vero Beach, Indian River County, Florida, in accordance with a
ruling made by this Board in open session on said date, nunc pro tune.
COUNTY ATTORNEY'S OFFICE
INDIAN RIVER COUNTY
1801 27th Street
Vero Beach, Florida 32960
131
BK: 3126 PG: 2330
Z.
EXECUTED by the Chairman of the Indian River County Code Enforcement Board, and attested
and countersigned by the Recording Secretary of such Board this '?X day of , ) ( � V—L,- 2018.
CODE ENFORCEMENT BOARD OF
INDIANRIVERCOUNTY, FLORIDA
ATTES UJU By: ;' � !/ 12,1 -ems
4isa Carlson Frank M. Clements III, Chairman
Recording Secretary Indian River County Code Enforcement Boac#}�`'
Ci fir.'
CERTIFICATE OF SERVICE
I HEREBY CERTIFY that a true copy of the foregoing Order Imposing Fine was provided to the above -
n ed Respondent(s) by first class U.S. Mail addressed to the above-specified addresses this _?�Q day of
2018.
disa4oarlsoon, Recording Secretary
REVIEWED AS TO LEGAL FORM:
STATE OF FLORIDA
04DM RNER COUNTY
THIS IS TO CERM THAT THIS ISA
TRUE AND CORRECT COPY OF THE
Edie E. Collins
ORIGINAL ON FU IN THIS OFFICE„
Board Advising Attorney
SECRETARY
CODE FORCEMENTBOAW
CEB Case No. 2017120119
Code Officer: THOMAS ALLRED
0
DATZ tDzo
AAVI
132
3120180045503 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL
BK: 3135 PG: 1254, 7/24/2018 1:21 PM D DOCTAX PD $0.70
Return to:
Angel Almanza
12865 89`' Street
Fellsmere, Florida 32948
This instrument prepared by:
Kimberly A. Temple
1416 20th Street
Vero Beach, Florida 32960
(772)778-0021
Property Appraiser's Parcel Identification No 31-37-00-00001-1359-00007.0
Space above this line for processing data Space above this line for recording data
THIS QUIT - CLAIM DEED, executed this 2L� day of __I[� k UA
ELIAS ALMANZA, a single adult
first party, to
ANGEL ALMANZA, a single person
whose post office address is 12865 89th Street, Fellsmere, Florida 32948
second party:
(Wherever used herein the terms "first party" and "second party" shall include singular and plural, heirs,
legal representatives, and assigns of individuals, and the successor assigns of corporations, wherever the context so
admits or requires.)
WITNESSETH, that the said first party, for and inconsideration of the sum of $_10.00_ , in
hand paid by the said second party, the receipt whereof is hereby acknowledged, does hereby remise,
release, and quit -claim unto the said second party forever, all right, title, interest, claim, and demand
which the said first party has in and to the following described lot, piece or parcel of land, situate, lying,
and being in the County of Indian River, State of Florida, to wit:
SEE EXHIBIT "A' ATTACHED HERETO AND MADE A PART THEREOF.
This conveyance is subject to restrictions, reservations, limitations and easements or record, if any; this
reference to said restrictions shall not operate to reimpose same.
TO HAVE AND TO HOLD the same together with all and singular the appurtenances
thereunto belonging or in anywise appertaining, and all the estate, right, title, interest, lien, equity and
claim whatsoever of the said first party, either in law or equity, to the only proper use, benefit and behoof
of the said second party forever.
IN WITNESS WHEREOF, the said first party has signed and sealed these presents the day and
year above written.
133
BK: 313-5 PG: 12-55
LUMEN- r
The North 340 feat of the Were 102.7 feet of the West 2.89 acres of Tract 1359,
Fellsmera Farms Company Subdivision, as recorded in Records Book 120, Page 153,
of the Public Records of Indian River County, Florida; more particularly described
as follows: i
That part of the West 2,89 acres of Tract 1359 of Fellsmere Farms Company Subdivision of
all unsurveyed part of Township 31 South, Range 37 East, according to plat of said sub-
division, filed in the office of the Clerk of the Circ,.!, Court of St. Lucie County,
Florida, 1n Plat gook 2, Pages 1 and 2 described as fniloas: Beginning at the Northwest
corner of said Tract L359 and running East along North line of said Tract, a distance of
102.7 feet; thence South, parallel to the West line of said Tract 1359, a distance of 340
feet; thence West, parallel with the North line of said Tract 1359, a distance of 102.7
feet to the West line of said Tract 1359, thence Ne --ch along the West line of said Tract
1359. ♦ distance of 340 feet to the point and p).Ane of beginning; Together with a right of
way L4 feet wide; beginning at point on the Notch line of said Tract 1359 which is 102.7
feet East of the NW corner of said Tract 1359, from said point of beginning, run South
parallel to the West line of said Tract 1359. a distance of 640 feet to the South line of
said Tract 1359; thence East along the Sovri, lane of said tract it distance of 14 feet;
thence North parallel to the West line of s�!': Tract a distance of 640 feat to the North
line of said Tract 1359; thence West a dl. -Mance of 14 feet to the point of beginning of
said right of way,
134
BK: 3135 PG: 1256
Signed, sealed, and delivered in the presence of:
T�4w-n, -t jl;�� -
V es
Plr'n d Name
G mor
I ,N—" a' /&n . 2: �a
Printed Name
I-'h3S 31,,,,/ ,4 u
d
to
5
3120200055097 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL
BK: 3339 PG: 250,9/17/2020 1:01 PM D DOCTAX PD $0.70
Prepared by: Robert C. Clark, Esq.
And return to:
Parcel ID: 31370000011193900015.0
OUITCLAIM DEED
THIS QUITCLAIM DEED executed this Ll day of September, 2020, by ELIAS
ALMANZA, a single adult, first party, whose post office address is 4135 32nd Avenue, Vero Beach,
FL, to PABLO ALMANZA, a single adult, second party whose post office address is 12865 S. 89`s
Street, Fellsmere, FL 32948, (Wherever used herein the terms "first party" and "second party" shall
include singular and plural, heirs, legal representatives and assigns of individuals, and the successors and
assigns of corporations, wherever the context so admits or requires.)
WITNESSETH: That the first party, for and in consideration of the sum of (Inter -family
transfer) in hand paid by the said second party, the receipt whereof is hereby acknowledged, does hereby
remises, releases and quit -claim unto the said second party forever, all the right, title, interest, claim and
demand which the said first party has in and to the following described lot, piece or parcel of land, situate,
lying and being in the County of Indian River, State of Florida, to -wit:
LOT 15, TRACT 1939, PLAT OF HOMEWOOD, BEING A SUBDIVISION BY
FELLSMERE FARMS COMPANY OFTRACT 1939, ACCORDING TO THE PLAT HEREOF;
AS RECORDED IN PLAT BOOK 2, PAGE 15, PUBLIC RECORDS OF ST. LUCIE COUNTY,
FLORIDA; SAID LAND NOW LYING AND BEING IN INDIAN RIVER COUNTY, FLORIDA.
TO HAVE AND TO HOLD the same together with all and singular the appurtenances thereunto
belonging or in anywise appertaining, and all the estate, right, title, interest, lien, equity and claim
whatsoever of the said first party, either in law or equity, to the only proper use, benefit and behoof of the
said second party forever.
IN WITNESS WHEREOF, the first party has signed and sealed these presents the day and year
first above written.
Signed,
Janet Sill
(Printed name of witness)
presence of:
NAME
Page 1 OF 2 — QC DEED
136
BK: 3339 PG: 251
Arl
Signature
(Robert C. Clark)
Printed name of witness
STATE OF FLORIDA
COUNTY OF INDIAN RIVER
Sworn to (or affirmed) and subscribed before me this day of September, 2020, by ELIAS
ALMANZA, Personally Known or provided identification.
(DL - #A455-200-88-047-0)
(NOTARY SEAL) /1'eod
rA I U, Z*416-
My Commission Expires:
NOTARY PUBLIC
«� ROBERT C. CLARK
Commission # GG 92M
e`= Expires November 9.2023
"'•••« ••a;"' Badrd ilw TMg Fein Mtrrenee 600•�I.r701i
Page 2 of 2 — QC Deed
137
June 14, Zo22 Foreclosure Cases
12865 89th Street, Fellsmere, FL 32948
January 2o -i8
History
• This code enforcement action started in 2017 with a
complaintregardinqq,junkvehicles,junk,trash anddebris,
and a storage strucfure without required building permit.
