Loading...
HomeMy WebLinkAbout11/22/2022ERc\ BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY FLORIDA COMMISSION AGENDA TUESDAY, NOVEMBER 22, 2022 - 9:00 AM Commission Chambers Indian River County Administration Complex 1801 27th Street, Building A Vero Beach, Florida, 32960-3388 www.ircgov.com COUNTY COMMISSIONERS Susan Adams, District 1 Jason E. Brown, County Administrator Joseph Flescher, District 2 Dylan Reingold, County Attorney Joseph H. Earman, District 3 Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller Deryl Lear, District 4 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.B. INVOCATION Deacon Freddie Woolfork, Progressive Civic League of Gifford 3. PLEDGE OF ALLEGIANCE Commissioner Joseph H. Earman 3.A. OATH OF OFFICE BOARD OF COUNTY COMMISSIONERS -The Honorable David C. Morgan will administer the Oath of Office for Commissioner Joseph E. Flescher -The Honorable Robert L. Pegg will administer the Oath of Office for Commissioner Deryl Loar 3.11. ELECTION OF BOARD OF COUNTY COMMISSION CHAIRMAN 3.C. ELECTION OF BOARD OF COUNTY COMMISSION VICE CHAIRMAN 4. ADDITIONS/DELETIONS TO THE AGENDA / EMERGENCY ITEMS 5. PROCLAMATIONS and PRESENTATIONS November 22, 2022 Pagel of 5 6. APPROVAL OF MINUTES 7. INFORMATION ITEMS FROM STAFF OR COMMISSIONERS NOT REQUIRING BOARD ACTION 8. CONSENT AGENDA 8.A. Approval of a 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 Humane Society MOU Extension Nov 2022 8.B. Treasure Coast Consulting, Inc. Assignment of Agreement re: RFP 2022059 Attachments: Staff Report Agreement Consent to Assignment of Agreement 8.C. FDOT Small County Outreach Program (SCOP) Supplemental Agreement No. 2 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 Supplemental Agreement No. 2 8.D. FDOT Transportation Regional Incentive Program (TRIP) Supplemental Agreement No. 4 for 66th Avenue Roadway Widening (49th Street to 69th Street) FM No. 436379-1-54-01;436379-1-54-02 (IRC -1505) Attachments: Staff Report Authorizing Resolution Supplemental Agreement 9. CONSTITUTIONAL OFFICERS and GOVERNMENTAL AGENCIES 10. PUBLIC ITEMS A. PUBLIC HEARINGS B. PUBLIC DISCUSSION ITEMS 10.B.1. Request to Speak from Bill Rigby re: Community Development Districts Due Process Attachments: Public Discussion Request B. Rigby C. PUBLIC NOTICE ITEMS 11. COUNTY ADMINISTRATOR MATTERS November 22, 2022 Paje 2 of 5 11.A. Medical Examiner Facility Interlocal Agreement Attachments: Staff Report Medical Examiner Facility ILA 11.B. Interim County Administrator --tabled from 11/8/22 Attachments: Staff Report 11.C. Preliminary 2023 Legislative Priorities Attachments: Staff Report State Legislative Program Draft 12. DEPARTMENTAL MATTERS A. Community Development 12.A.1. Consideration of Kessel Medical, Inc's Request for a Local Jobs Grant Attachments: Staff Report Jobs Grant Application Draft Jobs Grant Agreement B. Emergency Services C. General Services D. Human Resources E. Information Technology F. Office of Management and Budget G. Public Works 12.G.1. Florida Department of Transportation (FDOT)Highway Maintenance Memorandum of Agreement (MMOA) for CR510 (85th Street), FM No. 405606-7-52-01 (IRC -2230) Attachments: Staff Report Authorizing Resolution Maintenance Memorandum of Agreement H. Utilities Services 13. COUNTY ATTORNEY MATTERS 13.A. Indian River County Committees - Member Reappointments Attachments: Staff Report Committee Members Term Renewal 221108 Non -Renewal Vacancies List - Term Exp 2023 14. COMMISSIONERS MATTERS November 22, 2022 Page 3 of 5 A. Commissioner Deryl Loar 14.A.1. County Commissioners' Administrative Assistants' Assignments Attachments: Commissioner's Memorandum B. Commissioner Joseph H. Earman 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.B.1. Request for General Funds - PACE Project and Other Community Projects FY2022-23 Attachments: Staff Report Letter from Health Department 15.B.2. Work Order No. 18 to Geosyntec for Segment 3, Cell 3 Site Preparations Attachments: Staff Report Geosyntec Work Order No 18 C. Environmental Control Board 16. ADJOURNMENT November 22, 2022 Page 4 of 5 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.ircgov.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. November 22, 2022 Page 5 of 5 W FA INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Honorable Board of County Commissioners THROUGH: Jason E. Brown, County Administrator FROM: David Johnson, Director Department of Emergency Services DATE: November 16, 2022 SUBJECT: Approval of a 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 the Board of County Commissioners entered into an extension to Memorandum of Understanding (MOU) with the Humane Society Vero Beach & Indian River County Florida Inc., to provide animal shelter services, which commenced on May 1, 2021. The parties have twice extended the MOU, which now expires on November 30, 2022. At this time, both parties wish to extend the current MOU for a period of twelve (12) months, with all other provisions of the MOU for Animal Shelter Services to remain in full force and effect. FUNDING: There is no direct cost for approving the Memorandum of Understanding. During the twelve (12) month term, Indian River County shall pay a flat monthly fee of $43,000 for the services described in the MOU, equaling a total of $516,000 annually. These funds are budgeted and available in General Fund/Agencies/Humane Society, account number 00111062-088310. ACCOUNT NAME ACCOUNT NUMBER ANNUAL AMOUNT General Fund/Agencies/Humane Society 00111062-088310 1 $516,000.00 RECOMMENDATION: Staff is recommending the Board approve and execute the Memorandum of Understanding for Animal Shelter Services between the Humane Society of Vero Beach & Indian River County Florida, Inc., and Indian River County Board of County Commissioners. ATTACHMENTS: 1. Memorandum of Understanding between Humane Society Vero Beach & Indian River County Florida Inc., and Indian River County Board of County Commissioners 1 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 92022, 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 27h 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 have twice extended the Memorandum of Understanding, which now expires on November 30, 2022; and C. The parties wish to extend the Memorandum of Understanding for Animal Shelter Services until November 30, 2023, 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, 2023. 3. All other provisions of the 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. HUMANE SOCIETY OF VERO BEACH & INDIAN RIVER, INC. Signature of Authorized Officer Authorized Officer (Print Name and Title) Page 11 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS M. Peter D. O'Bryan, Chairman Date Approved: Approved: Jason E. Brown County Administrator ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller Deputy Clerk Page 12 Approved as to form and legal sufficiency: Dylan Reingold County Attorney sm INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Department of General Services / `f1,111t1»'� Parks & Recreation Date: November 4, 2022 To: The Honorable Board of County Commissioners Thru: Jason E. Brown, County Administrator Michael C. Zito, Assistant County Administrator From: Beth Powell, Parks and Recreation Director Subject: Treasure Coast Consulting, Inc. Assignment of Agreement re: RFP 2022059 BACKGROUND: On August 16, 2022, the Board of County Commissioners awarded RFP 2022059 to Treasure Coast Consulting, Inc. DBA Treasure Coast Concessions to provide mobile food concession services outline in the RFP. The service areas include North County Aquatic Center, Dick Bird (South County) Regional Park, Gifford Aquatic Center, the Intergenerational Center, and Fran B. Adams (North County) Regional Park. DESCRIPTION AND CONDITIONS: On, October 4, 2022, staff received notification from Thomas Burger, Concessionaire (Treasure Coast Consulting, Inc. DBA Treasure Coast Concessions), that the DBA had been assigned to DeAquino Concessions, Inc. (DeAquino). The owners of DeAquino, Brandon DeAquino and Zoey Patterson, were previously employees of Mr. Burger and conducted concession services at the County facilities under this Agreement. With the DBA assignment and for other personal reasons, Mr. Burger has requested that the Concession Agreement be assigned to DeAquino who now holds the DBA for Treasure Coast Concessions, and who has purchased all business equipment necessary to operate the concession business under DeAquino Concessions, Inc. All other provisions within the Agreement will remain in effect. FUNDING: No funding is required for this Assignment of Agreement and there should be no affect to the revenue produced through this Agreement. RECOMMENDATION: Staff respectfully requests that the Board of County Commissioners approve the Consent to Assignment of Agreement to DeAquino Concessions, Inc. and authorize the Chair to execute the same after review and approval by the County Attorney. ATTACHEMENTS: 1. Agreement — Indian River County and Treasure Coast Consulting, Inc. DBA Treasure Coast Concessions, dated August 16, 2022 2. Consent to Assignment of Agreement Between Indian River County, Treasure Coast Consulting, Inc., and DeAquino Concessions, Inc. APPROVED AGENDA ITEM FOR NOVEMBER 22, 2022 4 AGREEMENT THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called COUNTY) and Treasure Coast Consulting, Inc. DBA Treasure Coast Concessions (hereinafter called CONCESSIONAIRE). COUNTY and CONCESSIONAIRE, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1- WORK Concessionaire shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Concession services ARTICLE 2 - THE PROJECT The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: Concession Services at County Recreation Facilities RFP Number: RFP 2022059 Project Address: Primarily at the North County Aquatic Center ("NCAC") located at 9450 95th Street (CR 512), Sebastian, Florida, Gifford Aquatic Center ("GAC") at 4895 43rd Ave, Vero Beach Florida, Intergenerational Recreation ("IG") Facility located at 1590 9th Street SW, Vero Beach, Florida, and Dick Bird Park at 800 20th Ave SW and Fran B. Adams Park at 9450 CR 512, Sebastian, Florida. Additional sites and events may be added, as needed. ARTICLE 3 - CONTRACT TERM The term of this agreement is three years ("Initial Term"), with two one-year extensions ("Renewal Terms") subject to CONCESSIONAIRE acceptance and determination renewal is in the best interest of the County. The parties rnay agree to alter time periods and locations at which food service will be provided at one or more of the Parks during those times of year when park attendance is low or minimal. The County shall make the ultimate determination in its sole discretion as to whether Concessionaire is permitted to provide concession services on any County owned property. ARTICLE 4 - PAYMENTS Concessionaire shall pay the County a flat daily fee ("License Fee") by location, as detailed in their proposal and summarized in the following table. The License Fee shall be due at the close of business by the 7"' business day of each applicable month (the "Due Date"). License Fee payments will be made by business check and will be mailed or given directly to the Indian River County Recreation Department, 1800 27th Street, Vero Beach, Florida 32960-03.10, on the Due Date. Payment shall be past due after the 7th business day of each month, with a $10 penalty assessed for each day payment is delinquent. 5 Facility Daily Fee Daily Schedule — Tournament Fee (per day) NCAC $75 9 a.m.-4:30 p.m. daily during school breaks and during swim meets and special Olympics events; weekends only during school. N/A GAC $20 _ 5 days per week (weekdays) N/A iG $30 Upon request N/A Dick Bird Park $20 Upon request $100 Commissioner Fran Adams Park $20 Upon request $100 ARTICLES —ACCOUNTING PROCEDURE Concessionaire will provide a monthly worksheet for each location showing days worked and fee calculation, which will be reviewed by County. ARTICLE 6 - USE OF PREMISES Concessionaire shall operate the Concession, which Concession shall be limited solely to the sale of menu items approved by the Indian River County Parks and Recreation Director, or designee. No other goods or services shall be offered or sold by the Concessionaire without the prior written approval of the Indian River County Parks and Recreation Director, or designee. It is specifically agreed and understood that the use herein set forth shall be the only use allowable under the Agreement and that any variance in such use shall require the written consent of the County. The location of the Concession at each of the Parks shall be determined by the County in its sole discretion. The Concession may not operate after the general hours of operation of the Parks unless the County provides otherwise. Periodically, the North County Aquatic Center closes for swim meets and other private functions not open to the general public, and Concessionaire agrees that Concession will not be open during those times, unless otherwise agreed by the parties. County may utilize, and/or allow patrons renting a facility to utilize, other food service vendors. Additionally, vending machines are or may be in place at various sites, and will not be powered off, altered or blocked from use in favor of Concessionaire. Finally, patrons will not be prohibited from bringing their own food and beverages, unless in violation of the use allowed at the facility. ARTICLE 7 - DUTIES OF CONCESSIONAIRE Concessionaire agrees as follows: a. To maintain an inventory sufficient to satisfy the demands and needs of the public. b. To secure and maintain all licenses, insurance, and permits required and to pay when due all taxes and assessments which shall be imposed or assessed by governmental units in connection with the business or operation conducted pursuant to the provisions of this Agreement and to otherwise comply with all applicable laws, ordinances, rules, regulations, or policies established by the County or local, state and federal governmental 1.1 unit or authority. C. To provide service to the public in accordance with an operating schedule approved by the Indian River County Parks and Recreation Director, or designee, for the period of the Initial Term or Renewal Term, as applicable, of this Agreement. Said schedule shall not be modified or altered without written approval of the Indian River County Parks and Recreations Director, or his designee. The cost to purchase the food items shall be posted and in full view of the public. d. To maintain equipment in good working condition and appearance of equipment must meet standards that will not conflict with the overall decorum of the Parks. To have background checks completed on every new employee to ensure the safety of the public. L To establish rules regarding customer service if and when required, subject to approval of the Indian River County Parks and Recreation Director, or designee. g. To maintain good public relations, to conduct said Concession in a manner which is courteous and fair to the public and to be responsive to customer's requests and complaints. h. To cooperate fully with County officials in all matters relating to the Concession and the recreation complex of which they are a part. To purchase and install any equipment required for operation of the Concession. j. To notify the County immediately in writing of any potentially hazardous condition existing on or about the Concession or the Parks. ARTICLE 6 — DUTIES OF COUNTY County agrees as follows: Concession. To make available to Concessionaire water and electricity connections for operation of the To provide adequate collection and disposal of garbage by a dumpster located on site. C. To provide access to the Parks during normal operating hours to the best of its ability, subject to the right of the County or any other governmental authority to temporarily restrict or deny access to said facility for the purpose of constructing, installing, operating or maintaining any public facility, including, but not limited to, public works and public utilities, or for the purpose of performing any other governmental function. The Indian River County Parks and Recreation Director, or his designee, shall administer the County's interest in said Concession. ARTICLE 9 — MISCELLANEOUS 10.1 Improvements. Concessionaire agrees that improvements made by him/her shall be at his/her expense and shall have the prior written approval of the Indian River County Parks and Recreation Director, or designee, 7 and all regulatory agencies where applicable. 10.2 Indemnification and Insurance. Concessionaire shall defend, indemnify and hold harmless the County and its commissioners, officers, employees and agents, from any and all losses, damages, expenses (including reasonable attorneys fees) and other liabilities of any type whatsoever, arising out of or relating to any negligence, intentional tort, breach of contract, or breach of applicable law by the Concessionaire, or its employees, agents, subcontractors, or other persons or entities performing work under this Agreement. The Concessionaire agrees to provide and maintain at all times during the Term , and if applicable, the Renewal Term of this Agreement, without cost or expense to the County, policies of insurance generally known as comprehensive general liability policies insuring the Concessionaire against any and all claims, demands, or clauses of action whatsoever for the injuries received and damage to property incurred in connection with the use, occupation and management or control of the property and any improvements thereon by Concessionaire. Such policies of insurance shall insure the Concessionaire in the amount not less than $1,000,000.00 to cover any and all liability claims arising in connection with any particular accident or occurrence. Such liability policies shall provide that the County is an additional insured. The County shall be notified in writing of any reduction, cancellation or substantial change of policy or policies at least thirty (30) days prior to the effective date of such action. The Concessionaire shall provide the described insurance on policies and with insurers acceptable to the County and licensed and authorized under the laws of the State of Florida. These insurance requirements shall not relieve or limit the liability of the Concessionaire. The County does not in any way represent that these types or amounts of insurance are sufficient or adequate to protect the Concessionaire's interest or liabilities, but are merely minimums. A certificate of insurance indicating that the Concessionaire has coverage in accordance with the requirements of the Agreement shall be furnished by the Concessionaire to the Indian River County Parks and Recreation, prior to commencement of operations in the Parks. All personal property housed or placed at the Parks shall be at the risk of Concessionaire, and the County shall have no liability for any damage or loss to any personal property located thereon for any cause whatsoever. The Concessionaire agrees and understands that the County does not and shall not carry liability, fire, or theft insurance on the operation of these facilities to cover the Concessionaire's interest therein. The Concessionaire further agrees and understands that no storage will be made available for his/her use, unless a negotiated monthly rent has been negotiated [if agreement is for Commissioner Fran B. Adams Park, NCAC or GAC]. 10.3. Covenants Against Assignment and Subletting. The Concessionaire shall not assign any portion of the Agreement nor allow same to be assigned by operation of law without the express written approval of the County 10.4 Independent Contractor. The Concessionaire shall perform the conditions of this Agreement as an independent contractor and nothing herein shall be construed to be inconsistent with this relationship or status. Nothing in the Agreement shall be in any way construed to constitute the Concessionaire or any of his agents or employees as the agent, employee, or representative of the County. 10.5 Additional Locations. Upon written agreement by the parties, this Agreement may include additional concession locations at various other county parks. The terms of this Agreement shall form the basis of any future 4 written document, notwithstanding that a different term, location, and hours of operation would apply. 10.6 Attorney's Fees. In the event of any legal action to enforce the terms of this Agreement each party shall bear its own attorney's fees and costs. 10.7 Concessionaire 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. Concessionaire is also responsible for obtaining proof of E -Verify registration and utilization for all subcontractors. 10.8 Governing Law. This Agreement shall be deemed to have been executed and entered into in the State of Florida and this Agreement, and any dispute arising hereunder, shall be governed, interpreted and construed according to the laws of the State of Florida. 10.9 Venue. Venue for any legal action brought by any party to this Agreement to interpret, construe or enforce this Agreement shall be in a court of competent jurisdiction in and for Indian River County, Florida, and any trial shall be non -jury. 10.10 Public Entity Crimes. 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 a public entity, and may not transact business with any public entity in excess of Category Two for a period of thirty-six (36) month from the date of being placed on the convicted vendor list. Concessionaire represents and warrants that no fact or circumstance exists which constitutes a violation of the above prohibitions. 10.11 Modification. No modification of this Agreement shall be binding on the County or the Concessionaire unless reduced to writing and signed by a duly authorized representative of the County and the Concessionaire. 10.12 Emergencies. in the case of a declared emergency in Indian River County by the Board of County Commissioners, the County retains the right to immediately resume occupation, management, and maintenance of the facility, to use the facility to meet any emergency needs of the citizens of Indian River County for the period of that emergency and a reasonable period of time thereafter as deemed necessary by the County. 10.13 Force Majeure. Neither the County nor the Concessionaire shall be considered in breach of this Agreement to the extent that performance of their respective obligations (excluding payment obligations) is prevented by an Event of Force Majeure that arises after the effective date of this Agreement. An "Event of Force Majeure" shall include, but not be limited to an act of God (such as, but not limited to, fires, explosions, earthquakes, drought, tidal waves and floods); war, hostilities (whether declared or not), invasion, act of foreign enemies, mobilization, requisition, or embargo; rebellions, revolution, insurrection, or military or usurped power, or civil war; contamination by radioactivity from any nuclear fuel, or from any nuclear waste from the combustion of nuclear fuel, radioactive toxic explosive, or other hazardous properties of any explosive nuclear assembly or nuclear component of such assembly; riot, commotion, strikes, go slows, lock outs or disorder, unless solely restricted to employees of any supplier or of its subcontractors; or acts or threats of terrorism. 10.14 Public Records Compliance. Indian River County is a public agency subject to Chapter 119, Florida Statutes The Concessionaire shall comply with Florida's Public Records Law. Specifically, the Concessionaire shall: (1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Concessionaire does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Concessionaire or keep and maintain public records required by the County to perform the service. If the Concessionaire transfers all public records to the County upon completion of the contract, the Concessionaire shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Concessionaire keeps and maintains public records upon completion of the contract, the Concessionaire shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONCESSIONAIRE HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONCESSIONAIRE'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords@ircgov.com Indian River County Office of the County Attorney 180127th Street Vero Beach, FL 32960 C. Failure of the Concessionaire to comply with these requirements shall be a material breach of this Agreement. 11: TERMINATION OF CONTRACT This Agreement may be terminated by the County in its sole discretion and shall be effective immediately upon written notice to Concessionaire. Upon termination of this Agreement, the Concessionaire shall immediately remove any personal property. Any property not removed within five (5) days after termination shall become the property of the County. Concessionaire certifies that it and those related entities of respondent as defined by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is for goods or services of one million dollars or more, CONTRACTOR certifies that it and those related entities of respondent as defined above by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. 10 OWNER may terminate this Contract if CONTRACTOR is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. OWNER may terminate this Contract if CONTRACTOR, including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies, that exist for the purpose of making profit is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on August 16, 2022. OWNER: s y/0% CONCESSIONAIRE: INDIAN RIVER COUNTY Treasure c,°J ^LFTs; Treasure Coast Consulting, Inc. DBA Treasure Coast * �t1 ,Concession By: yk�r ` By Peter 8 an, Cha;y'' �> . ��� (Con ssion it By: — v ""' (CORPORATE SEAL) Jason E Br n, County Administrator Attest APPROVED AS TO FORM AND LEGAL FFICIENCY: By: Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comptroller Attest: Deputy Clem (SEAL) Designated Representative: Name: Elizabeth Powell Title: Parks and Recreation Director Address: 1800 271h Street, Vero Beach, FL 32960 Phone: 772.226.1873 Email; bpowell@ircgov.com tl (If Concessionaire is a corporation or a partnership, attach evidence of authority to sign.) Designated Representative: Name: Thomas J. Burger Title: President Address: 2585 Little Eagle Lane SW Vero Beach, FL 32962 Phone: (772) 453-9322 Email: tjburger60@yahoo.com 11 12 CONSENT TO ASSIGNMENT THIS CONSENT TO ASSIGNMENT (this "Consent") is made and effective this day of November, 2022 by Indian River County ("County") in favor of DeAquino Concessions, Inc., a Florida corporation ("DeAquino"). Whereas, County entered into an Agreement with Treasure Coast Consulting, Inc. DBA Treasure Coast Concessions for Concession Services at county Recreation Facilities, effective August 16, 2022 (the "Agreement"); and Whereas, Treasure Coast Consulting, Inc. DBA Treasure Coast Concessions wishes to assign the Agreement to DeAquino; and Whereas, County is agreeable to the assignment of the Agreement to DeAquino, NOW THEREFORE, in consideration of the mutual undertakings herein and other good and valuable consideration, the receipt and adequacy of which is hereby acknowledged, the parties agree, as follows: 1. Recitals. The above recitals are true and correct and are incorporated herein. 2. Consent to Assignment. County consents to the assignment of the Agreement to DeAquino. 3. All other provisions of the Agreement shall remain in full force and effect. IN WITNESS WHEREOF, the parties have executed this instrument this _ day of November, 2022. DeAquino Concessions, Inc. By: Printed Name: Title: Treasure Coast Consulting, Inc. DBA Treasure Coast Concessions By: Thomas Burger, President Page 1 of 2 13 INDIAN RIVER COUNTY, FLORIDA , Chairman Board of County Commissioners Date Approved: ATTEST: Jeffrey R. Smith Clerk of the Court and Comptroller Lo APPROVED AS TO FORM: Dylan Reingold, Esq. County Attorney Page 2 of 2 14 9( 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. 2 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: November 14, 2022 DESCRIPTION AND CONDITIONS On April 13, 2021, the Board of County Commissioners approved 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 6' Avenue from SR-5/US 1 to 21" 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 bythe FDOT on May 3, 2021. Supplemental Agreement No. 1 was approved by the Board on June 14, 2022 to revise the project cost to $2,568,253.50 and increase FDOT funding by $400,000. The FDOT has requested Indian River County execute and deliver to the FDOT SCOP Supplemental Agreement No. 2 to update deliverables for CEI classifications for the project. A Resolution authorizing the Board of County Commissioners to execute FDOT SCOP Supplemental Agreement No. 2 is requested as well. ;<1►17Mo 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/6T" Avenue Resurfacing US1 to 21" Street. RECOMMENDATION Staff recommends the Board approve the Supplemental Agreement No. 2 (FM No. 438074-1-54-01) and Resolution and authorize the Chairman to execute the same. ATTACHMENTS Authorizing Resolution FDOTSmall County Outreach Program (SCOP) Supplemental Agreement No. 2 FM No. 438074-1- 54-01 APPROVED AGENDA ITEM FOR NOVEMBER 22. 2022 15 C:\Granicus\Legistar5\L5\Temp\03 ce01 c8 -48a 1-47b5-a752-5460b506df49.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. 2 WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION FOR CONSTRUCTION (MILLING AND RESURFACING) AND CONSTRUCTION ENGINEERING INSPECTION (CEI) SERVICES FOR 6TH AVENUE FROM SR-S/US-1 TO 21ST STREET. WHEREAS, the milling and resurfacing of 6th Avenue from SR5/US-1 to 2111 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 6' 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. 2 to update deliverables for CEI classifications; and 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. 2 for the aforementioned project. The foregoing resolution was offered by Commissioner motion was seconded by Commissioner follows: Susan Adams Joseph E. Flescher Joseph H. Earman Deryl Loar 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 , 2022. BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA By , Chairman Attest: Jeffrey R. Smith, Clerk of Court and Comptroller Deputy Clerk Approved as to Form and Legal Sufficiency William D. DeBraal, Deputy County Attorney C AGranicusU.egi star5\L5\Temp\73 a98 ad7-a283 -463 c-967e-05e08ba53 75.doc day of lL STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STATE -FUNDED GRANT SUPPLEMENTAL AGREEMENT SUPPLEMENTAL NO. CONTRACT NO. G1 W57 FPN 438074-1-54-01 Recipient: Indian River County This Supplemental Agreement ("Supplemental"), dated 525-010-60 PROGRAM MANAGEMENT 12/18 Page 1 of 1 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: The deliverables stated in Exhibit A in the Supplemental Agreement #1 dated June 16, 2022 are hereby deleted and replaced with Exhibit A deliverables of this SA #2. Reason for this Supplemental and supporting engineering and/or cost analysis: Due to a Project review, the Deliverables need to be updated to include the proper CEI classifications. IN WITNESS WHEREOF, the parties have caused these presents to be executed the day and year first above written. RECIPIENT: Indian River County By Name: Title: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION By: Name: Steven C. Braun, P.E, Title: Director of Transportation Development Legal Review: 17 EXHIBIT A DELIVERABLES 438074-1-54-01 6TH AVENUE FROM SR-5/US-1 TO 21ST STREET Pay Item No. Item Description Quantity Unit 01010 MOBILIZATION 1 LS 01021 MAINTENANCE OF TRAFFIC 1 LS 01041 EROSION CONTROL 1 LS 011011 STANDARD CLEARING AND GRUBBING 13.5 AC **0110 4 10 REMOVAL OF EXISTING CONCRETE PAVEMENT/REMOVAL OF EXISTING CONCRETE 1,220 SY 01201 REGULAR EXCAVATION 313 CY 01206 EMBANKMENT 156 CY 01604 STABILIZATION TYPE B 20 SY 02861 TURNOUT CONSTRUCTION/DRIVEWAY BASE - OPTIONAL MATERIALS 20 SY 0327 70 6 MILLING EXISTING ASPHALT PAVEMENT (1-1/2" AVG DEPTH) 39,457 SY 0337783 0337783 ASPHALTIC CONCRETE FRICTION COURSE (TRAFFIC C) (FC 12.5) (PG 76- 6- 22) 4,053.2 TN 0400011 CONCRETE CLASS NS, GRAVITY WALL 1.33 CY **0425 6 VALVE BOXES, ADJUST 15 EA 0425 15 52 INLET TOP, REPLACE, DITCH BOTTOM INLET 1 EA 051512 PIPE HANDRAIL - GUIDERAIL,ALUMINUM 14 LF 0520110 CONCRETE CURB & GUTTER, TYPE F 879 LF 05222 CONCRETE SIDEWALKS & DRIVEWAYS, 6" THICK (3,000 PSI FIBERMESH REINFORCED) 3,158 SY 05272 DETECTABLE WARNINGS 948 SF 0570 1 2 PERFORMANCE TURF, SOD (BAHIA) 1,533 SY **0630 2 11 CONDUIT, FURNISH & INSTALL, OPEN TRENCH 3,044 LF **0630 2 12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE 7,870 LF **0632 7 1 SIGNAL CABLE - NEW OR RECONSTRUCTED INTERSECTION, FURNISH & INSTALL 3 PI **0633 1 123 FIBER OPTIC CABLE, F&I, UNDERGROUND, 49-96 FIBERS 12,918 LF **0635 2 11 PULL & SPLICE BOX, F&I, 12" x 24" COVER SIZE 54 EA **0635 2 12 PULL & SPLICE BOX, F&I, 24" x 36" COVER SIZE 25 EA **0635 2 13 PULL & SPLICE BOX, F&I, 30" x 60" RECTANGULAR OR 36" ROUND COVER SIZE 7 EA 0646111 ALUMINUM SIGNALS POLE, PEDESTAL 4 EA 0646112 ALUMINUM SIGNALS POLE, FURNISH & INSTALL PEDESTRIAN DETECTOR POST 5 EA 0646160 ALUMINUM SIGNALS POLE, REMOVE 4 EA 0653111 PEDESTRIAN SIGNAL, FURNISH & INSTALL LED COUNTDOWN, 1 WAY 7 AS 0653112 PEDESTRIAN SIGNAL, FURNISH & INSTALL LED COUNTDOWN, 2 WAYS 4 AS 0653160 PEDESTRIAN SIGNAL, REMOVE PED SIGNAL-POLE/PEDESTAL TO REMAIN 9 AS 0665111 PEDESTRIAN DETECTOR, FURNISH & INSTALL, STANDARD 15 EA 0665140 PEDESTRIAN DETECTOR, RELOCATE 1 EA 0665150 PEDESTRIAN DETECTOR, ADJUST/MODIFY ON EXISTING POLE 1 EA 0665160 PEDESTRIAN DETECTOR, REMOVE-POLE/PEDESTAL TO REMAIN 8 EA **0676 1 500 TRAFFIC SIGNAL CONTROLLER CABINET, ADJUST/MODIFY 3 EA 0700111 SINGLE POST SIGN, F&I GROUND MOUNT, UP TO 12 SF 20 AS 0700150 SINGLE POST SIGN, RELOCATE 6 AS 070611 RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS 699 EA 071090 PAINTED PAVEMENT MARKINGS, FINAL SURFACE 1 LS 071111123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR CROSSWALK AND ROUNDABOUT 2,894 LF 071111125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" FOR STOP LINES AND CROSSWALK 674 LF 071111160 THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL 71 EA 0711 11170 THERMOPLASTIC, STANDARD, WHITE, ARROWS 34 EA 07111124 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" FOR DIAGONALS AND CHEVRONS 221 LF 0711 16101 THERMOPLASTIC, STANDARD -OTHER SURFACES, WHITE, SOLID, 6" 3.410 GM 0711 16131 THERMOPLASTIC, OTHER SURFACES, WHITE, SKIP, 6",10-30 SKIP OR 3-9 LANE DROP 0.032 GM 0771 16201 THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW, SOLID, 6" 3.444 GM 0711 16231 THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW, SKIP, 6" 0.112 GM **1080 21108 UTILITY FIXTURE, VALVE BOX, FURNISH & INSTALL, 8" 41 EA **0999 1 AS BUILT DRAWINGS (BY REGISTERED SURVEYOR) 1 LS **999-25 FORCE ACCOUNT 1 LS (**) = Non -Participating items CEI CLASSIFICATIONS Sr. Project Engineer Project Administrator Contractor Support Specialist Sr. Inspector Inspector W 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) Supplemental Agreement No. 4 for 66th Avenue Roadway Widening (491h Street to 69th Street) FM No. 436379-1-54-01;436379-1-54-02 (IRC -1505) DATE: November 14, 2022 DESCRIPTION AND CONDITIONS On May 7, 2019 the Board of County Commissioners approved Resolution No. 2019-034 and a Transportation Regional Incentive Program (TRIP) Agreement with the Florida Department of Transportation (FDOT) for the widening of 66th Avenue from a two-lane to a four -lane divided highway from 491h Street to 69th Street as well as for Construction Engineering Inspection (CEI) services with an estimated cost of the project of $36,700,692.00. The FDOT TRIP grant amount was originally approved for $4,747,018.00 with the County's cost share to be $31,953,674.00 and the agreement was executed by the FDOT on May 22, 2019. Three Supplemental Agreements have been approved by the BCC and the FDOT, revising the estimated cost of the project to $37,226,671.00 and increasing the grant amount total to $18,613,335.00 for construction and CEI costs with the County's cost share to be $18,613,336.00 and extending the completion time until December 31, 2023. The FDOT has requested Indian River County execute and deliver to the FDOT Supplemental Agreement No. 4 to update the deliverables for CEI classifications for the project. A Resolution authorizing the Board of County Commissioners to execute FDOT Supplemental Agreement No. 4 is requested as well. FUNDING There is no additional funding required for Supplemental Agreement No. 4. Funding for the project is programmed into the 22/23 Capital Improvement Element, which is scheduled to be presented to the Board on December 6, 2022. Account Name Account Number Amount Traffic Impact Fees/District 2 Roads/Construction Progress/66th Ave/49th St - 69th St 10215241-066510-07806 $5,818,991.00 Optional Sales Tax/66th Ave/49th St - 69th St 31521441-066510-07806 $12,794,345.00 FDOT Grant Funding per FDOT TRIP Agreements Reimbursable Amount $18,613,335.00 Estimated Cost of Project: $37,226,671.00 20 Page Two FDOT TRIP SA No. 4 for 66`h Ave (IRC -1505) For BCC Meeting November 22, 2022 RECOMMENDATION Staff recommends the Board of County Commissioners approve FDOT Transportation Regional Incentive Program (TRIP) Supplemental Agreement No.4 and Authorizing Resolution and authorize the Chairman to execute the same. ATTACH M FNTS 1. Authorizing Resolution 2. FDOTTRIP Supplemental Agreement No. 4 FM No. 436379-1-54-01 & 436379-1-54-02 APPROVED AGENDA ITEM FOR NOVEMBER 22, 2022 21 CAGranicus\Legistar51S.5\Tem,ti 2fa54e7-1004-4242-a905-cf5et75aa19d.doc RESOLUTION NO. 2022 - RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA AUTHORIZING THE CHAIRMAN'S EXECUTION OF TRANSPORTATION REGIONAL INCENTIVE PROGRAM SUPPLEMENTAL AGREEMENT NO. 4 WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION FOR 66TH AVENUE ROADWAY WIDENING FROM 49TH STREET TO 69TH STREET FOR CONSTRUCTION AND CONSTRUCTION ENGINEERING INSPECTION (CEI) SERVICES WHEREAS, the widening of 66th Avenue from a two-lane to a four -lane divided highway from 49th Street to 6911 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 66' Avenue from a two-lane to a four -lane divided highway from 49th Street to 69th Street and all ancillary construction work, as well as construction engineering inspection (CIE) services under the Transportation Regional Incentive Program (TRIP); 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, Transportation Regional Incentive Supplemental Agreement No. 4 for to update deliverables for CEI classifications; and 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, Transportation Regional Incentive Program Supplemental Agreement No. 4 for the aforementioned project. The foregoing resolution was offered by Commissioner motion was seconded by Commissioner follows: Susan Adams Joseph E. Flescher Joseph H. Earman Deryl Loar 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 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 22 C:\Crranicus\Legistar5\L5 \Temp\fd5a22da-b62c-4dbc-9Oe2-628e46f38614.doc STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STATE -FUNDED GRANT SUPPLEMENTAL AGREEMENT SUPPLEMENTAL NO. 4 CONTRACT NO. G1952 FPN 436379-1-54-01/02 Recipient: Indian River County This Supplemental Agreement ("Supplemental"), dated 525-010-6D PROGRAM MANAGEMENT 12/1;4 Page 1 of 1 arises from the desire to supplement the State -Funded Grant Agreement ("Agreement') entered into and executed on May 22, 2019 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: The deliverables stated in Exhibit A in the Supplemental Agreement #3 dated November 5, 2021 are hereby deleted and replaced with the Exhibit A deliverables of this SA #4. Reason for this Supplemental and supporting engineering and/or cost analysis: Based on a project scope review, this supplemental updates the deliverables to include the CEI classifications necessary for the project. IN WITNESS WHEREOF, the parties have caused these presents to be executed the day and year first above written. RECIPIENT: Indian River County By: Name: Title: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION By: Name: Steven C. Braun P.E. Title: Director of Transpoertation Development Legal Review: 23 EXHIBIT A DELIVERABLES 66th AVENUE ROWADWAY WIDENING FROM 49TH STREET TO 69TH STREET INDIAN RIVER COUNTY, FL FM# 436379.1.54.01. 