• On February z6, zo18 an evidentiary hearing was held at
which time the respondent was found in violation of IRC
Code.
• The respondent was given a time frame to correct and one
continuance.
• At a compliance hearing held on June 20, 2018, the Code
Enforcement Board determined that the respondent did
not bring the property into compliance and issued an order
for a fine in the amount of sloo.00 per day. The order is
recorded at O.R. Book 3126 and Page 2329.
• The property was owned by Elias Almanza at the time of
the violation and was subsequent)ytransferred to Pablo
Almanza on September 17, 202o. The property was never
brought into compliance and the fine continues to accrue.
06/14/2022
13. A •
i3V - 1
12865 891H Street, Fellsmere, FL 32948
January 2019 January 2022
X a roa
Nt
�s a ti 4
,.
�.
12865 89th Street, Fellsmere, FL 32948
February 2007
06/14/2022
iK A - 2
On May 23, 2022, the Code Enforcement Board voted to move
forward with foreclosure of the above listed properties.
Staff is seeking guidance from the BCC weather to move forward
with the foreclosure for the above listed properties.
06/14/2022
)3-7. A- 3
Dylan Reingold, County Attorney
William K. DeBraal, Deputy County Attorney
Susan J. Prado, Assistant County Attorney
l�
County Attorney's Matters - B.C.C. 6.14.22
Of ce of
INDIAN RIVER COUNTY
ATTORNEY
MEMORANDUM
TO: Board of County Commissioners
FROM: Dylan Reingold, County Attorney
DATE: June 8, 2022
SUBJECT: City of Vero Beach Appeal of Tourist Development Council May 11, 2022, action
to exclude City of Vero Beach proposal from consideration for Tourist
Development Tax Dollars
On June 7, 2022, the City Council of the City of Vero Beach submitted the attached "Appeal pursuant to §
100.06 — Appeal of Tourist Development Council May 11, 2022, action to exclude City of Vero Beach
proposal from consideration for Tourist Development Tax Dollars" (the "Appeal") to the Indian River
County Board of County Commissioners (the "Board").
Per section 100.06 of the Indian River County Code of Ordinances ("Code"), "[a]ny person aggrieved by a
final decision of a board or commission may appeal to the board of county commissioners within twenty
(20) working days of the final decision. The board of county commissioners shall respond within twenty
(20) working days."
This Appeal does not meet the requirements of section 100.06 of the Code. First, the Appeal does not
appear to have been filed with the Tourist Development Council, which is a requirement of section 100.06
of the Code. But more importantly, section 100.06(3) of the Code addressed appeals of a "final decision
of a board or commission." The action taken by the Tourist Development Council was merely a
recommendation. Thus, the appropriate avenue of raising issues was by presenting such issues at the
Indian River County Board of County Commissioners meeting on this matter on June 7, 2022. Other
agencies impacted by the Tourist Development Council recommendation attended and the Cultural
Council of Indian River County got up and spoke on the matter. This appeal is an attempt to circumvent
that process.
The County Attorney's Office intends to reply to the City Council of the City of Vero Beach accordingly,
but wanted to provide this update to the Board.
C.•IGranicwsl isiar51L51renWUbd15b56K4d3-4dbb-8869-Ibe2d1b514d6dae
138
City of Vero Beach
Appeal
TO: Indian River County Board of County Commissioners, c/o Jeffrey R. Smith,
Clerk of the Circuit Court
FROM: City Council, City of Vero Beach
Re: Appeal pursuant to § 100.06 — Appeal of Tourist Development Council May 11,
2022, action to exclude City of Vero Beach proposal from consideration for
Tourist Development Tax Dollars.
DATE: June 7, 2022
Pursuant to Section 100.06 of the Code of Ordinances of Indian River County ("IRC" or
"County"), the City Council of the City of Vero Beach ("Vero Beach") respectfully submits this
Appeal to the Board of County Commissioners. Vero Beach seeks to reverse or modify the
decision and/or recommendation from the Tourist Development Council ("TDC") on May 11,
2022, to exclude Vero Beach from receiving funds generated under the tourist development tax
collected in the subcounty special tax district of Vero Beach.
On April 29, 2022, Vero Beach submitted a Tourist Tax Funding Request to the County, seeking
funding for improvement of the Humiston Beach Lifeguard Tower and Pavilion, a popular beach
park with over 100,000 visitors each year. On May 11, 2022, the TDC removed the application
from consideration and recommended against funding for Vero Beach. Vero Beach submits that
this decision by the TDC was in error, and in support of this appeal to reverse or modify the
wrongful decision of the TDC, Vero Beach hereby states as follows:
Background:
1. Section 125.0104, Florida Statutes, (also known as the "Local Option Tourist Development
Act" or the "Act") authorizes counties in Florida to enact and levy local option taxes on
transient rental charges ("Tourist Development Tax" or "tourist tax") to be used in various
ways to promote tourism within the county or within the subcounty special taxing district
where it is collected. Section 125.0104 prescribes the authorized uses of tourist tax
revenues, which includes tourism marketing, water or beach -oriented projects, and
construction of tourist -related facilities.
2. The County was able to enact the tourist tax in IRC only via consent of the voters in the
two subcounty taxing districts it created in 1987, by Ordinance 87-11. In that ordinance,
IRC developed a County plan for tourist development as required by the statute, created
1
139
the TDC, established authorized uses for the tax, and called for referendum approval of the
collection of tourist tax in two subcounty taxing districts, with one subcounty taxing district
encompassing the City of Vero Beach (District 1), and the other encompassing the
remainder of the County (District 2).
3. The statutorily -required County plan that was approved via a referendum of voters of Vero
Beach demonstrates that voters approved District 1's (Vero Beach) priorities of beach
cleaning, dune restoration, revegetation, and maintenance, Chamber of Commerce Tourist
Information, and Beach Park Maintenance, which would be granted $276,900.00. Thus,
the County plan adopted by enabling ordinance and approved by the voters of Vero Beach
specifically provided for beach park maintenance within the Vero Beach tax district. The
approval by voters was also explicit that the tax was to be levied consistent with §
125.0104, stating that "In all matters the Indian River County Tourist Development
Council shall be governed by compliance with Section 125.0104, Florida Statutes, 1985,
as amended by Chapter 86-4, Laws of Florida, and as may be hereafter amended." IRC
Ordinance No. 87-11.
4. Since that time, the Florida Legislature -has amended § 125.0104 to expand the authorized
uses of funds generated by the tourist tax. In 2016, the Legislature broadened the
authorized additional uses for the tax for certain coastal communities, explicitly allowing
a county or municipality in some circumstances to use the tax to reimburse expenses
incurred in providing public safety services and law enforcement services, which are
needed to address impacts related to increased tourism and visitors to an area. §
125.0104(5)(c). Then in 2018, the Act was amended to authorize a county to use tourist
tax revenues to develop and operate public facilities within the boundaries of the county or
subcounty special taxing district in which the tax is levied, where the public facilities are
needed and are recommended by the tourist development council. See Chapter 2018-118,
L.O.F. (CS/HB 7087).
The County also passed several ordinances since the referendum, purporting to amend the
implementation of the tourist tax. Currently the tourist tax is divided into three funds —
Fund 119, Tourist Development Fund (controlled by TDC); Fund 128 — Beach Restoration,
and Fund 308 — Jackie Robinson Training Complex (Dodgertown Capital Reserve).
Despite amending the ordinance to add additional tax, the County has not expanded the
authorized uses of the tax in accordance with § 125.0104.
6. The tourist tax revenue continues to grow each year. Both districts — Vero Beach and the
remainder of the County — have enjoyed a 39.6% increase, year to date, in collection of the
tourist tax. The County reports that revenue from the tax are above budgeted projections
by 40.5% for the month of April `22 and above budgeted projections by $991,427, or
61.1%, for the year. The County now enjoys a "Reserve for Contingency" and "Cash
Forward" fund of $1,898,971.00. It bears repeating that roughly half of the tourist tax is
generated and collected within the special subcounty tax district of Vero Beach.
1 According to the Bureau of Labor Statistics, $276,900.00 in November 1987 has the same buying power as
$693.711.00 in April 2022.