436379-1-54.02 (') = Non -Participating Items (`) = Converting to Lump Sum 24 ITEM ESTIMATED NIT UNIT PHASE 1A: STA 294+93 TO STA 354+00 ROADWAY IMPROVEMENTS 101-1 MOBILIZATION 1 LS 102-1 MAINTENANCE OF TRAFFIC 1 LS `102-14 TRAFFIC CONTROL OFFICER OFF DUTY 500 PH 'IRC 1 FIELD OFFICE 1 LS 104-2 PREVENT CONTROL & ABATEMENT OF EROSION AND WATER POLLUTION 1 LS 110-1-1 CLEARING AND GRUB13ING 1 LS 110-7-1 MAILBOX F&I 3 EA 120-1 REGULAR EXCAVATION 5801 CY 120-4 SUBSOIL EXCAVATION 1000 CY 120-5 CHANNEL EXCAVATION LAKE EXCAVATION 35755 CY 120-6 EMBANKMENT COMPACTED IN PLACE 89721 CY 121-70 FLOWABLE FILL 1011 CY 16OA TYPE B STABILIZATION SHOULDER (LBR -40 82243 SY 285-7-09 OPTIONAL BASE BASE GROUP 09 64018 SY 286-1 TURNOUT CONSTRUCTION 619 SY 286-2 TURNOUT CONSTRUCTION - ASPHALT 135 TN 334-1-13 SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC C 1-3/4" THICK 6162 TN 337-7-82 TYPE FG -9.5 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C, PG 76-22, PMA 1-1/4" THICK 4401 TN 339-1 MISCELLANEOUS ASPHALT PAVEMENT 56 TN 350-3-1 PLAIN CEMENT CONCRETE 8' 743 SY 400-1-2 CONCRETE CLASS I ENDWALLS 18 CY 425-1-351 INLET, CURB, TYPE P-5, ,10' 8 EA 425-1-361 INLET CURB. TYPE P-6 <10' 13 EA 425 -IASL INLET, CURB, TYPE J-5, <10' 3 EA IRC 3 CONFLICT STRUCTURE 2 EA 425-1-461 INLET, CURB, TYPE J-6 < 10' 4 EA 425-1-521 INLET, DITCH BOTTOM, TYPE C < 10' 6 EA IRC2 CONTROLSTRUCTURE 3 EA 425-2-41 MANHOLES, P-7 < 10' 3 EA 425-2-71 MANHOLES J-7 < 10' 1 EA 425-2-72 MANHOLES J-7, > 10' 1 EA 425-2-73 MANHOLES J-7, PARTIAL 1 EA 430-175.118 PIPE CULVERT, OPTION MATERIAL, ROUND, 18"S/CD RCP 2356 LF 430-175-118A PIPE CULVERT. OPTION MATERIAL ROUND, 18"S/CD CAP 140 LF 430-175-124 PIPE CULVERT. OPTION MATERIAL. ROUND. 24"S/CO (RCPlI 1191 LF 430-175-124A PIPE CULVERT, OPTION MATERIAL ROUND 24"S/CD CAP 60 LF 430-175-130 PIPE CULVERT. OPTION MATERIAL. ROUND. 30"S/CD RCP 1398 LF 430-175-130A PIPE CULVERT. OPTION MATERIAL, ROUND, 30"S/CD CAP 20 LF 430-175-136 PIPE CULVERT. OPTION MATERIAL, ROUND, 36"S/CD RCP 799 LF 430-175-142 PIPE CULVERT. OPTION MATERIAL, ROUND, 42"S/CD (RCP) 600 LF 430-175-148 PIPE CULVERT. OPTION MATERIAL ROUND. 48"S/CD RCP 392 LF 430-175-360 PIPE CULVERT. OPTION MATERIAL, ROUND, 48" X 76" S/CD RCP 197 LF 430-175-160 PIPE CULVERT. OPTION MATERIAL, ROUND, 60"S/CD RCP 80 LF 430-175-166 PIPE CULVERT OPTION MATERIAL ROUND 66" S/CD RCP 141 LF 430-175-175 PIPE CULVERT OPTION MATERIAL ROUND 72" S/CD RCP 64 LF IRC 4 PIPE CULVERT, SCHEDULE 80 PVC ROUND, 8" 31 LF 430-982-125 MITERED END SECTION RCP 18" 18 EA 440-1-10 UNDERDRAIN WITH SOCK FILTER 4" DIAMETER 697 LF 440-1-10A UNDERDRAIN WITH SOCK FILTER 8" DIAMETER 257 LF 440-7-34 UNDERDRAIN WITH SOCK FILTER 10" DIAMETER 27 LF 440-7-35 UNDERDRAIN WITH SOCK FILTER 12" DIAMETER 48 LF 514-71-2 PLASTIC FILTER FABRIC STABILIZAI ION 351 SY 520-1-7 CONCRETE CURB AND GUTTER TYPE E MODIFIED 368 LF 520-1-10 CONCRETE CURB AND GUTTER, TYPE F 24341 LF 522-2 CONCRETE SIDEWALK FIBER REINFORCED 6" THICK 5572 SY `523-2 PATTERNED PAVEMENT CONCRETE NON -VEHICULAR AREAS 3160 SY 527-2 DETECTABLE WARNINGS 80 SF 530-3-3 RIPRAP, RUBBLE, BANK AND SHORE 1156 TN 5361-1 GUARDRAIL ROADWAY INCLUDES PIPE RAIL FULL LENGTH 1867 Lf 536-8 GUARDRAIL -BRI EANCHORINGASSEMBLY,FURNISH AND INSTALL 1 EA 53673 GUARDRAIL REMOVAL 280 LF (') = Non -Participating Items (`) = Converting to Lump Sum 24 EXHIBIT A DELIVERABLES 66th AVENUE ROWADWAY WIDENING FROM 49TH STREET TO 69TH STREET INDIAN RIVER COUNTY, FL FM8d16179.1-5d-01 L4G379-7.6A.n9 (') = Non -Participating Items (") Converting to Lump Sum 25 ITEM ESTIMATED QTYS UNIT 536-82 GUARDRAIL ANCHORAGE- CONCRETE BARRIER WALL 3 EA 536-85-24 GUARDRAIL END ANCHORAGE ASSEMBLY- PARALLEL 3 EA 536-85-25 GUARDRAIL END ANCHORAGE ASSEMBLY- TYPE II 2 EA IRC 5 FENCE, RELOCATE EXISTING 502 LF 550-10-222 FENCING TYPE B. 5.1-8A' WMNYL COATING 3325_ LF 550-60-214 FENCE GATE, TYPE B SINGLE, 18.1-20.00' OPENING 6 EA 570-1-1 PERFORMANCE TURF —,SOD 1 (BAHIA) 85449 SY 570-1-2 PERFORMANCE TURF -SOD 2 ST. AUGUSTINE 14680 SY 'COMBINED LANDSCAPING 1 LS '59070 IRRIGATION SYSTEM COMPLETE 1 LS 7001-5 SINGLE POST SIGN RELOCATED 2 1 AS 700-1-60 SINGLE POST SIGN. REMOVED 20 AS 700-20-11 SINGLE POST SIGN F81, GROUND MOUNT, UP TO 12 SF 27 AS 700-20-13 SINGLE POST SIGN F8i GROUND MOUNT 21-30 SF 4 AS 706-3 RETRO -REFLECTIVE PAVEMENT MARKERS BI-DIR AMBERIAMBER 880 EA 706-3A RETRO -REFLECTIVE PAVEMENT MARKERS BI-DIR WIIITE/RED 445 EA 711-11-111 THERMOPLASTIC, STANDARD, WHITE, SOLID, 6" 4.09 NM 711-11-112 THERMOPLASTIC STANDARD WHITE SOLID 8" 0.513 NM 711-11-123 THERMOPLASTIC. STANDARD, WHITE, SOLID, 12" 683 LF 711-11-124 THERMOPLASTIC, STANDARD, WHITE. SOLID, 18" 715 LF 711-11-125 ITHERMOPLASTIC. STANDARD. WHITE, SOLID, 24" 136 LF 711-11-131 THERMOPLASTIC, STANDARD, WHITE SKIP, 6", 10.30 SKIP 2.132 GM 711-11-131A THERMOPLASTIC STANDARD WHITE SKIP 6" 6-10 SKIP 2559 LF 711-14-170 THERMOPLASTIC STANDARD WHITE ARROW 28 EA 711-14-170A THERMOPLASTIC, STANDARD. WHITE ARROW. U-TURN 23 FA 711-11-211 THERMOPLASTIC STANDARD YELLOW SOLID 6" 3.95 NM 711-11-224 THERMOPLASTIC. STANDARD. YELLOW, SOLID, 18" 202 LF 711-11-241 ITHERMOPLASTIC, STANDARD. YELLOW, DOTTED/GUIDELINEI6-10 GAP EXTENSION, 6" 1764 LF '1050-11-224 12" PVC REUSE WATER MAIN 670 LF '1050-11-424 12'DIP REUSE WATER MAIN 90 LF •1080 1125 2" AIR RELEASE VALVE 1 EA 'IRC 6 CAP AND GROU 1 EXIS TING 12" REUSE MAIN 294 LF 'IRC 7 REMOVE AND DIPOSE OF EXISTING 12" AREAL REUSE MAIN AND PILINGS 1 LS •IRCB 17"X28"MEIERBOX 2 EA •1080-11-201 4" MECHANICAL JOINT GATE VALVE 2 EA •108011 403 12"X12" TAPPING SLEEVE AND VALVE 2 EA •1080-11-404 12" MECHANICAL JOINT GATE VALVE 2 EA *IRC 9 FITTINGS 1 TN 0630 2 11A 2 - 2' PVC SIGNAL CONDUIT W196 -FIBER CABLE 50' COIL IN BOXES OPEN TRENCH 5562 LF 06302 12A 2 - 2" PVC SIGNAL CONDUIT W/ 96 -FIBER CABLE 50' COIL IN BOXES DIRECTIONAL DRILL 209 LF 06331 123 96 -FIBER CABLE W BRIDGE CONDUIT 129 LF 0635212 17" X 30" PULL BOX FOR FIBER OPTIC CABLE 9 EA 0635213 30"X48"SPLICE BOX FOR FIBER OPTIC 8 EA '580-1-1 LANDSCAPE COMPLETE SMALL PLANTS 1 LS '580-1-2 LANDSCAPE COMPLETE LARGE PLANTS 1 LS '590 70 IRRIGATION SYSTEM COMPLETE 1 LS BRIDGE IMPROVEMENTS 53TH STRFFT OVFR t ATFRAI. A' CANAL 11C-3 DEMOLITION AND REMOVAL EXISTING BRIDGE i LS SUPERSTRUCTURE 4002-4 CLASS 11 CONCRETE FOR CLOSURE POURS BETWEEN DECK UNITS 15 CY 415-1-4 REINFORCING STEEL 990 LBS 12450-88-18A PRESTRESSED PRECAST DECK UNITS 18" X 4'-3" X 36'-0" 12 REQUIRED 432 LF 12450-88-188 PRESTRESSED PRECAST DECK UNITS 18" X 4'-6" X 36'-0" 2 REQUIRED 72 LF 460-70-2 ALUMINUM BICYCLE BULLET BARRIER RAILING 74 LF 521-5-1 CONCRETE TRAFFIC RAILING BARRIER- 32" F SHAPE 37 LF 521-5-4 CONCRETE TRAFFIC RAILING BARRIER- 32" VERTICAL SHAPE 37 LF 521-72-3 SHOULDER CONCRETE BARRIER WALL INDEX 410- CANTALEVER WALL 100 LF SUBSTRUCTURE 400-2-5 CLASS II CONCRETE FOR PILE CAPS 76 CY 415-1-5 REINFORCING STEEL 12300 LBS 455-133-2 PRESTRESSED PILE 18" SQUARE X 70'-0" MINUMUM TEST PILE- ABUTEMENT 2 EA 140 LF 455-34-2 PRESTRESSED PILE 18" SQUARE X 55'-0" MINUMUM EST PILE- ABUTEMENT 19 EA 1045 LF (') = Non -Participating Items (") Converting to Lump Sum 25 EXHIBIT A DELIVERABLES 66th AVENUE ROWADWAY WIDENING FROM 49TH STREET TO 69TH STREET INDIAN RIVER COUNTY, FL FM# 436379.1.54-01.436379-1.54.02 (') = Non -Participating Items (") = Converting to Lump Sum 26 ITEM ESTIMATED UNIT NIT 455-34-2A PRESTRESSED PILE 14" SQUARE X 50'-0" MINUMUM EST PILE- ABUTEMENT 12 EA 600 LF 455-137 PILE DYNAMIC LOAD TESTING 1 LS 455-14-5 8" X 8'-0 X 12'-0" SHEET WALL 26 EA 312 LF SYDI-XALKS 400-24A CLASS II CONCRETE 8 Cy 4151 4A REINFORCING STEEL 343 LBS 339-1 MISCELLANEOUS ASPHALT 8 TN 400-2-10 CLASS II CONCRETE 124 Cy 415-1-9 REINFORCING STEEL 19570 LBS 530-3-3 ROCK RUBBLE CANAL EXCAVATION AS RE U!RED SHALL BE INCLUDED IN THE COST ROCK RUBBLE 1232 TN 7152117 2" PVC CONDUIT 152 LF (') = Non -Participating Items (") = Converting to Lump Sum 26 EXHIBIT A DELIVERABLES 66th AVENUE ROWADWAY WIDENING FROM 49TH STREET TO 69TH STREET INDIAN RIVER COUNTY, FL FMN 436379.1.54.01. 436379-1-54.02 (") = Non -Participating Items (") = Converting to Lump Sum 27 ITEM ESTIMATED QTYS UNIT 66TH AVENUE -OVER 'NORTH RELIEF' CANAL ` 110-3 DEMOLITION AND REMOVAL OF EXISTING BRIDGE 1 LS SUPERSTRUCTURE "400-2-4 CLASS II CONCRETE FOR CLOSURE POURS BETWEEN DECK UNITS 59 CY "415 -IA REINFORCING STEEL 3546 IBS "124508&15A PRESTRESSED PRECAST DECK UNITS (15'X 4'-5"X 14'-W)(48 REQUIRED 672 LF "1245068-168 PRESTRESSED PRECAST DECK UNITS 15" X 4'-8' X 14'-0')(4 REQUIRED 56 LF "124508&15C PRESTRESSED PRECAST DECK UNITS (18-X 4'-5-X 34'-0" 24 REQUIRED 816 LF "124508&150 PRESTRESSED PRECAST DECK UNITS (18'X 4'-B" X 34'-0' 2 REQUIRED 68 LF "460-70.2 ALUMINUM BICYCLE BULLET BARRIER RAILING 250 LF "521-5-1 CONCRETE TRAFFIC RAILING BARRIER - (32"F SHAPE 125 LF "521-54 CONCRETE TRAFFIC RAILING BARRIER - 32" VERTICAL SHAPE 125 LF "46070-3 CONCRETE TRAFFIC RAILING BARRIER SHOULDER W/SPREAD FOOTING INDEX 410 75.33 LF SUBSTRUCTURE 4002-5- CLASS 11 CONCRETE FOR PILE CAPS - 216 CY "415-1-5 REINFORCING STEEL 40298 LBS "455-34-3 PRESTRESSED PILE 18" SQUARE X 75'-0" MINUMUM TEST PILE -ABUTMENT) 1 EA 75 LF 455-34-3A PRESTRESSED PILE 18" SQUARE X 60'-0" MINUMUM(ABUTMENT) 33 EA 1980 LF "455-3438 PRESTRESSED PILE I4'SQUAREX30'-O'MINUMUM VNING BEN 12 EA 360 LF 45534-3C PRESTRESSED PILE 18" SQUARE X 100'-W MINUMUM frEST PILE- INTERMEDIATE BEN 1 EA 100 LF 455-343D PRESTRESSED PILE 18' SQUARE X 60'-0" MINUMUM DEBRIS PILE- INTERMEDIATE BEN 120 LF "455-34-3E PRESTRESSED PILE 18" SQUARE X 85'-0" MINUMUM EST PILE- INTERMEDIATE- BE 41 EA 3485 LF "455-13.3 8' X 8'-0 X 14'-W SHEET WALL 560 LF SIDEWALKS AND MEDIANS "4002AA CLASS Ii CONCRETE 164 CY "415-1-4A REINFORCING STEEL 7252 LBS APPROACH SLABS "339-1 MISCELLANEOUS ASPHALT 524 SF "4002-10 CLASS 11 CONCRETE 260 CY "4151-9 REINFORCING STEEL- 57030 LBS "5303-3 (ROCK RUBBLE) (CANAL EXCAVATION AS REQUIRED SHALL BE INCLUDED IN THE COST OF THE ROCK RUBBLE) 1800 TN "7152117 2" PVC CONDUIT 630 LF 57TH STREET OVER LATERAL A" CANAL 110-3 DEMOLITION AND REMOVAL OF EXISTING BRIDGE 1 LS SUPERSTRUCTURE 460-70-2 ALUMINUM BICYCLE BULLETE BARRIER RAILING 41 LF 521-5-1 CONCRETE TRAFFIC RAILING BARRIER- 32" F SHAPE 41 LF 521-5-4 CONCRETE TRAFFIC RAILING BARRIER- 32" VERTICAL SHAPE 41 LF 521-72-3 SHOULDER CONCRETE BARRIER WALL INDEX 410- CANTALEVER VIALL 48 LF SIDEWALKS 400-2-4 CLASS II CONCRETE 6 CY 415-1-9A REINFORCING STEEL 2553 LBS APPROACH SLABS 400-2-10 CLASS II CONCRETE 58 CY 4157-9 REINFORCING STEEL 11380 LBS 7152-117 4" PVC CONDUIT 156 LF (") = Non -Participating Items (") = Converting to Lump Sum 27 EXHIBIT A DELIVERABLES 66th AVENUE ROWADWAY WIDENING FROM 49TH STREET TO 69TH STREET INDIAN RIVER COUNTY, FL FMif Al9A7QAAA.n1 AlR17Q.1.Se.n9 ('j = Non -Participating Items (") = Converting to Lump Sum ITEM ESTIMATED QTYS UNIT PHASE 1B STA 354+00 TO STA 444+57.04 101-1 MOBILIZATION/DEMOBILIZATION 1 LS 102-1 MAINTENANCE OF TRAFFIC 1 LS '102-14 TRAFFIC CONTROL OFFICER 500 PH 104-2 PREVENT CONTROL & ABATEMENT OF EROSION AND WATER POLLUTION 1 LS 110-1-1 CLEARING AND GRUBBING 86 AC 110-7-1 MAILBOX F&I 40 EA 120-1 REGULAR EXCAVATION 81595 CY 120-4 SUBSOIL EXCAVATION 3198 CY 120-5 CHANNEL EXCAVATION 890 CY 120-6 IEMBANKMENT 128124 CY 160-4 TYPE B STABILIZATION 123552 SY 285-709 OPTIONAL BASE BASE GROUP 9 108050 SY 286-1 TURNOUT CONSTRUCTION 2320 SY 327-70-01 MILLING EXISTING ASPHALT PAVEMENT (1" AVG. DEPT 118 SY 334-1-13 SUPERPAVE ASPHALTIC CONCRETE SP 12.5(TRAFFIC C 1.75" 11959 TN 337-7-82 TYPE FC -9.6 ASPHALT CONCRETE FRICTION COURSE TRAFFIC C PG 76-22, PMA 1-1/4" THICK 5980 TN 339-1 MISCELLANEOUS APSHALT PAVEMENT 34 TN 400-1-2 CLASS I CONCRETE ENDWALL 13 CY 400-2-2 CLASS II CONCRETE ENDWALL 126 CY 4004-1 REINFORCED CONCRETE BOX CULVERT 12' X 10' 72 LF 415-1-1 REINFORCING STEEL ROADWAY 6510 LB 425-1-351 INLET, CURB, TYPE P-5, <10' 32 EA 425-1-361 INLET, CURB TYPE P-6, <10' 20 FA 425-1451 INLET, CURB, TYPE J-5, 110' 6 EA 425-1-452 INLET, CURB, TYPE J-5. >10' 4 EA 425-1-452A INLETS CURB PE J-5 >10' CONTROL STRUCTURE W/ INTERNAL WEIR 1 EA 425-1461 INLET, CURB. TYPE J-6 < 10' 11 EA 425-1-462 INLET CURB, TYPE J-6 > 10' 1 EA 425-1-521 INLET, DITCH BOTTOM, TYPE C < 10' 18 EA 425-1-521A I INLET, DITCH BOTTOM, TYPE C < 10' CONTROL STRUCTURE W/ EXTERNAL SKIMMER 3 EA 425-1-531 INLETS DT BOT TYPE C MOD. <10' BACK OF SWK INLET 2 EA 425-1-541 INLETS, DITCH BOTTOM, TYPE D < 10' 2 EA 425-1-541A INLETS DITCH BOTTOM), TYPE D < 10' CONTROL STRUCTURE W/ EXTERNAL SKIMMER 5 EA 425-1-543 INLETS DT BOT PED <10' / J BOTTOM 2 EA 425-1-559 INLETS DITCH BOTTOM PEE >10' CONTROL STRUCTURE W/ INTERNAL WEIR 2 EA 425-1-581 INLETS DT BOT TYPE H <10' CONTROL STRUCTURE W/ INTERNAL WEIR 1 EA 425-1-713 INLETS GUTTER ALLEY J -BOTTOM 1 EA 425-1-910 INLETS GUTTER CLOSED FLUME 1 EA 4262-61 MANHOLES, PA <10' 3 EA 425-2-71 MANHOLES (J-7) (<101) (CONFLICT STRUCTURE) 1 EA 425-2-72 MANHOLES, J-7 >10' 1 EA 430-175-115 PIPE CULVERT RCP ROUND 15"SS 433 LF 430-175-118 PIPE CULVERT RCP ROUND) (18"SS) 6981 LF 430-175-118A PIPE CULVERT CAP ROUND(18-SS) 120 LF 430-175-124 PIPE CULVERT RCP ROUND) (24"SS) 2367 LF 430-175-124A PIPE CULVERT CAP ROUND(24-SS) 112 LF 430-175-130 PIPE CULVERT RCP ROUND(30-SS) 3419 LF 430-175.130A PIPE CULVERT CAP ROUND 0" SS 62 LF 430-175.136 PIPE CULVERT RCP ROUND) (36'SS) 2640 LF 430-175-136A PIPE CULVERT CAP ROUND(36-SS) 40 LF 430-175-142 PIPE CULVERT RCP ROUND) (42"SS) 115 LF 430-175-142A PIPE CULVERT CAP ROUND) (42"SS) 40 LF 430-175-148 PIPE CULVERT RCP ROUND(48-SS) 240 LF 430-175-148A PIPE CULVERT CAP ROUND) (48"SS) 20 LF 430175-160 PIPE CULVERT RCP ROUND(60-SS) 1470 LF 430175-166 PIPE CULVERT RCP ROUND) (66"SS) 408 LF 430175-215 PIPE CULVERT ERCP 12" X 18' SS 60 LF 430-175-218 PIPE CULVERT ERCP 14" X 23" SS 239 LF 430175-236 PIPE CULVERT ERCP 29" X 45' SS 374 LF 430964-3 PVC PIPE 8") (SCH 80 1678 LF 430982-123ITERED MEND SECTION CONC.I 15" CD 7 Eq 430-982-125 MITERED END SECTION CONC. 18" CD 15 EA 430982-623 jMfTERED END SECTION CONC. 12"X18" CD 2 EA ('j = Non -Participating Items (") = Converting to Lump Sum EXHIBIT A DELIVERABLES 86th AVENUE ROWADWAY WIDENING FROM 49TH STREET TO 69TH STREET INDIAN RIVER COUNTY, FL FMH 436379-1-54-01. 436379-1-54-02 (') = Non -Participating Items (") = Converting to Lump Sum 29 ITEM ESTIMATED QTYS UNIT 430.982-625 MITERED END SECTION CONC. 14"X23" CD 7 EA 440-1-20 UNDERDRAIN 815 LF 440.1-60 ROCK DRAIN 640 LF 520-1-10 CONCRETE CURB & GUTTER TYPE F 26742 LF 520-1-11 CONCRETE CURB & GUTTER TYPE F MOD. 14915 LF 522-2 ICONCRETE SIDEWALK 6" THICK 13897 SY 527-2 DETECTABLE WARNINGS 187 SF 530.3-4 RIPRAP RUBBLE (F&I) (DITCH LINING 2163 TN 536-1-1 GUARDRAIL ROADWAY 581 LF 536-85-22 GUARDRAIL END ANCHORAGE ASSEMBLY MEL 2 EA 536-85-25 GUARDRAIL END ANCHORAGE ASSEMBLY PE 11 2 EA 536-85-30 GUARDRAIL END ANCHORAGE ASSEMBLY ET -2000 4 EA 550-10-110A FENCING PEA 5.0' STANDARD 256 LF 550-10-1108 FENCING TYPE A 4.0' STANDARD 328 LF 550-10-220 FENCING PE B 6.0' STANDARD 661 LF 550-10-222 FENCING PE B 6.0' WITH VINYL COATING 4563 LF 550-1041 DA FENCING WOOD 4.0' 3 RAIL SPLIT RAIL 267 LF 550-10-4106 FENCING(WOOD) 5.0' 3 RAIL SPLIT RAIL 696 LF 550-60-213 FENCE GATE PE 8 SINGLE 16.0' OPENING 1 EA 550-60-225 FENCE GATE PE B DOUBLE 24.0' OPENING 4 EA 550-60-912 FENCE GATE(WOOD) SINGLE 10.0' OPENING 1 EA 570-1-2A PERFORMANCE TURF SOD BAHIA 175168 SY 'COMBINED LANDSCAPING 1 LS `590-70 IRRIGATION SYSTEM 1 LS 630-2-11A CONDUIT OPEN TRENCH F & 1 2" 8100 LF 630-2-11B CONDUIT OPEN TRENCH F) (21 8100 LF 633-1-123 FIBER OPTIC CABLE IF & i UNDERGROUND 49-96 FIBERS 9100 LF 633-2-31 FIBER OPTIC CONNECTION SPLICE 1728 EA 633-2-32 FIBER OPTIC CONNECTION TERMINATION 96 EA 635-2-12 PULL AND SPLICE BOX (F&I) (17" X 30" PULL BOX 16 EA 635-2-13 PULL AND SPLICE BOX (F&i) (30" X 48" SLACK BOX 3 EA 630-2-11 CONDUIT SIGNAL F & I OPEN TRENCH 370 LF 630-1-12 CONDUIT SIGNAL F & I DIRECTIONAL BORE 3520 LF 632-7-1 CABLE SIGNAL F & 1 2 PI 632-7-6 CABLE SIGNAL REMOVE INTERSECTION 1 PI 635-2-11 PULL BOX F & i(TRAFFIC SIGNAL 36 EA 639-1-111 ELECTRICAL POWER SERVICE SIGNALS ABOVE GROUND METER PURCHASED BY 2 AS 639-1-610 NEW L P WER SERVICE (SIGNALS) (ABOVE GROUND) (REMOVE) 1 AS 639-2-1 ELECTRICAL SERVICE WIRE F & I 639-3-11 ELECTRICAL SERVICE DISCONNECT F & I POLE MOUNTED 2 EA 641-2-12 PRESTRESSED CONC. POLE F & I PE P-11 SERVICE POLE 2 EA 641-2-80 PRESTRESSED CONC. POLE COMPLETE POLE REMOVAL 2 EA 646-1-11 ALUMINUM SIGNAL POLES PEDESTAL 10 EA 64931-105 MAST ARM F & I WIND SPEED 150 W10 BACKPLATES W/ LUMINAIRE ARM LENGTH 36' 1 EA 649-31-107 MAST ARM F & I WIND SPEED 150 W/O BACKPLATES W/ LUMINAIRE ARM LENGTH 46' 1 EA 649-31-108 MAST ARM F & I WIND SPEED 150 W/0 BACKPLATES W/ LUMINAIRE ARM LENGTH OD 3 EA 649-31-109 MAST ARM F & I WIND SPEED 150 W!O BACKPLATES W/ LUMINAIRE ARM LENGTH 70.5' 3 EA 650-1-14 TRAFFIC SIGNAL F & I 3 -SECTION 1 -WAY STANDARD POLYCARBONATE 12 AS 650-1-16 TRAFFIC SIGNAL IF & f ALUMINUM 4 -SECTION 1 -WAY 4 AS 650.1-18 TRAFFIC SIGNAL IF & I 5 -SECTION 1 -WAY STANDARD POLYCARBONATE 4 AS 653-1-11 PEDESTRIAN SIGNAL IF & i LED -COUNTDOWN 1 -WAY 12 AS 660-4-11 VEHICLE DETECTION SYSTEM F & I DEO CABINET EQUIPMENT) 2 EA 660-4-12 VEHICLE DETECTION SYSTEM F & I VIDEO ABOVE GROUND EQUIPMENT) 8 EA 665-1-11 PEDESTRIAN DETECTOR IF & I POLEIPEDESTAL MOUNTED 12 EA 670-5-111 TRAFFIC CONTROLLER ASSEMBLY F & I NEMA TYPE 5 ONE PREEMPTION PLAN 2 AS 670-5-600 TRAFFIC CONTROLLER ASSEMBLY REMOVE - CONTROLLER WITH CABINET 1 AS 682-1-133 ITS CCTV CAMERA F & DOME ENCLOSURE NON -PRESSURIZED IP HD 4 EA 684-1-1 MANAGED FIELD ETHERNET SWITCH F & I 2 EA 685-1-13 UNITERUPTABLE POWER SUPPLY F & I LINE INTERACTIVE 2 EA 700-5-22 INTERNALLY ILLUMINATGED SIGN F & 1 OVERHEAD MOUNT 12-18 SF 8 EA 700-1-1/ SINGLE POST SIGN IF & I LESS THAN 12SF 75 AS 700-2-12 MULTI -POST SIGN F & I LESS THAN 12 - 20 SF 4 AS 705-10-4 OBJECT MARKER TYPE 4 12 EA 7063 RETRO -REFLECTIVE, STD, WHITE, SOLID 6" 1811 EA (') = Non -Participating Items (") = Converting to Lump Sum 29 EXHIBIT A DELIVERABLES 66th AVENUE ROWADWAY WIDENING FROM 49TH STREET TO 69TH STREET INDIAN RIVER COUNTY, FL FMN 436379-1-54-01.436179-1-54.02 CEI CLASSIFICATIONS SR. PROJECT ENGINEER PROJECT ADMINISTRATOR ASSISTANT PROJECT ADMINISTRATOR SRINSPBCTOR INSPECTOR INSPECTOR AIDE CONTRACT SUPPORT SPECIALIST (CSS) QUALITY CONTROL (QC) MANAGER EARTHWORK CONSTRUCTICN INSPECTOR LEVEL EARTHWORK CONSTRUCTION INSPECTOR LEVEL 2 ASPHALT PAVING TECHNICIAN LEVEL 1 ASPHALT PAVING TECHNICIAN LEVEL 2 30 ITEM ESTIMATED QTYS UNIT 711-11-121 SOLID TRAFFIC STRIP 6" WHITE THERMOPLASTIC 35468 LF 711-11-122 SOLID TRAFFIC STRIP 8" WHITE THERMOPLASTIC 4501 LF 711-11-123 SOLID TRAFFIC STRIP 12" WHITE THERMOPLASTIC 1567 LF 711-1 t-124 SOLID TRAFFIC STRIP 18" WI'IITE TI IERMOPLASTIC 1230 LF 711-11-125 SOLID TRAFFIC STRIP 24" WHITE THERMOPLASTIC 470 LF 711-11-131 THERMOPLASTIC, STD, WHITE, SKIP (10'-30'), G" 14849 LF 711-11-141 THERMOPLASTIC STD WHITE, SKIP 2'-4'/6-10' 6" 4354 LF 711-11-160 THERMOPLASTIC ST WHITE MESSAGE 45 EA 711-11-170 THERMOPLASTIC, ST. WHITE ARROW 111 EA 711-11-221 THERMOPLASTIC, STD, YELLOW, SOLID 6" 42171 LF 711-11-224 SOLID TRAFFIC STRIPE 18" YELLOW) THERMOPLASTIC 1720 LF 711-11-241 TI IERMOPLASTIC, STD, YELLOW, SKIP 2'-4' / 6'-10' , G' 2471 LF 715-1-11 LIGHTING CONDUCTORS IF & I INSULATED, NO. 10 OR< 3735 LF '570-1-2B PERFORMANCE TURF SOD ST AUGUSTINE'FLORATAM' 16355 SY '580-1-1 LANDSCAPE SMALL PLANTS 1 LS '580-1-2 LANDSCAPE LARGE PLANTS 1 LS '580-12-10 FLORA -MULCH 3" DEPTH 717 CY '162-1-3 PREPARED SOIL LAYER SPECIAL DEPTH 1425 CY '590-70 IRRIGATION COMPLETE 1 LS BRIDGE IMPROVEMENTS 61ST STREET OVER LATERAL ',A' CANAL 110-3 REMOVAL OF EXISTING STRUCTURES/ BRIDGE 960 SF 400-24 CONCRETE CLASS II SUPERSTRUCTURE 9 CY 400-2-5 CONCRETE CLASS 11, SUBSTRUCTURE 136 CY 400-2-10 CONCRETE CLASS II APPROACH SLABS 99 CY 400-4-4 CONCRETE CLASS IV SUPERSTRUCTURE 23 CY 4_00_-148 PLAIN NEOPRENE BEARING PADS 2 CF 415-1-4 REINFORCING STEEL - BRIDGE SUPERSTRUCTURE 7390 LB 415-1-5 REINFORCING STEEL - BRIDGE SUBSTRUCTURE 9520 LB 4151-9 REINFORCING STEEL -APPROACH SLAB 20400 LB 450-3-14 PRESTRESSED SLAB UNITS, WIDTH 48", THICKNESS 18' 40 LF 450-3-24 PRESTRESSED SLAB UNITS WIDTH 60" THICKNESS 18" 515 LF 455-34-3 PRESTRESSED CONCRETE PILING, 18" SQ 1550 LF 455-143-3 TEST PILES -PRESTRESSED CONCRETE 18" SQ 150 LF 458-1-11 BRIDGE DECK EXPANSION .JOINT NEW CONSTRUCTION F 8 I POURED JOINT WITH BACKER ROD 138 LF 521-5-1 CONCRETE TRAFFIC RAILING- BRIDGE 32"F -SHAPE 82 LF 521-5-5 CONCRETE TRAFFIC RAILING- BRIDGE, 42" VERTICAL FACE 78 LF 65TH STREET OVER LATERAL A' CANAL 110-3 400-2-4 REMOVAL OF EXISTING STRUCTURE! BRIDGE _ CONCRETE CLASS II SUPERSTRUCTURE 960 9 SF CY 400-2-5 CONCRETE CLASS II SUBSTRUCTURE 136 CY 400-2-10 CONCRETE CLASS II APPROACH SLABS 99 CY 400-4-4 CONCRETE CLASS IV SUPERSTRUCTURE 23 CY 400-148 PLAIN NEOPRENE BEARING PADS 2 OF 415-1-4 REINFORCING STEEL - BRIDGE SUPERSTRUCTURE 7390 LB 415-1-5 REINFORCING STEEL - BRIDGE SUBSTRUCTURE 9520 LB 415-1-9 REINFORCING STEEL -APPROACH SLAB 20400 L8 450-3-14 PRESTRESSED SLAB UNITS WIDTH 48" THICKNESS 18" 40 LF 450-3-24 PRESTRESSED SLAB UNITS WIDTH 60" THICKNESS 18" 515 LF 455-34-3 PRESTRESSED CONCRETE PILING 18" SQ 1560 LF 455-143-3 TEST PILES -PRESTRESSED CONCRETE 18" SO 150 LF 458-1-11 BRIDGE DECK EXPANSICN JOINT, NEW CONSTRUCTION F & I. POURED JOINT WITH BACKER RCD 138 LF 521-5-1 CONCRETE TRAFFIC RAILING- BRIDGE 32" F -SHAPE 82 1_F 521-5-5 CONCRETE TRAFFIC RAILING- BRIDGE 42" VERTICAL FACE 78 LF '999-1 CONSTRUCTION LAYOUT/ RECORD/AS-BUILT DRAWINGS BY REGISTERED SURVEYOR 1 LS CEI CLASSIFICATIONS SR. PROJECT ENGINEER PROJECT ADMINISTRATOR ASSISTANT PROJECT ADMINISTRATOR SRINSPBCTOR INSPECTOR INSPECTOR AIDE CONTRACT SUPPORT SPECIALIST (CSS) QUALITY CONTROL (QC) MANAGER EARTHWORK CONSTRUCTICN INSPECTOR LEVEL EARTHWORK CONSTRUCTION INSPECTOR LEVEL 2 ASPHALT PAVING TECHNICIAN LEVEL 1 ASPHALT PAVING TECHNICIAN LEVEL 2 30 /081 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSION REQUEST TO BE SCHEDULED FOR PUBLIC DISCUSSION Any organization or individual wishing to address the Board of County Commission shall complete this form and submit it to the Indian River County Administrator's Office. PUBLIC DISCUSSION INFORMATION Indian River County Code Section 102.04(10)(b): as a general rule, public discussion items should be limited to matters on which the commission may take action Indian River County Code Section 102.11(3): limit remarks to three minutes unless additional time is granted by the commission NAME OF INDIVIDUAL OR ORGANIZATION: Bill Rigby 8465 59th Ave ADDRESS: PHONE: 772-501-4753 Community Development Districts Due Process SUBJECT MATTER FOR DISCUSSION: IS A DIGITAL/ELECTRONIC PRESENTATION PLANNED? YES Yl NO WHAT RESOLUTION ARE YOU REQUESTING OF THE COMMISSION? N/A ARE PUBLIC FUNDS OR ACTIVITIES REQUIRED? F-1 YES Z NO WHAT FUNDS OR ACTIVITIES ARE REQUIRED TO MEET THIS REQUEST? For HRC Staff only: Transmitted to Administrator Via: ❑ Interactive Web Form E -Mail Hand Delivered Phone N/A COUNTY ADMINISTRATOR: MEETING DATE: Jason E. Brown Nov 1, 2022 31 /to County Administrator's Matters November 15, 2022 Office of the INDIAN RIVER COUNTY * * ADMINISTRATOR �ORIp� 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: November 8, 2022 SUBJECT: Medical Examiner's Facility Interlocal Agreement Backizround The District 19 Medical Examiner serves a four -county region including; Indian River, St. Lucie, Martin and Okeechobee counties. The Medical Examiner has identified deficiencies in the current facility which limit the ability to continue to serve the growing needs of the four counties over the coming years. On May 3, 2022, upon request from the Medical Examiner, the Board of County Commissioners adopted a resolution supporting funding sources for the design and construction of a new facility for District 19. The resolution further directed the County Administrator to enter into discussions with the other counties to design and construct a new facility and support and submit requests for state and federal funding these costs. Discussion and Analysis Pursuant to Board Direction on May 3rd, staff has coordinated with the other three counties, the Medical Examiner's Office and Indian River State College on an interlocal agreement that would outline the responsibilities of the parties for design and construction of a new facility for the Medical Examiner. Indian River State College has agreed to lease a site for the new Medical Examiner Facility on campus for two 30 -year terms for $1 per year. This will be executed as part of a separate lease agreement. St. Lucie County has agreed to take lead in managing the design and construction of a new facility. This will consist of three phases; a space needs analysis, design, and construction. Following completion of the design phase, the counties will be provided with an estimated cost of construction which will lead to 32 County Administrator's Matters November 15, 2022 development of construction budget for the project. The four counties will share in the facility costs based upon a formula that is used for sharing operational expenses, and Indian River's share shall be 24.36% of the total cost. Funding The most recent cost estimate for this facility was approximately $20 million, which is subject to change based upon the space needs analysis, design, and construction pricing at the time of construction. Staff plans to include $5.5 million for our portion of design and construction costs in the upcoming Capital Improvements Program that will be submitted to the Board in December. The FY 2022/23 budget includes funding of $500,000 for the County's portion of the design costs. Local costs will be funded from Optional Sales Tax. The four counties will also pursue legislative appropriations and grants to offset the cost of the project. Staff Recommendation Staff recommends that the Board of County Commissioners approve the attached interlocal agreement and authorize the Chairman to sign the agreement. 33 Eighth Draft Clean Version 11/07/2022 -1- INTERLOCAL AGREEMENT PROPOSED MEDICAL EXAMINER FACILITY THIS IS AN INTERLOCAL AGREEMENT ("Agreement") by and between the MEDICAL EXAMINER FOR THE 19TH JUDICIAL CIRCUIT ("ME"), the DISTRICT BOARD OF TRUSTEES OF INDIAN RIVER STATE COLLEGE (the "Trustees"), and INDIAN RIVER COUNTY, MARTIN COUNTY, OKEECHOBEE COUNTY, and ST. LUCIE COUNTY, political subdivisions of the State of Florida that collectively constitute the 19th Judicial Circuit (the "Counties") (the ME, Trustees, and the Counties will be collectively referred to as the "Parties"), for the purpose of locating, designing, permitting and constructing a new facility for the ME. WHEREAS, the Trustees own approximately SO -acres of land located on Kirby Loop Road in St. Lucie County that is currently occupied by the Treasure Coast Public Safety Training Complex; and WHEREAS, the ME has declared a need for a new medical examiner's office, as described in and attached as Exhibit "A", to serve the residents of the Counties; and WHEREAS, the Counties, on behalf of the ME, would like to receive by way of a long-term lease, approximately 2 acres of Trustees owned land ("Property") for the construction of the and operation of the new medical examiner's office and its related site improvements ("New Improvements"); and WHEREAS, the Parties recognize the benefit of the ME to the citizens of the Counties and the students and faculty of Indian River State College; and WHEREAS, Section 406.08(5), Florida Statutes, provides that autopsy and laboratory facilities utilized by the district medical examiner or his or her associates may be provided on a permanent or contractual basis by the counties within the district; and WHEREAS, a Medical Examiner's Advisory Task Force that included representatives from the Counties was created to review the ME's request for the New Improvements; and WHEREAS, the Advisory Task Force has reviewed and supports the ME's request for a new facility; and WHEREAS, St. Lucie County is willing to serve as the contract manager in the procurement process for the design and construction of New Improvements; and WHEREAS, the Parties have determined that it is in the best interest of the health, safety and welfare of the citizens of the Counties to support the design and construction of the New Improvements as set out above. 34 Eighth Draft Clean Version 11/07/2022 -2- NOW THEREFORE, in consideration of the mutual advantages afforded to the Parties, the Trustees, the Counties, and the ME agree as follows: 1. General. This Agreement is entered into pursuant to Section 163.01, Fla. Stat., the Florida Interlocal Cooperation Act. 2. Recitals. These Parties adopt and ratify those matters set forth in the foregoing recitals. 3. Lease of Trustees' Property. The Trustees agree: a. To expeditiously negotiate a long-term lease of the Property with the Counties and ME of not less than 30 years with a 30 -year renewal option. b. The proposed lease shall be a separate document executed by all Parties. c. The proposed lease shall include an annual rental fee of $1. d. The proposed lease shall provide that the New Improvements become the Trustee's facilities at end of the agreed upon lease term or upon the abandonment of the use of the Property and New Improvements by the ME and the Counties (the "Non -Trustees Parties"). e. To share with the Non -Trustees Parties all available property surveys, explorations, assessments, and reports pertaining to the Property. f. The State of Florida Building Code and the Florida Fire Prevention Code apply to the new medical examiner's office on the Property. St. Lucie County shall coordinate with the City of Fort Pierce and/or the Trustees on the approval mechanism for the new medical examiner's office, as the property is located within the jurisdiction of the City and on the property of the Trustees. To the extent applicable, the Parties agree to request that the applicable agencies waive impact fees as allowable by local ordinance or state law. 4. Budgets and Contract Administration. a. Phased Approach and Overall Design i. The Non -Trustees agree that the design of the New Improvements shall proceed using a phased approach. ii. Phase 1 shall be a Space Needs Analysis, which shall examine the ME's space needs, provide conceptual planning for the medical examiner's office and its related site improvements, and provide cost estimates. 35 Eighth Draft Clean Version 11/07/2022 -3- iii. Phase 2 shall be preparing Preliminary and Final Construction Plans, Technical Specifications, and refined cost estimates for the New Improvements and obtaining permits needed to construct the New Improvements. iv. Phase 3 shall be overseeing the construction of the New Improvements. v. The Non -Trustees Parties agree that each of the Non -Trustee Parties will review the building plans and St. Lucie County ("St. Lucie") will oversee the site permitting and construction of the New Improvements, including inspections, following the State of Florida building Code as provided herein. vi. St. Lucie, for the benefit of the Non -Trustees Parties, shall competitively procure an architect reasonably satisfactory to the Non -Trustees Parties (the "Architect") in accordance with Florida Law and St. Lucie's Procurement Policy. The Architect shall be responsible for, inter cilia, (1) developing a Space Needs Analysis for the New Improvements (Phase 1); (2) developing Preliminary Construction plans and Technical Specifications for the New Improvements; (3) preparing Final Construction Plans, Technical Specifications, and Bid Documents; (4) obtaining all permits, other than building permits, needed to construct the New Improvements (items (2) through (4) collectively referred to as Phase 2); (5) assisting the Counties in evaluating the qualifications of potential bidders; (6) providing construction and contract administration; and (7) performing construction inspections as needed to provide certified as -built drawings after the New Improvements are constructed (items (5) through (7) collectively referred to as Phase 3). The Non -Trustees Parties shall participate in the procurement process for the selection of the Architect. The Architects' proposals will be reviewed by a five -member selection committee with one member appointed by the each of the Non -Trustees Parties ("Selection Committee"). The Selection Committee shall select and rank at least three (3) Architects from the proposals submitted. vii. Upon selection of the Architect, the Non -Trustees Parties agree that St. Lucie shall be the contracting agency and shall be responsible for administration of the Contract with the Architect. St. Lucie shall execute a contract with the selected Architect (the "Architect's Contract") with terms as required by Section 287.055 (5) and (6) Fla. Stat. The Non -Trustees Parties shall be named as third -party beneficiaries in the Architect's Contract. Without limiting the foregoing, the Architect's Contract shall require the Architect to procure policies of insurance that relate to the Architect's Work, with terms, limits, coverages, and specifications as required by St. Lucie, and the Non -Trustees Parties shall be designated as named insureds on all applicable policies. St. Lucie, through its Board of County Commissioners, shall have final approval 36 Eighth Draft Clean Version 11/07/2022 -4- rights to the Architect's Contract; however, such rights are limited to whether the Architect's Contract terms are fair, competitive, and reasonable. viii. The Counties agree to support requesting state and federal funding to assist in funding the cost of the Space Needs Analysis. To the extent state and federal funding is not received or to the extent funding is received but a funding shortfall exists, the Counties agree to fund the Space Needs Analysis based on a formula in which the ratio of the number of autopsies performed for each County in the previous year (A) to the number of autopsies performed in the four counties in the previous year (B) is weighted by 50 percent, and the ratio of the number of deaths in each county in the previous year (C) to the total number of deaths in the four counties in the previous year (D) is weighted by 50 percent. The formula is expressed as (A/B x 0.5) + (C/D x 0.5) = respective County's share of expenses. ix. Subject to the terms of the Agreement, the Counties agree to fund the Space Needs Analysis (to the extent funding is required from the Counties), the Preliminary and Final Construction Plans and Technical Specifications, and the construction of the New Improvements based on the County share calculation formula set out above for 2021 as follows: St. Lucie 46.11% Indian River 24.36% Martin 22.42% Okeechobee 7.11% x. St. Lucie shall invoice the other Counties for the cost of the approved Space Needs Analysis, the Preliminary and Final Construction Plans and Technical Specifications, and the construction of the New Improvements based on the County share calculation formula set out above. The other Counties shall pay St. Lucie per the Local Government Prompt Payment Act. xi. The County Administrator of each County, or his or her designee, shall be the point of contact for matters related to the New Improvements Construction Budget, as defined herein, and for change orders requiring Non -Trustees Parties' approval. b. Phase 1 Space Needs Analysis i. Upon completion of the Architect selection process, the top -selected Architect shall submit a scope of services and cost proposal to St. Lucie for the Space Need Analysis and cost estimates ("Analysis"). The cost of the Analysis will be determined during scope of work negotiations with the 37 Eighth Draft Clean Version 11/07/2022 -S- top-selected Architect. St. Lucie shall provide copies of the Analysis proposal to each of the Non -Trustees Parties. Each of the Non -Trustees Parties shall have thirty (30) days to review the proposal and to provide written approval, requests for changes, or disapproval. In the event one or more of the Non -Trustees Parties requests changes or provides disapproval of the Analysis proposal, the Non -Trustees Parties agree to meet to negotiate an Analysis scope of services and cost proposal that is acceptable to all the Non -Trustees Parties. If the Non -Trustees Parties do not request changes or provide disapproval of the Analysis proposal, the proposal shall be deemed approved. ii. Should the negotiation with the top -selected Architect fail, the Selection Committee shall repeat the negotiation process with the subsequently ranked firm(s). c. Phase 2 Design Components Upon the completion of the final Space Needs Analysis, the Non -Trustees Parties will be provided for approval an estimated cost to prepare the Final Construction Plans, Technical Specifications, and refined cost estimates and to obtain all required permits from the appropriate jurisdictional agencies ("Phase 2 Design Components"). Upon approval of the final Space Needs Analysis and the estimated cost of the Phase 2 Design Components, the Architect shall submit a scope and cost proposal to St. Lucie for the Phase 2 Design Components. St. Lucie shall provide copies of the Phase 2 Design Components scope/cost proposal to each of the Non -Trustees Parties. Each of the Non -Trustees Parties shall have thirty (30) days to review