2
140
7. The consistent increase in tourist tax collection correlates with the increase in tourists to
Indian River County and Vero Beach. Through the first three months of 2022, Humiston
Beach Park had approximately 26,500 visitors to the guarded beach area, and in 2021,
approximately 123,000 people enjoyed Humiston Beach Park in the guarded lifeguard area.
8. This steady influx and increase in tourism has precipitated this application for improvement
of the Humiston Beach Lifeguard Tower and Pavilion. Vero Beach began its application
process on March 1, 2022, as soon as it received the application from the County. Vero
Beach successfully submitted its application on April 29, 2022, to request funding for
Humiston Beach Lifeguard Tower and Pavilion improvements.
9. After the application process had begun, but before submission, the County changed its
Outside Agency Funding Policy related to the TDC. The revision dated March 15, 2022,
states: "The TDC will not accept or fund grant applications from other governmental
agencies or municipalities."
10. At its May 11, 2022, meeting, County staff advised the TDC of the newly -adopted policy
excluding municipalities and other government agencies from submitting or receiving
funds from the tourist tax, and removed Vero Beach's application from consideration. The
TDC's recommendation to the Board of County Commissioners excludes Vero Beach's
request for tourist tax funds to finance beach park facilities within Humiston Beach Park.
11. Financing beach park facilities fits squarely within the authorized uses of § 125.0104,
which states that tourist tax revenue is authorized to be used "to finance beach park
facilities, or beach, channel, estuary, or lagoon improvement, maintenance, renourishment,
[and] restoration." § 125.0104(5)(a)5. The statutorily -required County plan, approved by
the voters by referendum, also specifically appropriated funding to beach park maintenance
within Vero Beach. Moreover, under the statute, tourist tax is authorized for projects that
directly impact the quality of the Indian River Lagoon, which would greatly benefit all
residents of the County and its visitors to our waterways. Unfortunately, under the County's
current policies, the TDC and the County would not even consider such a project for
funding.
12. The action of the TDC to exclude Vero Beach from consideration of receiving tourist tax
dollars is contrary to the plain language and intent of § 125.0104. IRC's enabling ordinance
levying the tax was clear that: "In all matters the Indian River County Tourist Development
Council shall be governed by compliance with Section 125.0104, Florida Statutes, 1985,
as amended by Chapter 86-4, Laws of Florida, and as may be hereafter amended." By
excluding Vero Beach and any other municipalities from receiving tourist tax funds, the
TDC is not acting in compliance with § 125.0104, which does authorize municipalities to
directly receive tourist tax funds when the use is authorized by the statute.
13. The action of the TDC to exclude Vero Beach from consideration for receiving tourist tax
dollars is also contrary to the referendum approved by the voters in the subcounty tax
district of Vero Beach. As noted above, the TDC is governed by compliance with §
125.0104, as amended, which usurps any conflicting County policies. The policy decision
3
141
to exclude municipalities from receiving tourist tax funds is also contradicted by the
County plan that specifically dedicated funds directly to beach park maintenance within
Vero Beach. Arbitrarily excluding municipalities from receiving tourist tax grants for
authorized projects deprives residents and tourists from receiving the intended benefit of
the tourist tax.
Request and Recommendation by City of Vero Beach:
Vero Beach respectfully requests that the Board of County Commissioners of Indian River
County overturn the recommendation of the TDC to exclude Vero Beach from funds generated by
the tourist tax. Specifically, in this instance the TDC recommended that Vero Beach receive no
funds for improvement of the Humiston Beach Lifeguard Tower and Pavilion. Vero Beach
submits that its suggested use of funds should have been considered by the TDC because the use
of the funds would be an authorized use under § 125.0104, and because the Florida Legislature
and legal precedent explicitly states that tourist tax funds may be granted to municipalities.
Alternatively, the Board could consider funds from Fund 128 to reimburse expenditures for this
important public project to ensure tourist -ready beaches.
Vero Beach also requests the County to reconsider its recently changed policy to exclude
all municipalities outright from tourist tax funds. The intent of § 125.0104 was never to exclude
municipalities from receiving tourist tax funds; instead, the language of § 125.0104 and clear legal
precedent demonstrates that a municipality may be and often is a direct recipient of the funds to
finance important public projects. Many counties throughout Florida have partnered directly with
other municipalities in order to reimburse public projects that greatly enhance the entire region.
Depriving municipalities of tourist tax funds also deprives residents of Indian River County and
its visitors from enjoying public projects that the Florida Legislature and the voters of Vero Beach
intended to be financed by the tourist tax.
Conclusion:
For the foregoing reasons, the Board of County Commissioners should consider Vero
Beach's proposal to receive funds for improvement of the Humiston Beach Lifeguard Tower and
Pavilion, and should grant tourist tax funds to the City of Vero Beach to complete this important
public project to ensure our beaches are friendly and safe for increased tourist beach activity.
Additionally, in the best interest of Indian River County and the municipalities therein, Vero Beach
requests for the County to abandon its outside agency funding policy barring municipalities from
receiving tourist tax funds, and allow for all uses authorized under Florida law, which will greatly
benefit Indian River County and its visitors.
Attachments:
• Indian River County Tourist Tax Funding Request
• May 11, 2022 Minutes — TDC (Not yet posted)
cc: Board of County Commissioners, Indian River County
Monte K. Falls, P.E., City Manager, City of Vero Beach
John S. Turner, City Attorney, City of Vero Beach
Jason Brown, County Administrator
Dylan Reingold, County Attorney
4
142
1581
SWDD Item
Indian River County, Florida
Solid Waste Disposal District
Board Memorandum
Date: June 2, 2022
To: Jason E. Brown, County Administrator
From: Sean C. Lieske, Director of Utility Services
Prepared By: Himanshu H. Mehta, PE, Managing Director, Solid Waste Disposal District
Subject: Final Pay to Geosyntec for Work Order No. 12 — One Year of Groundwater Monitoring/
Reporting and Related Consulting Services at the Former South Gifford Road Landfill
Descriptions and Conditions:
On May 18, 2021, the Solid Waste Disposal District (SWDD) Board approved Work Order No. 12 to
Geosyntec Consultants, Inc. (Geosyntec) in the amount of $84,339. This was awarded to Geosyntec for
assistance with ongoing groundwater monitoring and reporting obligations required by the Florida
Department of Environmental Protection (FDEP). It also included an annual pollution remediation
liabilities evaluation of the former Gifford Road landfill site.
Analysis:
Geosyntec has satisfactorily completed all of the tasks described in the scope of work for a total invoiced
amount of $80,707.93, including the final invoice of $5,445.10, and a cost saving of $3,631.07. Attached
is Geosyntec's letter report describing in more details the services provided under this work order.
Funding:
Funding for this work is budgeted and available in the Optional Sales Tax/Landfill Groundwater Testing
account, number 31521734-033490-03004, which is the one -cent sales tax fund used for infrastructure
needs of the County. Costs associated with the landfills are authorized uses of the one -cent sales tax, in
addition to infrastructure.
Description
Account Number
Amount
Optional Sales Tax/Landfill/Landfill Groundwater Testing
1 31521734-033490-03004
$5,445.10
Recommendation:
Solid Waste Disposal District staff recommends that its Board approve Geosyntec Consultants, Inc.'s final
invoice amount of $5,445.10.
Attachment:
1. Geosyntec Project Completion Report & Final Invoice
143
SWDD Agenda - Final Pay Geosyntec WO No. 12 Page 1 of 1
Geosptecl"
consultants
Mr. Himanshu Mehta, P.E.
Managing Director
Indian River County Solid Waste Disposal District
1325 746' Avenue Southwest
Vero Beach, Florida 32968
1120 North 121 Avenue
Pensacola, Florida 32501
PH 850.483.5102
www.geosyntec.com
19 May 2022
Subject: Project Completion Report
One Year of Groundwater Monitoring/Reporting and Related Consulting Services
IRC Work Order No. 12
Former South Gifford Road Landfill
Dear Mr. Mehta:
Geosyntec Consultants (Geosyntec) is pleased to present to you this project completion report for
Geosyntec Project No. FR0766S — One Year of Groundwater Monitoring/Reporting and Related
Consulting Services for the former South Gifford Road Landfill site. This project was completed
under Work Order No. 12, authorized on 18 May 2021, pursuant to the Renewal and Amendment
No. 1 for Continuing Consulting Engineering Services Agreement between IRC and Geosyntec,
authorized on 18 May 2021. This report has been prepared as a supplement to our final Invoice No.