the proposal and to provide written approval, requests for changes, or disapproval. In the event one or more of the Non -Trustees Parties requests changes or provides disapproval of the Phase 2 Design Components proposal, the Non - Trustees Parties agree to meet to negotiate an Analysis scope of services and cost proposal that is acceptable to all the Non -Trustees Parties. If the Non -Trustees Parties do not request changes or provide disapproval of the Phase 2 Design Components proposal, the proposal shall be deemed approved. ii. Upon approval by the Non -Trustees Parties on a Phase 2 Design Components scope/cost from the Architect, St. Lucie shall authorize the Architect to proceed with the Phase 2 Design Components. The Non - Trustees Parties will review the Preliminary and Final Construction Plans, Technical Specifications, and refined cost estimates at each milestone for progress plan submittals negotiated as part of the Architect's approved Eighth Draft Clean Version 11/07/2022 -6- Phase 2 scope of services. The Non -Trustees Parties shall have thirty (30) days to perform full reviews of each milestone for progress plan submittals. iii. St. Lucie will cooperate in good faith to assist Architect in obtaining all permits required for the construction of the Work from all applicable governmental authorities. d. Phase 3 Construction Upon the completion of the Phase 2 Design Improvements and the approval of the final Phase 2 Design Components by the jurisdictional agencies for site planning, the Non -Trustees Parties will be provided for approval an estimated cost to construct the New Improvements (the "New Improvements Construction Budget"). ii. Staff from the Counties shall discuss options to fund the New Improvements Construction Budget. Those options shall include state or federal funding, a County funding its share through that County's budget, a County funding its share through the issuance of bonds by that County, orthe Counties agreeing through a separate interlocal agreement that one of the Counties will issue bonds (the "New Improvement Bonds") that would be used to finance the New Improvements Construction Budget and would be supported by each County's pledge to pay its share of the debts service (based on the County share calculation percentage) from a covenant to budget and appropriate or otherwise as determined by each County. iii. Nothing in this Agreement shall obligate the Counties to provide funding for the construction of the New Improvements in excess of the approved New Improvements Construction Budget. The approved New Improvements Construction Budget shall be used to fund the New Improvements only and for no other purpose. iv. Upon approval of the New Improvements Construction Budget, St. Lucie, for the benefit of the Non -Trustees Parties, shall, through a publicly advertised competitive bidding or proposal process, in accordance with Florida Law and St. Lucie's Procurement Policy, competitively procure a contractor (the "Contractor") for the construction of the New Improvements in accordance with the approved Phase 2 Design Components (the "Work"). The Selection Committee shall review the qualifications of the contractors' submitted bids/proposals and shall recommend the selection of a contractor. St. Lucie shall execute a �' Eighth Draft Clean Version 11/07/2022 -7- Construction Contract with the selected contractor including terms that are fair, competitive, and reasonable and the terms set forth below, with the selected contractor. v. The Construction Contract shall, inter alia, include each of the following requirements related to all work under the Construction Contract: 1. the furnishing of a public construction bond in a form consistent with Section 255.05, Fla. Stat., with St. Lucie named as co -obligee; 2. retainage in an amount acceptable to St. Lucie forthe Work, until the Completion of the Work (including a retainage of 5% of the total value of the construction contract) and required at 50% completion as set forth in Section 255.078, Fla. Stat.; 3. payment by the Contractor of liquidated damages for each day from and after the Required Completion Date (if and as that term or its equivalent is defined in the Construction Contract) until the actual date of Completion; 4. a requirement that the Contractor perform and achieve Completion of the Workfora Guaranteed Maximum Price orfixed stipulated sum, by no later than the Required Completion Date; 5. the furnishing of an "installation floater" insurance policy or such other policy of insurance covering goods in transit and while the Work is being performed, with terms, limits, coverages and specifications acceptable to St. Lucie; 6. the provision of an Owner's Contractor Protective policy of insurance, including extensions for products and completed operations coverage and similar extended coverage at least through Completion (as defined herein) of the Work, or another policy of insurance acceptable to St. Lucie, with the Counties as a named insured; 7. the Counties shall be named as a third -party beneficiary in the Construction Contract. 5. New Improvements. a. Phase 1 Space Needs Analysis i. The Architect shall be provided an estimated forty-five (45) days from receiving its Notice to Proceed to complete the draft Space Needs Analysis. 40 Eighth Draft Clean Version 11/07/2022 -8- ii. Upon completion of the draft Space Needs Analysis, the Architect shall prepare and deliver the draft Space Needs Analysis to the Non -Trustees Parties. The Non -Trustees Parties shall have a period of thirty (30) days from delivery of the draft Space Needs Analysis within which to review and to provide written approval, request for changes, or disapproval the draft Space Needs Analysis. None of the Non -Trustees Parties shall unreasonably withhold its consent to the draft Space Needs Analysis. If any of the Non - Trustees Parties request changes or disapproves the draft Space Needs Analysis, that Non -Trustees Party shall state its grounds for the requested changes or disapproval in reasonably written detail. In the event one or more of the Non -Trustees Parties requests changes or disapproves of the draft Space Needs Analysis, then all the Non -Trustees Parties agree to meet as expeditiously as possible and attempt to address the requested changes or to resolve the grounds for disapproval. If the Non -Trustees Parties do not provide written requests for changes or disapproval within such thirty (30) day period, the draft Space Needs Analysis shall be deemed approved. iii.The Architect shall be provided an estimated twenty-one (21)days from receiving its approval of the draft Analysis to complete the final Space Needs Analysis. iv. Upon completion of the final Space Needs Analysis, the Architect shall furnish a copy of the final Analysis to the Non -Trustees Parties. The Non -Trustees Parties shall have a period of thirty (30) days from delivery of the final Space Needs Analysis within which to review and to provide written approval, request for changes, or disapproval of the final Space Needs Analysis. None of the Non -Trustees Parties shall unreasonably withhold its consent to the final Space Needs Analysis except to the extent the final Space Needs Analysis are materially inconsistent with the draft Space Needs Analysis. If any of the Non -Trustees Parties requests changes or disapproves of the final Space Needs Analysis, that Non -Trustees Party shall state its grounds for the requested changes or disapproval in reasonably written detail. In the event one or more of the Non -Trustees Parties requests changes or disapproves of the final Space Needs Analysis, then all the Non -Trustees Parties agree to meet as expeditiously as possible and attempt to address the requested changes or to resolve the grounds for disapproval. If the Non -Trustees Parties do not provide written requests for changes or disapproval within such thirty (30) day period, the final Space Needs Analysis Study shall be deemed approved. b. Phase 2 Design Components i. The Architect shall be provided an estimated thirty (30)days from receiving 41 Eighth Draft Clean Version 11/07/2022 -S- its Notice to Proceed to complete the preliminary Phase 2 Schematic Design Components. ii. Upon completion of the Phase 2 Schematic Design Components in accordance with the approved Space Needs Analysis, the Architect shall prepare and deliver the Phase 2 Schematic Design Components to the Non - Trustees Parties. The Non -Trustees Parties shall have a period of thirty (30) days from delivery of the Phase 2 Schematic Design Components within which to review and to provide written approval, request for changes, or disapproval of the y Phase 2 Schematic Design Components. None of the Non -Trustees Parties shall unreasonably withhold its consent to the Phase 2 Schematic Design Components except to the extent the Phase 2 Schematic Design Components are materially inconsistent with the final Space Needs Analysis. If any of the Non -Trustees Parties requests changes or disapproves of the Phase 2 Schematic Design Components, that Non - Trustees Party shall state its grounds for the requested changes or disapproval reasonably written detail. If the Non -Trustees Parties do not provide written requests for changes or disapproval within such thirty (30) day period, the Phase 2 Schematic Design Components shall be deemed approved. iii. The Architect shall be provided an estimated sixty (60) days from receiving its approval of the preliminary Phase 2 Schematic Design Components to complete the Phase 2 Design Development Components. iv. Upon completion of the Phase 2 Design Development Components in accordance with the approved Phase 2 Schematic Design Components, the Architect shall prepare and deliver the preliminary Phase 2 Design Development Components to the Non -Trustees Parties. The Non -Trustees Parties shall have a period of thirty (30) days from delivery of the Phase 2 Design Development Components within which to review and to provide written approval, request for changes, or disapproval of the preliminary Phase 2 Design Development Components. None of the Non -Trustees Parties shall unreasonably withhold its consent to the Phase 2 Design Development Components except to the extent the Phase 2 Design Development Components are materially inconsistent with the Phase 2 Schematic Design Components. If any of the Non -Trustees Parties requests changes or disapproves of the Phase 2 Design Development Components, that Non -Trustees Party shall state its grounds for the requested changes or disapproval reasonably written detail. If the Non -Trustees Parties do not provide written requests for changes or disapproval within such thirty (30) day period, the preliminary Phase 2 Design Components shall be deemed 42 -10- approved. Eighth Draft Clean Version 11/07/2022 v. The Architect shall be provided an estimated thirty (30) days from receiving its approval of the Phase 2 Design Development Components to complete the Phase 2 (50%) Design Construction Documents Components. vi. Upon completion of the Phase 2 (50%) Design Construction Documents Components in accordance with the approved Phase 2 Design Development Components, the Architect shall prepare and deliver the Phase 2 (50%) Design Construction Documents Components to the Non - Trustees Parties. The Non -Trustees Parties shall have a period of thirty (30) days from delivery of the Phase 2 (50%) Design Construction Documents Components within which to review and to provide written approval, request for changes, or disapproval of the Phase 2 (50%) Design Construction Documents Components. None of the Non -Trustees Parties shall unreasonably withhold its consent to the Phase 2 (50%) Design Construction Documents Components except to the extent the Phase 2 50% Design Construction Documents Components are materially inconsistent with the Phase 2 Design Development Components. If any of the Non - Trustees Parties requests changes or disapproves of the Phase 2 (50%) Design Construction Documents Components, that Non -Trustees Party shall state its grounds for the requested changes or disapproval reasonably written detail. If the Non -Trustees Parties do not provide written requests for changes or disapproval within such thirty (30) day period, the Phase 2 (50%) Design Construction Documents Components shall be deemed approved. vii. The Architect shall be provided an estimated forty-five (45) days from receiving its approval of the Phase 2 (50%) Design Construction Documents Components to complete the Phase 2 (100%) Design Construction Documents Components. viii. Upon completion of the Phase 2 (100%) Design Construction Documents Components in accordance with the approved Phase 2 (50%) Design Construction Documents Components, the Architect shall prepare and deliver the Phase 2 (100%) Design Construction Documents Components to the Non - Trustees Parties. The Non -Trustees Parties shall have a period of thirty (30) days from delivery of the Phase 2 (100%) Design Construction Documents Components within which to review and to provide written approval, request for changes, or disapproval of the Phase 2 (100%) Design Construction Documents Components. None of the Non -Trustees Parties shall unreasonably withhold its consent to the Phase 2 (100%) Design Construction Documents Components except to the extent the Phase 2 (100%) Design 43 Eighth Draft Clean Version 11/07/2022 -11- Construction Documents Components are materially inconsistent with the Phase 2 (50%) Design Construction Documents Components. If any of the Non -Trustees Parties requests changes or disapproves of the Phase 2 (100%) Design Construction Documents Components, that Non -Trustees Party shall state its grounds for the requested changes or disapproval reasonably written detail. If the Non -Trustees Parties do not provide written requests for changes or disapproval within such thirty (30) day period, the Phase 2 (100%) Design Construction Documents Components shall be deemed approved. The Architect shall be provided an estimated thirty (30) days from receiving its approval of the Phase 2 (100%) Design Construction Documents Components to address/correct any approval comments to the Phase 2 (100%) Design Construction Documents Components. c. Phase 3 Construction Promptly following the execution of the Construction Contract and the issuance of all required approvals and permits, St. Lucie shall cause the Contractor to commence the Work and to diligently and continuously pursue the Work to Completion. The term "Completion" as used in this Section shall mean the completion of the Work, as evidenced by the issuance of a temporary or final certificate of occupancy or completion, as applicable, and the completion of all "punch -list" items. ii. There shall be no change to the Phase 2 Design Components, except pursuant to an Authorized Change Order. As used in this Agreement, an "Authorized Change Order" shall mean a written instrument initiated and prepared by the Contractor and signed by St. Lucie and the Architect stating their agreement of the following: (i) the agreed change in the Work; and (ii) the extent of the adjustment in the New Improvements Construction Budget, if any. All change orders initiated by the Contractor in excess of $20,000 shall be provided to the Non -Trustees Parties by St. Lucie for review and approval prior to being executed by St. Lucie. The Non -Trustees Parties have five (5) business days to approve or disapprove the change order. St. Lucie shall have a period of ten (10) business days following receipt of a request to approve a change order within which to review and approve same. If St. Lucie fails to respond within such ten (10) business day period after the receipt of the proposed change order, then such proposed change order shall be deemed approved provided, however, in no event shall the Counties be obligated to pay any costs associated with change orders in the event such Eighth Draft Clean Version 11/07/2022 -12- costs cause the costs to exceed the New Improvements Construction Budget without a separate written consent from the Counties identifying the additional funds to be provided. Such separate written consent shall not be deemed to have been provided by a County's failure to object to a change order. St. Lucie shall have the absolute right to deny any change order request that would cause the New Improvements Construction Budget to be exceeded. iii. The New Improvements Construction Budget shall be subject to increase only as a consequence of Authorized Change Orders (as defined herein), to the extent such Authorized Change Orders actually increase the New Improvements Construction Budget; provided, however, that the Counties obligations shall be limited to the New Improvements Construction Budget as may be amended. iv. The Non -Trustees Parties shall have the right to monitor the construction progress of the New Improvements at all times and to attend project progress meetings and shall be authorized to access the Property to perform site visits, provided that the Counties shall not give direction, whether verbally or in writing or otherwise, to any Contractor, Architect or consultant engaged by St. Lucie except in an emergency situation. 6. Miscellaneous Provisions. a. Any alteration, variation, modification, extension, renewal, or waiver of the provisions of this Agreement shall be valid only when reduced to writing, duly authorized and signed, by all parties, and attached to the original. b. This Agreement shall be binding on the Parties hereto, their successor and assigns when permitted. c. This Agreement embodies the whole understanding of the parties. There are no promises, terms, conditions, or obligations other than those contained herein; and this Agreement shall supersede all previous communications, representations, or Agreements, either verbal or written, between the parties hereto. d. This Agreement shall be filed with the Clerks of the Circuit Court of Indian River County, Martin County, Okeechobee County and St. Lucie County, Florida, prior to its effectiveness. e. The Agreement may only be amended by a written document signed by all parties and filed with the Clerks of the Circuit Court of Indian River County, Martin County, Okeechobee County, and St. Lucie County, Florida. W -13- B. NOTICE. Eighth Draft Clean Version 11/07/2022 All notices or communications hereunder shall be in writing and shall be deemed duly given if delivered in person or sent by certified or registered mail, return receipt requested, first class, postage prepaid and addressed as follows: IF TO IRSC: Vice President of Financial Services and CFO 3209 Virginia Avenue Fort Pierce, Florida 34982 IF TO MEDICAL EXAMINER: Medical Examiner for District 19, Florida 2500 South 35th Street Fort Pierce, Florida 34981 IF TO COUNTIES: St. Lucie County Administrator 2300 Virginia Avenue Fort Pierce, Florida 34982 With a copy to: With a copy to: With a copy to: Indian River County Administrator 180127 th Street, Building A Vero Beach, Florida 32960 Martin County Administrator 2401 S.E. Monterey Road Stuart, Florida 34996 Okeechobee County Administrator 304 Northwest Second Street Okeechobee, Florida 34972 IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officials on the dates stated below. This Agreement may be executed in counterparts and each fully executed counterpart shall be deemed an original instrument. M Eighth Draft Clean Version 11/07/2022 -14- DISTRICT BOARD OF TRUSTEES OF WITNESS: INDIAN RIVER STATE COLLEGE BY: (SEAL) Date: APPROVED AS TO FORM & LEGAL SUFFICIENCY: GENERAL COUNSEL 47 -15- ATTEST: Clerk (SEAL) Eighth Draft Clean Version 11/07/2022 BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA BY: Chair, Board of County Commissioners Date: APPROVED AS TO FORM AND CORRECTNESS: County Attorney EK -16- ATTEST: CLERK Eighth Draft Clean Version 11/07/2022 BOARD OF COUNTY COMMISSIONERS MARTIN COUNTY, FLORIDA Chair, Board of County Commissioners APPROVED AS TO FORM & LEGAL SUFFICIENCY: COUNTY ATTORNEY -17- ATTEST: Clerk Eighth Draft Clean Version 11/07/2022 BOARD OF COUNTY COMMISSIONERS OKEECHOBEE COUNTY, FLORIDA BY: Chair, Board of County Commissioners 4ND 50 5:� ATTEST: Clerk (SEAL) Eighth Draft Clean Version 11/07/2022 BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA BY: Chair, Board of County Commissioners Date: APPROVED AS TO FORM AND CORRECTNESS: County Attorney 51 -19- WITNESS: Notary Public (and Seal) Eighth Draft Clean Version 11/07/2022 MEDICAL EXAMINER DISTRICT 19, FLORIDA By: Date: 52 116 County Administrator's Matters November 8, 2022 RvER � Office of the INDIAN RIVER COUNTY * * 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: November 1, 2022 SUBJECT: Interim County Administrator Per Board direction at the November 1, 2022 County Commission Meeting, staff is asking for the Board to continue discussion regarding selection of an interim county administrator. 