472474 dated 18 May 2022, which is attached.
SCOPE OF WORK
The scope of work authorized under Work Order No. 12 addressed the FDEP-required semi-annual
groundwater monitoring and reporting for one year (two sampling and reporting events) and related
consulting services. The project was executed under the following phases (tasks): (i) Project
Management; (ii) Meetings/Regulatory Interaction; (iii) Annual Pollution Remediation Liabilities
Evaluation; (iv) Semi -Annual Sampling Activities; and (v) Data Evaluation and Semi -Annual
Reporting. Below is a summary of the work by phase that Geosyntec performed under this work
authorization.
Phase 1— Proiect Management
Under this phase, Geosyntec performed project planning and management responsibilities, such as
correspondence with IRC SWDD and FDEP, invoice review and completion, project coordination,
and project administration.
PR22023_Project Completion WO No 12_FR0766S.doc
engineers I scientists I innovators
144
Mr. Himanshu Mehta
19 May 2022
Page 2
Phase 2 — Meetings/Regulatory Interaction
Under this phase, Geosyntec provided ongoing support to IRC SWDD related to interaction and
negotiation with FDEP.
Phase 3 — Annual Pollution Remediation Liabilities Evaluation
Under this phase, Geosyntec prepared the annual environmental liability evaluation in response to
Governmental Accounting Standards Board Statement No. 49 (GASB No. 49), Accounting and
Financial Reporting for Pollution Remediation Obligations, which requires the inclusion and
calculation of pollution remediation obligations. The report included the evaluation of two sites,
Former South Gifford Road Closed Landfill (4701 41s' Street) and Former Premier Citrus Property
(37582 d Avenue) and was submitted to IRC on 5 November 2021.
Phase 4 — Semi -Annual Sampling Activities
Under this phase, Geosyntec conducted field preparation and groundwater sampling activities for
two semi-annual groundwater monitoring events in June and December 2021. Throughout these
three sampling events, a total of 50 groundwater samples were collected under this work
authorization. Geosyntec provided oversite for a drilling contractor to repair the aboveground
portion of the polyvinyl chloride (PVC) well casing at one monitoring well, and also for a Florida -
licensed surveyor to survey the repaired monitoring well.
Phase 5 — Data Evaluation/Reporting
Under this phase, Geosyntec prepared the semi-annual reports for the June and December 2021
events. As part of the report preparation, Geosyntec completed database management, data
evaluation, trend evaluation, table preparation, and GIS figure preparation. Each report was
submitted to IRC SWDD for review and comment prior to submittal to FDEP. The 2021 Annual
Groundwater Monitoring Report was approved by FDEP on 4 March 2022. Following submittal of
the 2021 Annual GMR, further data analysis was performed to evaluate concentration trends and the
potential need for further bioremediation because the previous remedial injection was performed
five years ago (April 2017).
BUDGET
The approved budget for Work Order No. 12 was $84,339. The total invoiced amount, including the
final invoice, is $80,707.93. Therefore, Geosyntec completed this project below the approved
budget, resulting in a cost savings to IRC of $3,631.07.
PR22023_P-iect Completion WO No 12_FR0766S.doc
engineers I scientists I innovators
145
Mr. Himanshu Mehta
19 May 2022
Page 3
CLOSURE
Geosyntec appreciates the opportunity to provide services to Indian River County. If you have any
question regarding this correspondence, please feel free to contact the undersigned at 850.483.5102.
Sincerely,
C,'I Vvi^ mt/
Crystal Wilson, P.G. (FL, AL)
Project Geologist
Joseph Applegate, P.G. (FL)
Senior Principal Geologist
PR22023_Project Completion WO No 12_FR0766S.doc
engineers I scientists I innovators
146
Mr. Himanshu Mehta
19 May 2022
Page 4
Table 1
Summary of Invoices Submitted for Geosyntec's Project Number FR0766S
South Gifford Road Landfill
Geosyntec Project Number/IRC
Work Authorization Number
Invoice No. Invoice Date
Amount
FR0766S
(IRC Work Order No. 12)
438439 06/17/2021
$4,105.80
441316 07/16/2021
$17,698.79
443610 08/12/2021
$6,428.86
449315 10/11/2021
$774.64
453571 11/18/2021
$2,050.73
455588 12/10/2021
$4,814.99
460035 01/20/2022
$13,551.81
461965 02/14/2022
$17,646.65
464889 03/11/2022
$8,190.56
472474 05/18/2022
$5,445.10
TOTAL
$80,707.93
PR22023_Project Completion WO No 12_FR0766S.doc
engineers I scientists I innovators
147
GeosMtec°
consultants
Mr. Himanshu Mehta, P.E.
Managing Director
Indian River County Solid Waste Disposal District
1325 74t' Avenue Southwest
Vero Beach, Florida 32968
Subject: Project Management Report and Transmittal of Invoice
South Gifford Road Landfill — Plume Groundwater Monitoring
Dear Mr. Mehta:
1120 North 121h Avenue
Pensacola, Florida 32501
PH 850.483.5102
www.geosyntec.com
19 May 2022
Geosyntec Consultants (Geosyntec) prepared this project management report to address the Plume
Groundwater Monitoring project being conducted by Geosyntec on behalf of Indian River County
(IRC) Solid Waste Disposal District (SWDD) at the South Gifford Road Landfill site. This report
presents: (i) a budget overview for this project; (ii) a summary of activities completed to date; (iii)
a discussion of the work reflected on the enclosed invoice; and (iv) recommended actions for the
site. The enclosed invoice reflects labor and expenses through 15 May 2022 for work being
performed at the South Gifford Road Landfill. Table 1 provides invoicing details for the project.
Work Order No. 12 was approved by IRC on 18 May 2021 and the budget for the project was
developed using labor rates that were approved by IRC for use in 2021 (Renewal and Amendment
No. 1 for Continuing Engineering Services dated 17 April 2018).
PROJECT MANAGEMENT SUMMARY
Geosyntec's Proiect No. FR0766S: One Year of Groundwater Monitoring/Reporting and
Related Consulting Services (IRC Work Order No. 12)
Budget Overview
Invoice No. 472474 dated 18 May 2022 for $5,445.10, Project No. FR0766S is enclosed. Listed
below is a summary of the budget, including invoiced amount, and remaining budget. Geosyntec
is within the budget appropriated for this project.
Approved Budget: $ 84,339.00
Invoiced Amount to -date: $ 80,707.93
Remaining Budget: $ 3,631.07
FR0766S/PR22022.docx
148
engineers I scientists I innovators
Mr. Himanshu Mehta
19 May 2022
Page 2
Work Completed to Date
The summer 2021 semi-annual groundwater monitoring event was completed on 7, 8, and 14 June
2021. During this mobilization, Geosyntec provided oversight for a driller subcontractor to make
maintenance repairs to monitoring well GR-MW06C. The summer 2021 Groundwater Monitoring
Report (GMR) was submitted to the Florida Department of Environmental Protection (FDEP) on
29 July 2021 and was approved by FDEP on 4 August 2021. The Annual Pollution Remediation
Liabilities Evaluation was submitted to IRC on 5 November 2021. The winter 2021 semi-annual
groundwater monitoring event was completed the week of 13 December 2021. A Florida -licensed
surveyor surveyed repaired monitoring wells GR-MW06C and GR-MW37B for horizontal
coordinates and vertical top of casing elevations in January 2022. The 2021 Annual GMR
summarized all 2021 monitoring results and was submitted to FDEP on 25 February 2022 and
approved by FDEP on 4 March 2022. Following submittal of the 2021 Annual GMR, further data
analysis was performed to evaluate concentration trends and the potential need for further
bioremediation because the previous remedial injection was performed five years ago (April 2017).
Work Reflected on Enclosed Invoice
Labor indicated as professional services ($5,445.10) is attributed to project management and
administration, submittal of the 2021 Annual GMR and subsequent correspondence with FDEP,
and evaluation of concentration trends as related to potential future bioremediation needs. The
remainder of the invoice is associated with a communications fee per the contract.
Recommended Actions
None.
CLOSURE
Geosyntec appreciates the opportunity to provide services to Indian River County. If you have any
questions regarding this correspondence, please feel free to contact me at (850) 483-5102.
Sincerely,
Crystal Wilson, P.G. (FL, AL)
Project Geologist
Enclosure
FR0766S/PR22022.docx
engineers I scientists I innovators
149
Table 1
Summary of Invoices Submitted for Geosyntec's Project Number FR0766S
South Gifford Road Landfill
Geosyntec Project Number/IRC
Work Authorization Number
Invoice No. Invoice Date
Amount
FR0766S
(IRC Work Order No. 12)
438439 06/17/2021
$4,105.80
441316 07/16/2021
$17,698.79
443610 08/12/2021
$6,428.86
449315 10/11/2021
$774.64
45357: 11/18/2021
$2,050.73
455588 12/10/2021
$4,814.99
460035 01/20/2022
$13,551.81
461965 02/14/2022
$17,646.65
464889 03/11/2022
$8,190.56
472474 05/18/2022
$5,445.10
TOTAL
$80,707.93
FR0766S/PR22022.docx
150
engineers I scientists I innovators
Geosyntec'�
consultants
INDIAN RIVER COUNTY SWDD
1325 74TH AVENUE SW
VERO BEACH, FL 32968
Attention: HIMANSHU MEHTA, P.E.
PLEASE REMIT PAYMENT TO:
Geosyntec Consultants, Inc.
900 Broken Sound Parkway NW, Suite 200
Boca Raton, Florida 33487-3575 USA
Tel (561) 995-0900 Fax (561) 995-0925
Invoice #:
472474
Invoice Date:
5/18/2022
Project:
FR0766S
Project Name:
2021 GIFFORD GWM
For Professional Services Rendered through transaction date: 5/15/2022
If you have questions about this invoice, please contact Crystal Wilson at 850.483.5102
WORK ORDER 12 DATED18 MAY 2021
Statement
Prior Billings
$75,262.83
Current Invoice
$5,445.10
Billed To Date
$80,707.93
Paid To Date
$75,262.83
Professional Services
3.0% Communication Fee
Current Invoice
**Amount Due This Invoice **
Project Budget
Expended to Date
Contract Balance
**Amount Due This Invoice **
$5,286.50
$158.60
------------------------
$5,445.10
$5,445.10
$84,339.00
$80,707.93
$3,631.07
$5,445.10
151
Project: FR0766S -- 2021 GIFFORD GWM
Invoice #:472474
Phase: 01) PROJECT MANAGEMENT
Class/Employee Name
Hours Rate
Amount
PROJECT ADMINISTRATOR
PHILLIPS, NICOLE
1.00 71.00
71.00
PROJECT PROFESSIONAL
WILSON, CRYSTAL
1.25 203.00
253.75
Total Phase : 01) PROJECT MANAGEMENT
Phase Labor
324.75
3.0% Communication Fee
9.74
Phase: 02) MTGS/REGULATORY
Class/ Employee Name
Hours Rate
Amount
PROJECT PROFESSIONAL
WILSON, CRYSTAL
4.00 203.00
812.00
Total Phase : 02) MTGS/REGULATORY
Phase Labor
812.00
3.0% Communication Fee
24.36
Phase: 05) DATA EVAL / REPORTING
Class/ Employee Name
Hours Rate
Amount
PROJECT PROFESSIONAL
WILSON, CRYSTAL
8.25 203.00
1,674.75
SENIOR PROFESSIONAL
JOHNSON, JILL
11.00 225.00
2,475.00
Total Phase : 05) DATA EVAL / REPORTING
Phase Labor
4,149.75
3.0% Communication Fee
124.49
Total Project Labor
5,286.50
3.0% Communication Fee
158.60
Total Project: FR0766S -- 2021 GIFFORD GWM
5,445.10
INCPMGEOPH Pa152
ge 2
1888
SWDD Item
Indian River County, Florida
Solid Waste Disposal District
Board Memorandum
Date: June 2, 2022
To: Jason E. Brown, County Administrator
From: Sean C. Lieske, Director of Utility Services
Prepared By: Himanshu H. Mehta, PE, Managing Director, Solid Waste Disposal District
Subject: Request by Waste Management to Modify Franchise Agreement
Descriptions and Conditions:
On April 21, 2015, the Indian River County (IRC) Solid Waste Disposal District (SWDD) Board entered into
a Franchise Agreement with Waste Management, Inc., of Florida (WMIF) for the Solid Waste and
Recyclables Collection (the "Franchise Agreement"). On October 1, 2015 ("Commencement Date"), WMIF
started providing contractual services detailed below. The First Amendment to the Franchise Agreement,
which related to the annual Consumer Price Index (CPI) adjustment process with an annual cap of 3%, was
approved by SWDD on October 4, 2016.
The initial term of the Franchise Agreement is for a period of seven (7) years beginning on the
Commencement Date and terminating on September 30, 2022. At the sole option of SWDD, the Franchise
Agreement may be renewed for one (1) additional term of three (3) years under the same terms and
conditions as the initial term, including amendments. SWDD had to notify WMIF by September 30, 2021,
of the intent to renew or not renew the Franchise Agreement. SWDD staff issued our intent to renew on
September 20, 2021.
The Franchise Agreement grants WMIF exclusive collection service for residential and commercial solid
waste collection within unincorporated IRC, the exclusive collection of residential recyclables within the
recycling franchise area (which includes unincorporated IRC, City of Sebastian, City of Fellsmere, City of
Vero Beach, and the Town of Orchid), and an exclusive collection of Construction and Demolition (C&D)
debris in containers fifteen cubic yards and greater (>_15 CY) in size within unincorporated IRC.
In addition to the exclusive collection of C&D in >_15 CY containers, the Franchise Agreement grants WMIF
the non-exclusive collection of C&D in containers less than fifteen cubic yards (<15 CY) in size within
unincorporated IRC. WMIF is also able to provide recycling services to commercial properties, but this is
considered an open market service by the State of Florida, and as such, it is not exclusive to WMIF.
On May 9, 2022, staff received the attached letter from WMIF requesting the modification of the franchise
agreement to remove Article 3.1 (c) for the exclusive collection of C&D in >_15 CY containers.
153
SWDD Agenda - Request by WM to Modify Franchise Agreement Page 1 of 3
SWDD Item
The purpose of this agenda item is to obtain SWDD Board direction on the modification to the WMIF
Franchise Agreement.
Analysis:
The general difference in the exclusive and non-exclusive treatment of C&D debris is how the franchise fee is
handled by the landfill. Since WMIF was granted the exclusive franchise, they pay a tip rate of $30 per ton at
the landfill for disposal and pay a 6% franchise fee separately to IRC on a monthly basis. The non-exclusive
C&D debris haulers pay a tip rate of $31.80 per ton and do not pay a separate franchise fee to IRC. The landfill
calculates the $1.80 per ton revenue on a daily basis and transfers that to IRC.
The request by WMIF to remove the exclusivity of the C&D in >_15 CY containers does allow local contractors
to equally compete for this type of service. There are approximately 45 non-exclusive franchise haulers
registered with the landfill.
Staff supports the request by WMIF to remove the exclusive nature of C&D from our franchise agreemet.
Funding:
This is an update to the SWDD Board and does not require any funding approval.
Recommendation:
Staff is requesting that the Board approve the following:
1. Approve the request by Waste Management, Inc., of Florida to remove Article 3 (c) for the
exclusive collection of C&D debris in containers 15 cubic yards and greater; and
Authorize the County Attorney to modify the County Ordinance to effectuate the change through
a duly noticed public hearing process; and
Direct staff to return with an Amendment to the Franchise Agreement for Board approval at the
time of the public hearing.