53 0L �N ER c , Office of the 2-1 INDIAN RIVER COUNTY * * ADMINISTRATOR OR10 Jason E. Brown, County Administrator Michael C. Zito, Assistant County Administrator MEMORANDUM TO: Members of the Board of County Commissioners FROM: Kathy Copeland Legislative Affairs and Communications Manager DATE: November 16, 2022 SUBJECT: Overview — Preliminary 2023 Legislative Priorities BACKGROUND On November 1, 2022, in preparation for the 2023 Florida legislative session, the Commission approved participation in a Four -County Commission meeting to discuss legislative priorities with fellow Commissioners from Martin County, St. Lucie County and Okeechobee County. The meeting will be held on Thursday, December 15, from 9:00 am to 12:00 pm at the Indian River State College Pruitt Campus, 500 NW California Blvd., Port St. Lucie, FL 34986. Each County will present their preliminary legislative priorities and Commissioners will have the opportunity to identify and discuss issues of mutual interest that may warrant united support. There will be no votes taken at this meeting. Additionally, the Florida Association of Counties (FAC) will be holding their annual Legislative Conference November 30" through December 2. At this conference, various policies will be up for consideration by the FAC. The presentation today will highlight legislative priorities identified by staff. Some of these items may be discussed at the Four County Commission meeting or the Legislative Conference. This is an early opportunity for the Board to provide guidance to staff and to make any additions and/or deletions to the overall package deemed appropriate. Following these two events, and considering additional updates on issues that may be addressed during the 2023 Legislative Session, staff will present a proposed Final 2023 Legislative Priority list to the Board for consideration. 54 RECOMMENDATION Staff recommends that the Indian River County Board of County Commissioners accept the Preliminary Legislative Package, with any changes as deemed appropriate by the Board, with the understanding these priorities might be revised following the Four County Commission meeting, the FAC Legislative Conference, and as time draws closer to the beginning of legislative session. ATTACHMENT Preliminary 2023 Legislative Priorities Presentation /KC 6-1 I diSlative Prod OUTLINE 2023 Florida Legislative Session • Important Dates 3 • Delegates 4 • Guiding Principles 5 • State Appropriations Requests 6 • Project Pages • 8th St Stormwater 7 • Emergency Operations Center 8 • Traffic Operations Center 9 • Medical Facility 10 . Legislative Priorities • Indian River Lagoon 11 • Legislative Priorities 12 • Beach Restoration and Renourishment 13 • Additional Legislative Priorities 14 • Concerns • Finance and Tax Policies 15 • Administration Policies 17 • Health, Human Services and Public Safety Policies 18 • Environmental Resources and Water Policies 19 • Growth Management and Infrastructure Policies 20 Important Dates 2022 Tuesday, November 22 Organizational Session Wednesday November 30 - Friday, December 2 FL Assoc. of Counties, Legislative Conference Hilton St. Petersburg Bayfront Monday, December 12 - Friday, December 16 2023 Tuesday, January 3 - Friday, January 6 Tuesday, January 17 - Friday, January 20 Monday, January 23 - Friday, January 27 Monday, February 6 - Friday, February 10 Monday, February 13 - Friday, February 17 Monday, February 20 - Friday, February 24 Tuesday, March 7 Wednesday, March 14 - 16 Special Session Committee Meetings Committee Meetings Committee Meetings Committee Meetings Committee Meetings Committee Meetings Regular Legislative Session Convenes Chamber of Commerce Legislative Day (15th) Host Hotel: Doubletree Downtown Tallahassee Wednesday, March 15 FL Assoc. of Counties, Legislative Day FSU Turnbull Conference Day - Tallahassee Friday, May 5 Final Day of Session 2023 Florida Legislative Session % The 2023 Florida Legislative Session will convene in Tallahassee, on Tuesday, March 7, 2023 and will run through Friday, May 5, 2023 fliw 11101 ., 6 Guiding Principles Overarching principles guide the State Legislative Program for Indian River County (IRC). Support - County Home Rule. The Indian River County BCC supports main- taining the integrity of county home rule power, both administrative and fis- cal, and views this authority conferred to Florida counties by Article VII, Sec- tion 1(f) and 1(g) of the Florida Constitution (1968), and by section 125.01, Florida Statues, as vital to developing and implementing community-based solutions to local problems. Oppose - Preemptive Legislation. The Indian River County BCC opposes any effort to preempt locally elected officials from making fiscal and public policy decisions on behalf of the citizens they represent. Oppose - Unfunded Mandates. The Indian River County BCC opposes any leg- islation or any other proposal that would shift costs for providing services, programs or benefits from the state to the Local level, without concurrence by the impacted local government. Oppose - "One Size Fits All" Solutions. The Indian River County BCC opposes any proposed solutions that add or shift costs from the State to the(ocal lev- el. 5 Project Description with Costs 8th Street Stormwater Treatment & Storage Area (Located along the Lateral C Canal at 8th Street & 74th Avenue) => State Requested Funds - 1,875,000 (30%) => Total Project costs - 6,250,000 Indian River County Emergency Operations Center Expansion => State Requested Funds - 2,610,00 (30%) => Total Project costs - 8,700,000 Indian River County Traffic Operations Center => State Requested Funds - 1,125,000 (25%) => Total Project costs - 4,500,000 District 19 Medical Examiner Facility =:> State Requested Funds - 1,000,000 61 ! R z 6 PROJECT DESCRIPTION Construct a water storage/pollutant removal system (stormwater park) on an unimproved 38.35- acre parcel, owned by the County, located at 7205 8`h Street, Vero Beach, FL 32968. The primary goal of the proposed system is to improve water quality in the Indian River Lagoon by addressing the Total Maximum Daily Loads (TMDLs) identified in the Central Indian River Lagoon's Basin Management Action Plan (BMAP). The conceptual design calls for construction of a water storage/treatment pond on the former agricultural property. A portion of the stormwater flow from the Indian River Farms Water Control District (IRFWCD) Lateral C drainage canal will be diverted into the created pond for storage and treatment prior to ultimate discharge into the Lagoon. Utilizing a constructed pump station, stormwater from the Lateral C canal will be brought onto site where aquatic vegetation will be used to naturally uptake phosphorus and nitrogen, lowering the concentrations before returning the water by controlled releases back to the canals before finally discharging into the Lagoon. The pond will also function as a storage pond during heavy rain events with water released during drier times, reducing the pulse discharges to the Lagoon. Benefits • Reduction of pollutant loading to the Indian River Lagoon (consistent with FDEP type projects favorable for their environmental benefits). • Flexibility in management of pulsed discharges to the Lagoon. Ability to hold water in the storage pond during heavy rain events, and actively manage the pond's levels and the riming of releases back to the network of canals, reducing potential impacts to the Lagoon. • Compliance with BMAP. While not completely quantifiable at this time, the proposed project will be eligible for total nitrogen and total phosphorus BMAP credits. Total Project Cost $6,250,000 Appropriations Request $1,875,000 (30%) PROJECT DESCRIPTION Construction of a 10,000 square -foot, two-story addition to the existing single -story Emergency Operations Center (EOC) located at 4225 43rd Avenue, Vero Beach, FL, 32967. The current facility, constructed between 2006-2007, is significantly undersized for the County's growing population and increased emergency response needs. The EOC renovation/expansion will occur on the north side of the existing facility. It will be constructed using the latest Florida Hurricane Building Codes to ensure the resiliency of the investment into the future. The expansion will include facilities and bunk rooms necessary for overnight operations and communications during storm and other emergency events. Benefits The County's Emergency Operations Center (EOC) provides dispatch/response/recovery during emergency events for a population of 161,000. The added construction will provide a centralized location for Emergency Management Services (EMS) management and staff, training areas, and safe storage for critical Fire Rescue personnel's equipment. The construction addition provides for expanded EOC operations capability during the preparation, response (during onslaught) and recovery stages of emergency events. The ability to co -locate County staff and essential partners staff during an emergency event greatly increases the efficiency of response and recovery. This project contributes to the "National Preparedness Goal" as outlined by FEMA and the on-site electrical charging stations will reduce IRC's carbon emissions. Training facilities, and increased response and recovery times impact efficiencies of resources regionally as all resources are pooled during declared disasters. Total Project Cost $8,700,000 Appropriations Request $2,610,000 (30%) 63 PROJECT DESCRIPTION This is a construction project which will include demolition of an existing facility built prior to the adoption of Florida Hurricane Building codes for wind speeds. Requested dollars are anticipated to cover demolition of the existing facility and construction of the protective, hardened facility. Demolition and rebuild is preferred over relocation because this site is in close proximity to the existing Emergency Operations Center. This project is construction ready with the local match identified. Benefits The new facility will allow for multi -jurisdictional traffic control system efficiently following an emergency/disaster event. Further, the project will enhance the protection of tax payers invested dollars in equipment that provides for county -wide traffic signaling and coordination, central monitoring, increased signal efficiency, reduced traffic congestion and increased safety. A hardened building will allow for the pre - staging of equipment necessary for the rapid response and will optimize the Traffic Team's ability to deploy such equipment and staff following an emergency event greatly increasing the County's ability to maintain consistency and continuity in traffic flow, and to reduce congestion and travel hazards. FA"sTEEYAPp: TW �V Fti •Mry'Fi •:.':YY �. Total Project Cost $4,500,000 Appropriations Request $1,125,000 (25%) M, 9 PROJECT DESCRIPTION Planning and design funding ($1,000,000) for a new District 19 Medical Examiner Facility to be located on the Indian River State College main campus in Ft. Pierce, Florida. Currently the Medical Examiner operates in leased space, built in the 1970s and located on the Indian River State College main campus. The current facility has been deemed beyond rehabilitation. The match for this request is proposed to be jointly shared by four counties: St. Lucie, Martin, Okeechobee and Indian River. The combined cost share commitment is based on the percentage of use. Based on the percentage of use, each county's financial commitment equals approximately $265,250. Additionally, Indian River State College Board of Trustees has agreed to provide a long-term lease of two acres of Trustee owned land for the new facility. Benefits The District 19 Medical Examiner building is not only dilapidated creating health and safety issues, the space is undersized for this region's existing and growing population. A newly constructed and modernized facility will substantially upgrade service to citizens in this region , providing dignity to the deceased and their families. It will also better assist the State Attorney's Office in their criminal prosecution and ensure timely determinations in accordance with Florida Statute Chapter 406. Funding assistance with the planning and design of a new District 19 Medical Examiner Facility is timely and critical to the expedition of a newly constructed facility on the land designated by the College. Dostrict 19 Indian River Martin Okeechobee St. Lucie i nodi ani P_ry e St. Lucie Martin 10 Legislative Priorities Indian River Lagoon The 156 -mile -long Indian River Lagoon is one of the most biodiverse ecosystems in the nation and is a treasure for the State of Florida. The Lagoon provides an economic benefit by promoting tourism and creating recreational opportunities for residents. The Lagoon is also an important element in the protection of our environment, including endangered and protected plant and animal populations. The County hopes to continue its partnership with the State of Florida to implement projects that will reduce the nutrient load in the Lagoon so future generations can enjoy this natural wonder. Position: Indian River County BCC SUPPORTS policies that will enhance the economic wellbe- ing of Indian River County by treating and monitoring the health of the Lagoon; and SUP- PORTS funding for projects, including septic to sewer conversions, that will aid in protection of the Lagoon. M. 11 Legislative Priorities _\LOR►D%_ Beach Restoration and Renourishment The Florida Department of Environmental Protection (FDEP) has a Beach Management Funding Assistance Program to protect and restore the state's beaches. Erosion leaves miles of beaches, public infrastructure and upland development vulnerable to future storm events as well as impacting tourism. Currently, beach renourishment is funded via docu- mentary stamps along with countless other programs. This leaves beach renourishment projects fighting every year for a very small piece of a large pie. Indian River County, like its sister counties to the north and to the south on Florida's east coast, has a natural nearshore hardbottom resource. This resource is classified as an es- sential fish habitat. It provides foraging and breeding grounds for juvenile fish. Indian River County's beach management plan is specifically customized to maximize the fill while mini- mizing the impact to the nearshore hardbottom resource. Position: Indian River County BCC SUPPORTS the increased flexibility in sources of local funding for beach restoration and renourishment projects. 67 12 Legislative Priorities Broadband Internet Service The lack of broadband internet service in rural and underserved areas was a challenge for many households and businesses across the state during the COVID-19 pandemic. This creat- ed roadblocks for business expansion in rural and underserved areas of our community. It is imperative that these areas contain the infrastructure and service capability necessary to pro- vide efficient internet service to residents. By working with the Florida Legislature, the Office of Broadband, and community stakehold- ers, Indian River County hopes to implement programs that will aid in providing efficient In- ternet service to the rural and underserved communities within the County. Position: Indian River County BCC SUPPORTS legislation which directs the Office of Broad- band to expand access to effective broadband internet service in rural and underserved are- as; and SUPPORTS additional funding for grant programs and initiatives that promote access to effective broadband internet service in rural and underserved areas. 13 Additional Legislative Priorities Affordable Housing SUPPORT the existing state housing trust funds for affordable housing pro- grams, specifically the local State Housing Initiatives Partnership (SHIP) and State Apartment Incentive Loan program (SAIL). OPPOSE efforts by the legislature to not fully fund the state housing trust fund for affordable housing programs. Vacation Rentals OPPOSE policies that would preempt a local government's ability to have local ordinances related to vacation rentals. No -Discharge Zones SUPPORT policies that create or establish No -Discharge Zones in the Indi- an River Lagoon, prohibiting boats from discharging treated or untreated sewage into the County's waterbodies. Concerns OJ Millage Rates and Tax Policies OPPOSE policies that will negatively change the formula for calculat- ing a local government's maximum millage rate; OPPOSE policies that prohibit local governments from redeeming earned rolled back credits. Communications Service Tax SUPPORT policies that (1) modernize the Communication Service Tax in a manner that is revenue neutral; (2) simplify administration and collection of the tax; (3) provide for a broad and equitable tax base; (4) ensure enhanced stability and reliability; and (5) provide the oppor- tunity for market-based application. Shared Revenue Sources SUPPORT policies that consider impacts to the state revenues shared with counties for the provision of local services. OPPOSE permanent modifications to state shared revenue sources or related funding formulas that would significantly impact the counties' ability to continue to fund local services. Tax Reform SUPPORT tax reform measures that simplify administration, enhance effectiveness to meet current and future public service demands, and provide an economic boost to Florida's taxpayers while at the same time consider and minimize the collective and cumulative negative impacts on local revenues. Local Preemption on Business Regulation and Taxes OPPOSE policies that would remove the authority for counties and municipalities to increase business tax rates or to impose additional business taxes in the future. Local Government Fiscal Responsibility OPPOSE policies that would negatively impact the collection of ad valorem taxes and other revenue sources. 70 Concerns OFinance and Tax Policies Continued Local Government Fiscal Responsibility OPPOSE policies that would negatively impact the collection of ad valorem tax- es and other revenue sources. Constitutional Officers SUPPORT policies that provide adequate state funding for constitu- tionally prescribed county officers that are required to perform duties on behalf of the State of Florida. SUPPORT an increase in transparency for Constitutional Officer's cost of providing services to taxpayers. Tourist Development Tax OPPOSE policies that mandate tourist development funds be diverted away from local communities, or impair the County's use of the funds for local tourist development. Fuel Taxes SUPPORT indexing local option fuel taxes to annual adjustments of the Consumer Price Index. County Funding of Court -Related Costs SUPPORT policies to remove the automatic 1.5% increase in funding for Court related functions. SUPPORT policies to increase funding for service fees charged for re- cording documents and instruments to adequately fund the Court pur- suant to s. 28.24(12)(e), F.S., from $4.00 to $8.00, so that $6.00 of the fee is distributed to county commissions to help fund court- related technology and technology needs as mandated by s. 29.008(1)(f)(2), F. S. Funding Judicial Responsibilities OPPOSE the use of local revenue sources to fund the State of Flori- da's judicial responsibilities. 71 ORV 1 v>ERC Concerns Health, Human Services and * * w4 Public Safety Policies 0 Medicaid Services SUPPORT policies to establish a 3% cap on growth in the individual county Medicaid costs under s. 409.915, F.S. SUPPORT the provision determining the rate of overall growth of the County Medicaid cost share be maintained at 50% and not be changed to 100% of the rate of growth in the State Medicaid expenditures. OPPOSE efforts to further shift state Medicaid costs to counties. Coverage For Emergency Services OPPOSE policies that would negatively impact the Indian River Coun- ty Emergency Services District's ability to be reimbursed for providing advance life services and basic life services to patients who have out -of -network providers. Medical Examiners OPPOSE policies that prohibit medical examiners from charging a fee for examination and autopsy services which a medical examiner is re- quired to perform by law for cremation services. First Responders SUPPORT the use of Critical Incident Stress Management Plans to assist first responders with psychological traumas including post- traumatic stress syndrome. Emergency Shelters- Reimbursements SUPPORT policy changes that allow school boards, municipalities, or other emergency sheltering entities to directly seek reimbursement from FEMA for emergency sheltering. Certificates of Public Convenience and Necessity (COPCN) OPPOSE policies relating to COPCNs which would negatively impact the County's Emergency Services District's ability to provide services. W Concerns Administration Policies Local Government Accountability and Transparency SUPPORT policies that promote the provision of accurate and acces- sible administrative and fiscal public information in a manner that is fiscally responsible, publicly comprehensible, technologically efficient, and that does not constrain the effective administration of local ser- vices. Local Government Administration SUPPORT policies related to retirement, workers' compensation and other administrative systems based on sound and accurate data ana- lyzed with consideration for state and local fiscal impact, fairness and accessibility for state and local employees, as well as, predictability and stability relative to market forces for the long-term effective management of state and local financial plans. State of Emergency SUPPORT policies that facilitate local government access to dis- aster relief funding. OPPOSE policies that would hinder the County's ability to provide services to the community immediately following a natural disas- ter. 73 Concerns Environmental Resources and Water Policies Septic to Sewer SUPPORT an Indian River Lagoon and Caloosahatchee River 50/50 grant matching program in support of septic to sewer conversions to include all of the communities along the Indian River Lagoon. Derelict Vessels SUPPORT policies that would streamline the process to remove dere- lict vessels from the waterways of the State of Florida. SUPPORT revised statutory authority and continued state funding for the enforcement and removal of derelict vessels, with emphasis on chronic offenders. Green Space Funds SUPPORT policies that add conservation lands to the list of green - space areas eligible for funding related to management and the re- moval of exotic and nuisance native vegetation. 74 Concerns Environmental Resources and tcLLDWater Policies Growth Management OPPOSE policies that would require local governments to incorpo- rate additional goals, objectives, policies or elements into its com- prehensive plan. Florida Building Commission SUPPORT policies that promote a fair and balanced Florida Building Commission which includes members from all of the industries regu- lated by the Florida Building Code. OPPOSE policies that seek to limit the representatives on the Florida Building Commission. Impact Fees OPPOSE policies that would prohibit the collection of impact fees no earlier than the issuance of the certificate of occupancy or otherwise negatively impact the County's ability to use impact fees for infra- structure costs. Municipal Service Areas SUPPORT policies that provide where a county has, by ordinance, es- tablished one or more utility service areas in the unincorporated area and where the county has the current ability to provide service, a mu- nicipality may not provide utility services within such county service area(s) without consent of the county. Jackie Robinson Training Complex QRTQ OPPOSE policies that would (1) inhibit the County's ownership rights or ability to use the ]RTC or (2) negatively impact the County's bonds associated with the JRTC. �y INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS ADMINISTRATION Jason Brown County Administrator Kathy Copeland Legislative Affairs and Communications Manager 1801 27th Street I Vero Beach, FL 32960 ww. ircgov.com 2023 STATE LEGISLA-liv", PRIORITIES (PRELIMINARY Initial Board of County Commissioner's Review/D November 22, 2022 Kathy Copeland Legislative Affairs and Communications Manager • Today is Organizational Session `' • FAC Legislative Conference (Nov 30- Dec • Four County Commission (Dec 15) 'Special Session (Dec 12"- Dec 16A., 'Committee Meetings (Jan 3 - Feb 24) • Regular Legislative Session Convenes (Mar 2023 State Legislative Program Indian River County Board of County Commissioners Adopted: Upon Board Approval Working document until final acceptance. Refinements following the Four County Commission Meeting and Florida Association of Counties Legislative Conference. Return to the Board prior to 2023 Legislative Session. PRINCIPLES Support Home Rule Oppose Unfunded Mandates Oppose "One Size Fits All" Solutions Indian River Lagoon - Support policies and funding opportunities that enhance th 19MMbftffl vitality of the Lagoon as well as its overall health, r Beach Restoration and Renourishment- Consistently on the County's list and this year ;t is especially critical to support increased flexibility in funding sources for renourishment projects. Broadband - Support additional funding for grant programs and initiatives that promote access to effective broadband internet service in rural and underserved areas. Additional Priorities - High profile year after year, policies impacting Vaca*ion Rentals. Oppose policies that would preempt the County's ability to have local ordinances. STRATEGIES FOR PROJECT FUNDING 0 • In addition to the Medical Examiner, Building, staff identified 3 projects. All have merit, path to funding might b - ., different. • Either way, requests are stronger with cost -share identified, when staff (legislative & executive) are fully knowledgeable & engaged. 8th Street Stormwater Treatment & Storage Area r (Located along the Lateral C Canal at 8th Street & 74th Avenue) ?: State Requested Funds - $1,875,000 (30%) Total Project Costs - $6,250,000 Indian River County Emergency Operations Center Expansion State Requested Funds - $2,610,000 (30%) Total Project Costs - $8,700,000 Indian River County Traffic Operations Center State Requested Funds -$1,125,000 (25%) Total Project Costs - $4,500,000 District 19 Medical Examiner Facility State Requested Funds - $1,000,000 State Appropriation Requests LOCATED ALONG THE LATERAL C CANAL AT 8TH STREET & 74TM AVENUE Dual purpose project(38.35 acres -water storage & water treatment) Pump Station will move water from Lateral C canal to a constructed pand • Pond also utilized to lower nutrient concentrations via aquatic vegetation :t Controlled releases back to canal prior to discharge tnfa #heaaoony xyi EMERGENCY OPERATIONS CENTEREx, so Renovation and expansion protect • Current facility undersized for growing population Primarily the expansion will provide for overnight operations and communications during emergency events TRAFFIC OPERATIONS CENTER Demolishing and rebuild • Located close proximity to EOC Pre -staging of equipment necessary for rapid response Efficient operation of multi -Jurisdictional traffic control system post event MEDICAL EXAMINER FACILITY Shared cost among four counties • Located on Indian River State Campus in Ft Pierce (in-kind) Dilapidated building accommodates growing population ► Recommendation: ► Staff recommends the IRC Board of County Commissioners accept the Preliminary Legislative Package, with any changes as deemed appropriate by the Board, recognizing the priorities might be revised following the Four County Commission meeting, the Florida Association of Counties Legislative Conference, and as time draws closer to the beginning of legislative session. /aAl INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown, County Administrator THROUGH: Phillip J. Matson, AICP; Community Development Director FROM: John Stoll; Chief, Long Range Planning DATE: November 15, 2022 RE: Consideration of Kessel Medical, Ines Request for a Local Jobs Grant It is requested that the information herein presented be given formal consideration by the Board of County Commissioners at its meeting of November 22, 2022. DESCRIPTION AND CONDITIONS As part of the County's initiatives to improve the local economic base, a package of economic development incentives designed to attract targeted businesses to the county and to encourage existing businesses to expand their operations within the county was established in 1996. Included in that package of incentives was a local job grant program. That program, which was revised by the Board of County Commissioners in October 2000, December 2006, and March 2009, provides a financial incentive to businesses that create good paying, full-time jobs in Indian River County. Kessel Medical, Inc has applied for a local job grant for its business which will manufacture small medical devices. As proposed, Kessel Medical, Inc will bring a targeted business with approximately twenty (20) new jobs to the county. To be eligible for the County's Local Job Grant Program, an applicant must create at least 5 new jobs, and those jobs must pay wages equal to or greater than 75% of the county's average annual wage ($46,289 current average annual wage). Currently, seventy-five percent of the County's average annual wage is $34,716.75, and twenty (20) of the proposed twenty (20) jobs meet the minimum wage requirements for the job grant application. Based upon proposed wages and jobs, Kessel Medical, Inc. is eligible to receive up to a $106,000 jobs grant. 77 ANALYSIS Company Kessel Medical, Inc is a medical device manufacturer specializing in in vitro diagnostics and neurosurgical implants. The company was founded in 2021 and currently manufactures permanent implants used in the repair of severed (peripheral) nerves (FDA cleared device) as well as wearable sensors for the detection of sleep apnea in support of ongoing clinical studies. Kessel Medical, Inc will expand their existing business in Indian River County and will create twenty (20) new jobs. All twenty (20) of the proposed jobs meet the minimum annual wage requirements under the Indian River County Local Jobs Grant Program. Due Diligence As part of the process of evaluating Kessel Medical for participation in the County's Local Jobs Grant Program, County staff and Chamber of Commerce staff conducted research on Kessel Medical, Inc., its officers, and agents. Actions taken as part of this due diligence process included: • Obtaining and evaluating a Dun and Bradstreet credit/financial report for Kessel Medical • Conducting a general internet search for Kessel Medical. and its officers using key words such as but not limited to "foreclosure" "lawsuit" "crime" "criminal" and "defendant"; • Checking the Florida Department of State Division of Corporations website for corporate registrations and liens; • Searching County official records for tax liens, judgments, and pending litigation; • Using Public Access to Court Electronic Records (PACER) to search for federal civil and federal bankruptcy actions; and • Other searches as needed Staff focused its due diligence research on the main sources of data readily available. Based upon that research and an evaluation by the Chamber's project review committee, Kessel Medical appears to be financially acceptable and appears not to have significant legal problems among its principals and officers that might raise concerns for providing Kessel Medical with public funds through the Local Jobs Grant Program. Under the jobs grant program, public funds are expended only after performance is verified (new jobs created at adequate wage levels). Local Jobs Grant Eli ig bili Review ➢ Industry Classification of Business To qualify for the County's Local Job Grant Program, a company must be one of the county's targeted industries. Under the County's target industry list, Kessel Medical, Inc. qualifies for the jobs grant program under the "Manufacturing/Warehouse/Distribution — Surgical Appliance and 78 Supplies Manufacturing." ➢ Job Creation Threshold As structured, the county's jobs grant program provides $3,000 for each new position created that pays from 75% to 99.99% of the County's average annual wage; $5,000 for each new position created that pays from 100% to 149.99% of the County's average annual wage; and $7,000 for each new position created that pays 150% or more of the County's average annual wage. Currently, the County's average annual wage is $46,289. It is anticipated that Kessel Medical will create 20 new jobs in Indian River County, and all 20 of the proposed jobs will meet the minimum job grant qualification of having wages that are above 75% of the County's average annual wage ($34,716.75). Grant Calculation The following table indicates the number of proposed jobs in each wage category and the amount of job grant associated with that wage category and the total jobs grant amount. Category Qualified Jobs Amount per Job Total 75% of county average wage 0 $3,000 $0 100% of county average wage 17 $5,000 $85,000 150% of county average wage 3 $7,000 $21,000 Sub -Total Grant Amount $106,000 Jobs Grant Agreement If the Economic Development Council recommends that the Board of County Commissioners approve Kessel Medical Inc's Local Job Grant Application, staff will prepare a local job grant agreement to be executed between the County and Kessel Medical, Inc. That agreement will stipulate various requirements, including that: The grant will be payable over a five-year period by phase. Kessel Medical, Inc will provide copies of its quarterly reemployment compensation reports (RT — 6 forms) to the County so that the County can verify that the number of jobs claimed for each local job grant payment level is being provided. Kessel Medical, Inc will supply documentation to the County showing that employees reside within the County or in adjacent counties. 79 The agreement will also include automatic termination provisions that are dependent upon performance (or lack thereof) by Kessel Medical, Inc. Under those provisions, automatic termination will occur either on the date the County has made the last jobs grant payment or upon failure of Kessel Medical, Inc to meet the minimum of 5 jobs hiring deadline or upon failure to provide quarterly reports for a period of three years. Funding & Proposed Payment Schedule If approved, the local jobs grant will be funded from County General Fund contingencies taken from five separate County fiscal years starting in County fiscal year 2024-25. The following table indicates the proposed grant funds to be distributed to Kessel Medical Inc by fiscal year. FY Proposed Job Grant Payments 2024/25 $8,333.34 2025/26 $20,333.33 2026/27 $35,333.33 2027/28 $27,000.00 2028/29 $15,000.00 Total $106,000.00 The proposed payment dates and payment amounts stated will vary, depending upon actual performance by Kessel Medical Inc. Since there may be unanticipated delays in hiring new employees, an allowance for an administratively approved extension of up to one year will be included in the jobs grant agreement. That allowance could shift grant payments out by up to one year. CONCLUSION Based on the analysis conducted, staff has determined that Kessel Medical, Inc qualifies for a local job grant of up to $106,000. ECONOMIC DEVELOPMENT COUNCIL ACTION At its regular meeting on November 15, 2022 the Economic Development Council voted unanimously to recommend that the Board of County Commissioners approve a local jobs grant of up to $106,000 for Kessel Medical, Inc. 4 X11 RECOMMENDATION Staff and the Economic Development Council recommends that the Board of County Commissioners: 1. Approve a local job grant of up to $106,000 for Kessel Medical, Inc. 2. Authorize the Chair to sign the Jobs Grant Agreement for Kessel Medical, Inc after approval of the agreement by appropriate county staff and the county attorney's office (draft agreement attached) ATTACHMENTS 1. Jobs Grant Application 2. Draft Jobs Grant Agreement FXommunity Development\Users\EDplannr\INCENTIVES & FUNDING\JOBS GRANT PROGRAM\ACTIVE JOBS GRANTS\Kessel Medical, Inc\BCC Agenda Items%BCC agenda item - Kessel Medical.doc 5 SIV INDIAN RIVER COUNTY "FoR,� LOCAL JOBS GRANT PROGRAM APPLICATION Overview To attract new businesses to locate in Indian River County and to encourage existing businesses to expand locally, the Board of County Commissioners (the Commission) has established the Local Jobs Grant program. The program offers eligible businesses (those within the County's Target Industry list) financial incentives for creating new higher -wage jobs within the County and maintaining those jobs over multiple years. Targeted businesses that create five (5) or more new jobs within the County paying at least 75% of the current county average annual wage are eligible to apply. Effective 1/1/2022, the county uses the State's 2020 Average Annual Wage for IRC of $46,289. Qualifying businesses will be paid per job in accordance with the table below. An additional 10% bonus is available for a business that locates within the Indian River County/City of Vero Beach Enterprise Area of Gifford. Percent of Average Wage* of New Qualified Jobs Grant Amount per New Job Created 75% to 99.99% of county average annual wage $3,000 per job 100% to 149.99% of county average annual wage $5,000 per job 150% or more of county average annual wage $7,000 per job *.overage Annual Wage includes salary, bonuses, and commissions (excluding benefits). Local Jobs Grant payments are provided on a per job basis, with 1/3`d of the designated payment being made 1 year after the job is in place, 1/3`d of the designated payment being made 2 years after the job is in place, and 1/3`d of the designated payment being made 3 years after the job is in place. Application Review Process Generally, the Local Jobs Grant application and award process takes 30-45 days. Because the Jobs Grant program is an economic development incentive, jobs provided by a company prior to local jobs grant application review and approval are not eligible and should not be included in a Local Jobs Grant application. Applications are first reviewed simultaneously by the Indian River County Chamber of Commerce and the Indian River County Community Development Department to verify that the business meets eligibility criteria and that the application is complete. Once that determination is made, the Local Jobs Grant application is scheduled for review by the Indian River County Economic Development Council (EDC). 