Attachments:
1. Letter by WMIF
154
SWDD Agenda - Request by WM to Modify Franchise Agreement Page 2 of 3
EXHIBIT A
SUMMARY OF RATES BY WASTE MANAGEMENT
Residential Unit
FY2015/16
Rate
FY2016/17
Rate
FY2017/18
Rate
FY2018/19
Rate
FY2019/20
Rate
FY20/21
Rate
CPI Adjustment
N/A
N/A
1.51%
1.88%
1.31%
N/A
Single Family Subscription
$9.68
$9.68
$9.83
$10.01
$10.14
$10.14
Single Family Universal/mo. *
$7.73
$7.73
$7.85
$8.05
$8.19
$8.19
Billed Cubic Yard
$4.73
$4.73
$4.80
$4.89
$4.95
$4.95
Billed Cart Service
$9.46
$9.46
$9.60
$9.78
$9.91
$9.91
Container Maintenance Fee
$100.00
$100.00
$101.51
$103.42
$104.77
$104.77
15 Yard Open Top Per Pull *
$155.00
$155.00
$157.34
$160.30
$162.40
$162.40
20 Yard Open Top Per Pull *
$170.00
$170.00
$172.57
$175.81
$178.11
$178.11
30 Yard Open Top Per Pull *
$205.00
$205.00
$208.10
$212.01
$214.79
$214.79
40 Yard Open Top Per Pull *
$235.00
$235.00
$238.55
$243.03
$246.21
$246.21
Compactor - 20 cubic yards *
$245.00
$245.00
$248.71
$253.38
$256.70
$256.70
Compactor - 30 cubic yards *
$245.00
$245.00
$248.71
$253.38
$256.70
$256.70
Compactor- 40 cubic yards
$245.00
$245.00
$248.71
$253.38
$256.70
$256.70
Single Family Recycling/mo.
$2.55
$2.55
$2.59
$2.64
$2.67
$2.67
Multi -Family Recycling/mo.
$2.04
$2.04
$2.07
$2.11
$2.14
$2.14
Commercial Compactor
$14.19
$14.19
$14.40
$14.67
$14.86
$14.86
Exchange Solid Waste Cart
$30.00
$30.00
$30.00
$30.00
$30.00
$30.00
Additional Solid Waste Cart
$60.00
$60.00
$60.00
$60.00
$60.00
$60.00
Reinstate Service Charge
$25.00
$25.00
$25.00
1 $25.00 1
$25.00 1
$25.00
* Per the Agreement, after October 1, 2018, the rates for Universal Collection listed are calculated at 100% of the change in CPI.
155
SWDD Agenda - Request by WM to Modify Franchise Agreement Page 3 of 3
Deborah A. Perez
Government Affairs Manager
WM of Indian River County
4310 77" St.
Vero Beach, FL 32968
772.413.9997 Office
407.466.4079 Cell
DPerez@wm.com
May 9, 2022
Mr. Himanshu Mehta, P.E.
IRCSWDD Managing Director
Indian River County
1325 741h Ave. SW
Vero Beach, FL 32968
Subject: Agreement to Remove Roll Off Exclusivity & Renew Government Facilities Recycling Contract
Dear Mr. Mehta:
Please accept this letter as a response to your email dated April 22, 2022 referencing the IRC Government
Buildings and Facilities Recycling Contract dated January 9, 2018 (the "Facilities Recycling Contract").
Waste Management Inc. of Florida ("WMIF") would be amenable to renewing the Facilities Recycling
Contract for a 3 -year period under the same terms, in exchange for the removal of roll off work from the
exclusivity requirement of the parties' Solid Waste and Recyclables Collection Franchise Agreement
dated April 21, 2015 (the "Franchise Agreement").
Specifically, the parties agree that Article 3.1.(c.) of the Franchise Agreement which states: "C&D
collection in containers fifteen cubic yards and greater (>15 CY) in size in the Solid Waste Franchise
Area" shall be deleted from the Franchise Agreement. In exchange, the Facilities Recycling Contract will
be extended as set forth above.
It is our understanding that the steps to accomplish this change to the Franchise Agreement will be as
follows:
1. The Board of County Commissioners will have to approve the removal of Article 3.1(c.).
2. Two public hearings will be held to change the existing ordinance.
We understand the estimated time frame to complete the above process could be anywhere from 2 — 3
months. The Facilities Agreement expires on 9/30/2022. If the process to change the Franchise
Agreement, including amending the existing ordinance, has not been accomplished by the 9/30/22
deadline then WMIF will only consent to a 6 -month extension of the Facilities Recycling Contract.
Please keep in mind that the 2022-2023 CPI calculation for the Facilities Recycling Contract would go into
effect on 10/01/2022 pursuant to the existing terms, which would entail a max 3% increase to the current
rate.
Please let me know if you have any questions.
Thank you.
-7-4s-
Debbie Perez
Government Affairs Manager
156
Cc: Ron Jones, IRCSWDD Asst. Managing Director
Sean Lieske, IRC Public Utilities Director
Jason Brown, IRC Administrator
Dylan Reingold, IRC Attorney
Kasey Godwin, WM District Manager
Lisa Silva, WM Senior Legal Counsel
157
IS83
SWDD Item
Indian River County, Florida
Solid Waste Disposal District
Board Memorandum
Date: June 2, 2022
To: Jason E. Brown, County Administrator
From: Sean C. Lieske, Director of Utility Services
Prepared By: Himanshu H. Mehta, PE, Managing Director, Solid Waste Disposal District
Subject: Work Order No. 16 to Geosyntec for One Year of Groundwater Monitoring/Reporting and
Related Consulting Services at the Former South Gifford Road Landfill
Descriptions and Conditions:
In accordance with the requirements by the Florida Department of Environmental Protection (FDEP), the
former South Gifford Road landfill site requires continual groundwater monitoring activities and regulatory
oversight to show that Indian River County (IRC) and the Solid Waste Disposal District (SWDD) are proactively
taking efforts to remediate the site.
FDEP requires submittal of the first 2022 semi-annual groundwater monitoring report no later than July 31,
2022 (to document results of the summer 2022 sampling event) and the second 2022 semi-annual
groundwater monitoring report no later than February 28, 2023 (to document results of the winter 2022
sampling event). Previous sampling, reporting, and remedial events performed by Geosyntec have been
completed on schedule and within budget.
Accordingly, staff requested the attached proposal from Geosyntec to provide groundwater monitoring and
reporting for an additional one-year period and annual pollution remediation liabilities evaluation.
Analysis:
Geosyntec's proposal includes two semi-annual monitoring and reporting events for the plume
monitoring well network and preparation of an annual pollution remediation liabilities evaluation.
Geosyntec's proposal consists of five main phases as follows:
Phase Description
Budget
Phase 1: Project Management
$ 6,431.32
Phase 2: Meetings/Regulatory Interaction
$ 4,651.48
Phase 3: Annual Pollution Remediation Liabilities Evaluation
$ 5,963.70
Phase 4: Semi -Annual Sampling Activities
$48,221.04
Phase 5: Data Evaluation and Semi -Annual Reporting
$15,092.60
Total
$80,360.14
158
SWDD Agenda - Geosyntec WO No. 16 Page 1 of 2
SWDD Item
Phase 1 includes project planning and management responsibilities. Phase 2 includes meeting attendance
and interaction with regulatory agencies. Phase 3 includes preparation of the annual environmental
liability evaluation in response to Governmental Accounting Standards Board Statement No. 49 (GASB No.
49), Accounting and Financial Reporting for Pollution Remediation Obligations, which requires the
inclusion and calculation of pollution remediation obligations. Phase 4 includes field preparation,
groundwater sampling, and water level measurements during two groundwater monitoring events. Phase
5 includes data evaluation and semi-annual reporting.
Funding:
Funding for this work is budgeted and available in the Optional Sales Tax/Landfill Groundwater Testing
account, number 31521734-033490-03004, which is the one -cent sales tax fund used for infrastructure
needs of IRC. Costs associated with the landfills are authorized uses of the one -cent sales tax, in addition
to infrastructure.
Description
Account Number
Amount
Optional Sales Tax/Landfill/Landfill Groundwater Testing
31521734-033490-03004
$80,360.14
Recommendation:
Solid Waste Disposal District staff recommends that its Board approves and authorizes the Chairman to
sign Work Order No. 16 authorizing Geosyntec to provide groundwater monitoring/reporting and related
consulting services for the Former Gifford Road landfill in compliance with Florida Department of
Environmental Protection requirements for a period of one year, not to exceed fee of $80,360.14.
Attachment:
1. Geosyntec Work Order No. 16
159
SWDD Agenda - Geosyntec WO No. 16 Page 2 of 2
WORK ORDER 16
SOUTH GIFFORD ROAD LANDFILL
This Work Order Number 16 is entered into as of this _ day of 2022 , pursuant to that
certain Continuing Consulting Engineering Services Agreement dated April 17, 2018, renewed and amended as
of May 18, 2021, (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a
political subdivision of the State of Florida ("COUNTY") and Geosyntec Consultants, 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 A.
The Consultant will perform the professional services within the timeframe more particularly set forth
in Exhibit A (Schedule). 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:
.A:2'VA
Print Name: Joseph Applegate
Title: Senior Principal
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
By:
Peter D. O'Bryan, Chairman
BCC Approved Date:
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
Deputy Clerk
Approved:
Approved as to form and legal sufficiency:
Jason E. Brown, County Administrator
Dylan T. Reingold, County Attorney
160
EXHIBIT A
PROFESSIONAL SERVICES
engineers I scientists I innovators 161
Geosyntec�
consultants
Mr. Himanshu H. Mehta, P.E.
Managing Director
Solid Waste Disposal District
Indian River County
1325 74h Avenue SW
Vero Beach, Florida 32968
6770 South Washington Avenue, Suite 3
Titusville, Florida 32780
PH 321.269.5880
FAX 321.269.5813
www.gcosyntec.com
7 June 2022
Subject: Proposal to Provide One Year of Groundwater Monitoring/Reporting and Related
Consulting Services
Former South Gifford Road Landfill
Vero Beach, Indian River County, Florida
Dear Mr. Mehta:
Geosyntec Consultants (Geosyntec) is pleased to submit this letter proposal to the Indian River County
(IRC) Solid Waste Disposal District (SWDD) to provide professional services for Florida Department
of Environmental Protection (FDEP)-required activities associated with continued implementation of
the groundwater monitoring for the chlorinated volatile organic compound (CVOC) plume at the
Former South Gifford Road Landfill located in Vero Beach, Indian River County, Florida (Site). This
fee proposal is based on correspondence with the FDEP and discussions with IRC. As requested by
IRC, this fee proposal includes budget to complete two semi-annual monitoring and reporting events
for the plume monitoring well network, as well as related consulting services to prepare an annual
pollution liabilities evaluation report for identified IRC -owned environmental liabilities and represent
IRC during interactions with regulatory agencies. Geosyntec has prepared this proposal (professional
services as Exhibit A) as Work Order No. 16 for the Continuing Contract Agreement for Professional
Services between IRC SWDD and Geosyntec. The remainder of this letter provides an overview of the
project background, a description of the proposed scope of work, a budget estimate, and a discussion
of the schedule for accomplishment of the work described herein.
PROJECT BACKGROUND
As part of the long-term monitoring activities for the identified CVOC plume associated with the South
Gifford Road Landfill, a network of monitoring wells will require sampling on an annual or semi-
annual basis to: (i) confirm that the CVOC plume is not migrating by monitoring the lateral and vertical
extent; (ii) evaluate the impact of source and dissolved plume bioremediation to assess CVOC plume
centerline concentrations over time; and (iii) assess the impact of biological and physical natural
attenuation processes on CVOC plume degradation.
FR0766\XR22024.docx
engineers I scientists I innovators 162
Mr. Himanshu H. Mehta, P.E.
7 June 2022
Page 2
Geosptec
consultants
In consideration of the ongoing natural attenuation processes occurring at the site, the enhancement of
these biological processes via the injection of an electron donor was proposed and agreed to in concept
by the FDEP in correspondence dated 2 August 2006. In response to FDEP's request and supported
by groundwater monitoring results, Geosyntec conducted an injection event in 2017 [Remedial Action
Plan Modification Addendum No. 3 (RAPM 3)] to remediate recalcitrant CVOC groundwater impacts
in the former source area. Semi-annual performance monitoring associated with bioremediation
implementation was conducted from 2017 to 2020. In April 2021, FDEP approved to discontinue
performance monitoring associated with RAPM 3 and to discontinue CVOC sample collection at five
monitoring well locations where CVOCs had not been detected for at least three consecutive sampling
events. Semi-annual groundwater monitoring for CVOCs at 42 monitoring well locations will be
conducted in 2022, as well as semi-annual reporting.
PROPOSED SCOPE OF WORK
The proposed scope of work consists of semi-annual groundwater monitoring and reporting and related
activities to be performed on behalf of IRC SWDD at the Former South Gifford Road Landfill. For the
purpose of budgeting, the scope of work has been divided into the following phases:
• Phase 1 — Project Management;
• Phase 2 — Meetings/Regulatory Interaction;
• Phase 3 — Annual Pollution Remediation Liabilities Evaluation;
• Phase 4 — Semi -Annual Sampling Activities; and
• Phase 5 — Data Evaluation and Semi -Annual Reporting.
The remainder of this section presents a general description of the activities to be performed in each
phase.
Phase 1 — Proiect Management: Under this phase, Geosyntec will perform project planning and
management responsibilities, such as correspondence with IRC SWDD and FDEP, invoice review,
project coordination, and project administration. The budget includes five hours per sampling/reporting
event and one hour per month for the project manager (22 hours total), one hour for the senior principal -
in -charge, and one hour per month (12 hours total) for the administrative assistant.
Phase 2 — Meetings/Regulatory Interaction: Under this phase, Geosyntec will prepare for and attend
up to one meeting, with IRC SWDD, FDEP, and/or IRC Board of County Commission, as necessary.
It has been assumed that this meeting will be in person. Also, under this phase, four hours has been
included for the senior principal -in -charge to provide ongoing support to IRC SWDD related to
interaction and negotiation with FDEP.
FR0766\)M2024.docx
engineers I scientists I innovators 163
Mr. Himanshu H. Mehta, P.E.
7 June 2022
Page 3
GeosMtec °
consultants
Phase 3 — Annual Pollution Remediation Liabilities Evaluation: As requested by IRC SWDD, under
this phase, Geosyntec will prepare the annual environmental liability evaluation. This document is
prepared annually in response to Governmental Accounting Standards Board Statement No. 49 (GASB
No. 49), Accounting and Financial Reporting for Pollution Remediation Obligations, which requires
the inclusion and calculation of pollution remediation obligations. The objective of GASB No. 49 is to
enhance the usefulness and comparability of pollution remediation obligation information reported by
state and local governments. It has been assumed that the report will include evaluation of two sites,
including South Gifford Road Closed Landfill (4701 41St Street) and Former Premier Citrus Property
(375 82nd Street). In addition, two hours have been included for a Florida registered professional
engineer to conduct an independent review of the liability evaluation.
Phase 4 — Semi -Annual SamAlint! Activities: Under this phase, Geosyntec will perform 2022 field
activities related to the performance monitoring and plume groundwater monitoring. The semi-annual
activities will include field preparation, groundwater sampling, and water level measurements. Field
preparation activities will include scheduling and staffing, subcontracting, coordination with the
analytical laboratory, field equipment preparation, procurement of Passive Diffusion Bag (PDB)
samplers, and notifying FDEP and Vero Beach Municipal Airport of the field schedule.
Geosyntec will perform the groundwater sampling activities associated with the CVOC plume
monitoring well network. Sampling activities in 2022 will be completed with a combination of PDB
samplers, as a cost -savings measure, and traditional low -flow sampling techniques, to evaluate
groundwater quality and the occurrence of intrinsic biodegradation. PDBs are anticipated to be
purchased from EON Products, one of the few suppliers of this type of passive sampling device.
Groundwater sampling activities will be executed using a two -person sampling crew and will be
performed in general accordance with the FDEP Standard Operating Procedures (SOPs).
The proposed summer 2022 field event (tentatively scheduled for the week of 27 June 2022) will
include sampling and analyses of groundwater from nine monitoring wells. The summer 2022 field
event is budgeted to include one day for groundwater sampling activities and one day for PDB
deployment for the next sampling event (total of two [2] field days each with two persons). The
proposed winter 2022 field event (tentatively scheduled for December 2022) will include sampling of
42 monitoring wells (31 using PDBs and 11 wells via traditional purging techniques) to collect field
water quality parameters. The winter 2022 field event is budgeted to include a total of two (2) days
(with two persons) for groundwater sampling activities and PDB deployment for the summer 2023
field event. Consistent field documentation and field protocols will be utilized to develop reliable data
to support the natural attenuation evaluation for the groundwater plume. The groundwater samples will
be analyzed in accordance with the sampling plan summarized in the 2021 Annual Groundwater
Monitoring Report. Quality control samples are proposed to be collected at a rate of 5% of total samples
as required by the most recent FDEP SOPS.
FR0766\XR22024.docx
engineers I scientists I innovators 164
Mr. Himanshu H. Mehta, P.E.
7 June 2022
Page 4
Geosyntec
consultants
Geosyntec will conduct a complete round of groundwater level measurements concurrent with each
semi-annual groundwater sampling event (budgeted for one day with two -person field team for each
event). Depth to groundwater measurements will be recorded to the nearest 0.01 -ft in each monitoring
well, including existing monitoring wells and applicable City of Vero Beach wells (assumed up to 95
wells per event). Due to wet site conditions and difficult access to certain well clusters, costs for rental
of a utility phase vehicle are included for one day of groundwater level measurements and one day of
sampling per event (4 total days).
It is anticipated that purge water (investigation -derived waste [IDW]) will be containerized in a 55 -
gallon polyethylene drum and temporarily staged on Site for characterization prior to removal and
disposal. Costs are included herein for purchase of one 55 -gallon polyethylene drum, drum removal
and disposal by a licensed subcontractor, and for one-half day of drum removal oversight for one
person.
Overall, for field activities, budget has been included for six field days with two persons, mobilization
time for field personnel, and associated field expenses for sampling.
Geosyntec will provide oversight for a contractor to clear brush in an approximate 6 feet radius around
select well clusters in conjunction with the winter 2022 groundwater sampling event to maintain access
to well clusters. Costs are included for one day oversight (with one person) and for subcontractor costs.
Phase 5 — Data Evaluation and Semi -Annual Reporting: Under this phase, Geosyntec will perform
data evaluation activities and reporting. The reporting includes preparation of one summer 2022 report
(simplified format) and one winter 2022 report for submittal to FDEP.
The summer 2022 report will be a letter report with attachments, including a monitoring well location
map and tables of the field and laboratory results. Data evaluation activities for the summer 2022 report
will include database management, screening results against applicable regulatory criteria, and
summary data table preparation. This report is due to FDEP by 31 July 2022.
The winter 2022 report will be consistent with the groundwater monitoring reports historically
submitted to FDEP for this Site and the data evaluation activities will include database management,
screening results against applicable regulatory criteria, GIS figure preparation, time trend analyses,
and/or statistical data analyses. The winter 2022 annual report will be supported by attachments
containing Chain -of -Custody sheets, field notes and observations, water sampling logs, maps, graphs,
analytical results, quantitative statistical evaluation, and other applicable materials. As part of the
statistical analysis, trend analysis graphs showing temporal concentrations of constituents and a
summary of the Mann -Kendall statistics will be included to identify increasing, decreasing, or no trends
in groundwater constituent concentrations. Historical data summaries will be included for monitoring
wells recommended for removal from the monitoring plan.
FR0766\XR22024.docx
engineers I scientists I innovators 165
Mr. Himanshu H. Mehta, P.E.
7 June 2022
Page 5
GeosMtec °
consultants
The draft summer and winter 2022 reports will be submitted to IRC SWDD for review prior to submittal
to FDEP. Each final report will be signed and sealed by a Florida registered professional engineer or
geologist.
SCHEDULE
The semi-annual groundwater sampling events will be tentatively conducted in June and December
2022 as described herein. Reports will be submitted to FDEP to meet required deadlines.
BUDGET ESTIMATE
A budget estimate for the scope of work outlined in Phases 1 through 6 of this proposal is summarized
in the following table, and a detailed budget estimate is provided as Attachment A. The budget estimate
presented in this proposal is based on Geosyntec's understanding of the project requirements, our
experience gained from executing similar phases for SWDD since 2002 at the Site, and experience with
groundwater monitoring and reporting activities at similar facilities. The estimated budget for 2022
compared to 2021 is approximately 5% less due to efficiencies gained from previous field and reporting
events. Geosyntec will not exceed the budget estimate without prior approval and written authorization
from IRC S WDD.
Phase 1— Project Management $6,431.32
Phase 2 — Meetings/Regulatory Interaction $4,651.48
Phase 3 — Annual Pollution Remediation Liabilities Evaluation $5,963.70
Phase 4 — Semi -Annual Sampling Activities $48,221.04
Phase 5 — Data Evaluation and Semi -Annual Reporting $15,092.60
TOTAL $80,360.14
CLOSURE
Geosyntec appreciates this opportunity to offer our services. If this proposal is acceptable, please
indicate your agreement by signing the attached work authorization, which references this proposal.
Please return one signed work authorization. Please call Crystal Wilson at 850.483.5102 with questions
you may have as you review this proposal.
��� aJV4-'
Crystal Wilson, P.G.
Project Geologist
FR0766\XR22024.docx
Sincerely,
�° 4, Arm
Joseph Applegate, P.G.
Senior Principal Geologist
engineers I scientists I innovators 166
ATTACHMENT A
BUDGET ESTIMATE
engineers I scientists I innovators 167
XR22024.xlsx
PHASE 1: Project Management
2022 BUDGET ESTIMATE
SOUTH GIFFORD ROAD LANDFILL
ITEM
BASIS RATE QUANTITY
ESTIMATED
BUDGET
A. Professional Services
Senior Principal
hr $260 2
$520
Project Professional
hr $203 24
$4,872
Subtotal Professional Services
$5,392
B. Technicat/Administrative Services
Project Administrator
hr I $71
1 12
$852
Subtotal Technical/Administrative Services
$852
C. Reimbursables
Communications Fee
3% labor 0.03 6,244
$187.32
Subtotal Reimbursables
$187.32
TOTAL ESTIMATED BUDGET: PHASE 1
$6,431.32
Geosyntee Consultants
XR22024.xlsx
PHASE 2: Meetings/Regulatory Interaction
2022 BUDGET ESTIMATE
SOUTH GIFFORD ROAD LANDFILL
ITEM
BASIS RATE QUANTITY
ESTIMATED
BUDGET
A. Professional Services
Senior Principal
hr $260 8
$2,080
Project Professional
hr $203 12
$2,436
Subtotal Professional Services
$4,516
C. Reimbursables
Communications Fee
3% labor
0.03 4,516
$135.48
Subtotal Reimbursables
$135.48
TOTAL ESTIMATED BUDGET: PHASE 2
$4.651.48
Geosyntec Consultants
169
XR22024.xlsx
PHASE 3: Annual Pollution Remediation Liabilities Evaluation
2022 BUDGET ESTIMATE
SOUTH GIFFORD ROAD LANDFILL
ITEM
BASIS RATE I QUANTITY
ESTIMATED
BUDGET
A. Professional Services
Senior Principal
hr $260 6
$1,560
Project Professional
hr $203 8
$1,624
Senior Staff Professional
hr $154 16
$2,464
Subtotal Professional Services
$5,648
B. Technical/Administrative Services
Project Administrator
hr 1 $71 1 2
$142
Subtotal Tech nical/Administrative Services
$142
C. Reimbursables
Communications Fee
3% labor
0.03
1 5,790
$173.70
Subtotal Reimbursables
$173.70
TOTAL ESTIMATED BUDGET: PHASE 3
$5,963.70
Geosyntec Consultants
170
PHASE 4: Semi -Annual Sampling Activities
2022 BUDGET ESTIMATE
SOUTH GIFFORD ROAD LANDFILL
ITEM
B.aSIS
RITE
QUANTITY
ESTIMATED
BUDGET
A. Professional Services
Senior Principal
hr
$260
2
$520
Project Professional
hr
$203
14
$2,842
Senior Staff Professional
hr
$154
112
$17,248
Staff Professional
hr
$132
88
$11,616
mts
PHASE 5: Data Evaluation and Semi -Annual Reporting
2022 BUDGET ESTIMATE
SOUTH GIFFORD ROAD LANDFILL
ITEM
BASIS
RATE QUANTITY
ESTIMATED
BUDGET
A. Professional Services
Senior Principal
hr
$260 5
$1,300
Project Professional
hr
$203 28
$5,684
Senior Staff Professional
hr
$154 32
$4,928
Subtotal Professional Services
$11,912
B. Technical/Administrative Services
Designer
hr
$143 16
$2,288
Clerical
hr
$55 4
$220
Subtotal Technical/Administrative Services
$2,508
C. Reimbursables
Communications Fee
3% labor
0.03 $14,420
$432.60
Specialized Computer Applications
hr
$15 16
$240
Subtotal Reimbursables
$672.60
TOTAL ESTIMATED BUDGET: PHASE 5
$15,092.60
Geosyntec Consultants
172