1 82 The EDC is an advisory board to the County Commission. As such, the EDC reviews Local Jobs Grant applications and provides comments and recommendations to the Commission. Generally, Local Jobs Grant applications are scheduled for consideration by the Commission =roximately 1 to 2 weeks after EDC review. If the Commission approves the application, a Local Jobs Grant agreement is executed between the County and the business and is effective on the day of the Commission approval. For any questions about the Local Jobs Grant program, please call the Indian River County Economic Development Planner at (772) 226 — 1243 or the Indian River County Chamber of Commerce Economic Development Director at (772) 567 — 3491, extension 121. Please Note: Both the Indian River County Chamber of Commerce and Indian River County conduct due diligence on local jobs grant applicant businesses, owners, officers, and agents. As part of the due diligence process, additional information may be requested. Confidential information and results of the County's and Chamber of Commerce's due diligence will be shared only between applicable county staff and the Chamber's Economic Development Director. If the Local Jobs Grant applicant is also applying for state economic development incentives, this confidential information and results of due diligence findings may be shared with Enterprise Florida staff, as covered by State Statute. 83 tiVE Y LOCAL JOBS GRANT PROGRAM APPLICATION I. APPLICANT INFORMATION: lease Fill In the Grey Shaded Cells Kessel Medical, Inc. Jack Cabell Griffis, III Business Name Donald Kenneth Griffin, H Jack Cabell Griffis, III Address Donald Kenneth Griffin, II Zip Code Business Owner(s) Full Legal Name(s) (e.g. John Howard Smith, Jr. Jack C. Griffis, III Officers Full Legal Names Agent(s) Full Legal Name(s) (Enter Officers in multiple lines above) 2345 14' Avenue, Suite 10 Vero Beach Florida 32960 Address City State Zip Code 404-583-6889 i riffis(a)kesselmedical.com www.kessehnedical.com Phone Number E-mail Website Jack Cabell Griffis III CTO Contact Person (Full Legal Name) Title Business Unit's Federal Employer Identification Number: 87-3981137 Business Unit's Unemployment Compensation Number: 13826710 Which of the following best describes this business: Yes/No X New business to Indian River County Existing business in Indian River County If an expansion, how many jobs are currently in the business? NA II. PROPOSED SITE LOCATION if known): UNKNOWN AT THIS TIME Vero Beach TBD Address City Zip Code UKNOWN AT THIS TIME LL BE INDIAN RIVER CO Properly Parcel Number(s) Current Location (if different) 2345 14'' Avenue, Ste 10 Vero Beach 32960 Address City Zip Code Unknown Property Parcel Number(s) III. BUSINESS DESCRIPTION: Give a full description of the primary business activities/functions: Medical device manufacturer specializing in in vitro diagnostics and neurosurgical implants. We are manufacturing finished devices for use in a variety of home and hospital environments serving as a contract manufacturer for numerous small medical device companies around the eastern United States. We were founded in 2021 and reached profitability in July 2022. Currently, we manufacture permanent implants used in the repair of severed (peripheral) nerves (FDA cleared device). We are also manufacturing wearable sensors for the detection of sleep apnea in support of ongoing clinical studies in preparation for FDA clearance. We have two other product lines in development, including intubation accessories and dermal patches used for vaccination of youths who suffer from peanut allergies. The founders (Jack Griffis and Don Griffin) have over 60 years of combined experience in the medical device industry, including 56 patents issued through the United States Patent and Trademark office. List the NAICS Codes for the business: 339113 Note: NAICS Codes for business types can be found at the following website: https:l/www.census.gov/eos/"-w/naics/ Will the site be a dedicated headquarters office (regional, national, or international ? Yes IV. JOB CREATION INFORMATION: Anticipated number of new full-time jobs that will be created by the business in Indian River County: 20 Salary range of new full-time jobs identified in the previous question: 45,000 —120,000 (PLEASE LIST ALL NEW POSITIONS AND SALARIES ON APPENDIX A OF APPLICATION) Phase Number of net new Date by which promised jobs will be Year Average full-time equivalent provided (Please circle the appropriate quarter end Annual jobs created by the date) Wages ($) business List jobs in no less than 1 and no more than 3 List at least 5 jobs in Phase 1. phases. I 5 Dec. 3111 Mar. 31 st June 301'' Sept. 300i 2023 55,000 X II 6 Dec. 3151 Mar. 31 n June 30' Sept. 300' 2024 79,000 XLDec. III 9 1ST Mar. 3151 June 301 Sept. 300' 2025 54,000 Total 20 4 85 V. CRIMINAL/CIVIL FINES OR PENALTIES: List and explain any criminal or civil fines or penalties or ongoing investigations that have been imposed upon the company, its executives, or its affiliates and any recent bankruptcy proceedings of the applicant or its parent company: NONE VI. CONFIDENTIALITY: In accordance with Section 288.075 of the Florida Statutes, the Applicant may request that Indian River County maintain the confidentiality of all information regarding the Project (including information contained in this application) for the lesser of a 12 month period after the date of this application (which may be extended for an additional 12 months upon request), 6 months after the issuance of the final project order approving the project or until the information is otherwise disclosed. Please indicate whether the Applicant is requesting confidential treatment of the Project in accordance with Section 288.075 of the Florida Statutes. a Yes Xa No To the best of my*fiXyJz4O, the information included in this application is accurate. Signature of Oydner or Authorized Representative Jack Griffis Printed Name Y/20 Date :. JOBS GRANT APPLICATION CHECKLIST YES NO I Cover letter requesting confidentiality II Brief narrative that describes nature of applicant's business III. Letter of Authorization from owner if applied for by anyone other than owner IV. Sworn Statement on Disclosure of Relationships and Disclosure of Financial Conflict of Interest i� old R w i W TJ ^c3 ^o tt 7:; C13 7C -p -c; -T:$ 'o "U b p po 4) O O O O O O O O C O V cC c3 cd cd cd cC cd cd cd cUC cUC c0 3 ccz > cct > ccacUG > > ld > > Cd►y > cd y R U U U U U U U V U i-4 3� c0S c� cOd c�3 Cn C V] (:) rA U cn aU cQ o tn y V)v' y � cd «S aS c>d c>3 c>^S Cd .�4 Cd`�. CS -!�4 -�e cd .� Cd ,lG 18 U �� N U x ii: U� � U U "r''i� N� �"i •�n C) U � •gin B U U •cn�-•4 N O in ._., .T"-. r'-. O o 0 0 0 0 0 0 0 0 0 0 0 ti � p o 0 0 kn o o o c a �••" i. ..N.i CU vi •-- O N vi O N l� cn M cn cn vi � � O Qa 4tos c 9 c� h O 0 0 O O O O O O O O O O O [t Vl 110 O N O cn ao O cn O kn O � to PC CG W N N N N N N N N N N N N M M M M r.+ 4-b O N N N N N N N N N N L.. 0 O �A M o 4r O kn V� O a 4? 0 0 r OL CLa cd U pp cd U d U U p '� � En tc Er C U M U CCA, u .v u� C: O C = c� r -:N c Q = N O O O ti m v O +0 O cUC t14 v c�3 O O fl¢ ei N bA u ' t m ' i 4 v cd cr ^D cn C3 cd voi -ca cn bD w3 ww o �w a o Ew Ea o i� old R w i W JOBS GRANT AGREEMENT BETWEEN INDIAN RIVER COUNTY AND KESSEL MEDICAL, INC. THIS INDIAN RIVER COUNTY JOBS GRANT AGREEMENT ("Agreement") is made as of the 22nd day of November, 2022 (the "Effective Date") by and between Indian River County, a political subdivision of the State of Florida, by and through its Board of Commissioners, hereinafter referred to as COUNTY, and Kessel Medical, Inc, a company authorized to do business in the State of Florida, hereinafter referred to as COMPANY. BACKGROUND RECITALS: WHEREAS, it is the policy of COUNTY to stimulate economic growth in COUNTY by either attracting new businesses to COUNTY or by encouraging the expansion of existing businesses within COUNTY; and WHEREAS, the creation of new employment opportunities for residents of COUNTY and the increased tax revenues resulting from such business expansions or relocations within COUNTY is beneficial to the local economy; and WHEREAS, COUNTY has determined that offering a Jobs Grant Program encourages businesses to expand within or new businesses to locate in COUNTY and thereby creates new employment opportunities for the residents of COUNTY; and WHEREAS, COUNTY, through its Board of County Commissioners, has created a local Jobs Grant Program; and WHEREAS, COMPANY, in accordance with the COUNTY's Jobs Grant Program criteria, is a Existing Business that will expand its business in COUNTY to create 20 additional full-time jobs which pay at least 75% of COUNTY's average annual wage level; and WHEREAS, COUNTY has determined that COMPANY is eligible to receive a Jobs Grant; and WHEREAS, COMPANY acknowledges that this Agreement shall be based upon compliance with COUNTY Jobs Grant Program requirements; and, WHEREAS, COUNTY finds and declares that it is in the public interest to award a Jobs Grant to COMPANY pursuant to the terms of this Agreement. NOW, THEREFORE, in consideration of the premises and mutual covenants hereinafter contained, the parties do agree as follows: Definitions. As used in this Agreement, the following terms shall mean: a. "Adjacent Counties" means Brevard, Osceola, St. Lucie, Okeechobee, and Martin Counties. 4 - ATTACHMENT 2 b. "Annual Wage" - includes salary, bonuses, and commissions. c. "Default" - failure to comply with the terms of this Agreement. d. 'Expanding Business" — shall be defined as a business expanding its operation over and above its base employment amount at the time of jobs grant approval by 5 or more new jobs to employ 5 or more new full-time employees in the COUNTY within the term of the Grant. "Full-time Equivalent Job" - shall be defined as a position that is scheduled for at least 35 hours per week. f. "Indian River County Average Annual Wage" — shall be defined as the average annual wage per job in COUNTY as determined by Florida Agency for Workforce Innovation, Labor Market Statistics Center, Quarterly Census of Employment and Wages Program, in cooperation with the U.S. Department of Labor, Bureau of Labor Statistics. Currently, the COUNTY's average annual wage is $46,289 (effective January 1' 2022 for the state QTI Tax Refund Program). This dollar value shall be used for the duration of this Agreement for determining local jobs grant incentives. g. "New Business" — shall be defined as a business establishing 5 or more new jobs to employ 5 or more new full-time employees in the COUNTY within the term of the Grant (as such term is hereinafter defined), provided that such business first begins operations on a site in the COUNTY clearly separate from any other operation owned by the same business. h. Commencement Date" — the date that the COUNTY begins tracking qualifying jobs for potential local jobs grant payments. Such date shall start on one of the following dates: January 1St, April 1St, July 1St, or October 1St of a year agreed to by COUNTY as established within this Agreement or as otherwise modified in accordance with this Agreement. i. "Qualifying job" — a full-time equivalent job having an annual wage equal to or greater than 75% of Indian River County's Average Annual Wage. Such jobs must be filled by people who live in COUNTY or Adjacent Counties. j. "Quarterly Reemployment Compensation Report (RT -6 form)" — Form from the Florida Department of Revenue that businesses in the state of Florida must complete and submit to the state on a quarterly basis. Information collected on the form includes the names of employees, their social security numbers, and the gross wages paid to each employee on a quarterly basis. The information is used for reemployment compensation should employees cease to be employed. For purposes of this Agreement, this definition shall also include other similar COUNTY approved certified forms from COMPANY or COMPANY's professional employer organization. -2- ATTACHMENT 2 .0 k. "Relocation of a business" — a business relocating to COUNTY and employing 5 or more full-time employees in the COUNTY. 1. "Target Industry" — An industry identified within the Target Industry List of the Economic Development Element of COUNTY's Comprehensive Plan (Policy 2.5 of the Economic Development Element). 2. Term; Termination. This Agreement shall be effective as of the date of this Agreement stated on page 1 and shall automatically terminate after one of the following has occurred (whichever occurs first), unless terminated earlier by COUNTY because of a Default by COMPANY. a. COUNTY has made the last payment to COMPANY; b. COMPANY did not employ a minimum of 5 new Qualifying Jobs by the Commencement Date, as may be modified; or c. COMPANY failed, for a period of 3 consecutive years (12 quarters), to provide required Quarterly Reemployment Compensation Reports (RT -6 form) to COUNTY. 3. Grant Eligibility; Payment Schedule. a. COMPANY will be eligible for total Jobs Grant Funding (hereinafter a "Grant") in an amount of up to $106,000. COMPANY acknowledges and agrees that the initial Grant under this Agreement is payable on a re -imbursement basis. The number of jobs estimated to be provided is listed below. Jobs grant payments are dependent upon the number of employees exceeding the company's employment level at the time that this Agreement is approved by the Indian River County Board of County Commissioners, and by the criteria set forth below. (i) For Phase I, 5 new qualifying jobs meeting the wage level commitment in Section 5 of this Agreement shall be provided by the phase commencement date 1/01/24. For each of the three successive annual periods that those jobs are maintained at the required wage level, COMPANY shall receive 1/3 of the Grant amount for those 5 jobs. (ii) For Phase Il, 6 new qualifying jobs meeting the wage level commitment in Section 5 of this agreement shall be provided by the phase commencement date 01/01/25. For each of the three successive annual periods that those jobs are maintained at the required wage level, COMPANY shall receive 1/3 of the Grant amount for those 6 jobs. (iii) For Phase III, 9 new qualifying jobs meeting the wage level commitment in Section 5 of this agreement shall be provided by the phase commencement date 01/01/26. For each of the three successive annual -3- ATTACHMENT 2 91 periods that those jobs are maintained at the required wage level, COMPANY shall receive 1/3 of the Grant amount for those 9 jobs. (iv) It is understood that the quantity of jobs proposed above, their annual wages, and dates of hire are estimates. Because of that, the quantity of jobs provided may be less than 20, and the Commencement Date (for Grant tracking) may be extended. Proposed jobs will remain eligible for Grant incentives provided: a. The minimum number of qualifying jobs provided in Phase I is 5. b. The maximum number of jobs eligible for local jobs grant funds for Phases I, II, and III is 20. c. The maximum extension for a phase commencement date shall be one year. Such commencement date extension may be approved administratively by the County Community Development Director or his designee provided the extension date meets the requirements of Section 3 of this agreement. If any of the 20 eligible jobs proposed for Phases I, II, and III are created after the Phase III commencement date or, if applicable, after an administratively approved extension to the Phase III commencement date, those jobs shall not be eligible for local jobs grant funds. In no case shall the total Grant exceed $106,000. (v) Failure of COMPANY to maintain claimed jobs for at least 3 years at required wage levels will result in the reduction of the Grant amount paid to COMPANY, as set forth herein. If, by the end of any of the annual periods, COMPANY has not maintained the total number of claimed jobs required or if COMPANY has provided the total jobs required, but the annual wage for any of those jobs is less than required for that year, the Community Development Department Director, or his designee, will lower the jobs grant award for the respective year by the amount allocated in such year for each job for which the requirements of this agreement are not met. Thus, the total jobs grant award could be less than $106,000 by the end of this Agreement. (vi) If COMPANY changes the products or services it provides in such a way that would make COMPANY no longer qualify as a "Target Industry" or if COMPANY relocates outside of Indian River County, COMPANY shall be in Default of this Agreement. COMPANY shall reimburse COUNTY for payments made to COMPANY while COMPANY was not a "Target Industry or if while COMPANY was not relocated within Indian River County." -4- ATTACHMENT 2 (vii) During the Term of this Agreement, COMPANY shall have a majority (greater than 50%) of its goods and services, attributable to the Indian River County location, sold or distributed outside of Indian River County. COMPANY shall reimburse COUNTY for payments made to COMPANY while COMPANY did not meet this requirement. b. Performance Evaluation for Payment. Prior to the submittal of COMPANY's 1 st Quarterly Reemployment Compensation Report COMPANY shall provide to the COUNTY Community Development Director, or his designee, an employee census and a copy of the Quarterly Reemployment Compensation Report for the Effective Date of this Agreement. That employee census must list employee name, job title, city and state in which the employee lives, annual salary, location where employee works, and date of hire. COMPANY's performance evaluation will be conducted on an annual basis using the information provided on the Quarterly Reemployment Compensation Report (RT -6 form) and COMPANY's quarterly updates to its employee census. Each updated employee census must include the information referenced above plus the date of termination for each employee (if the employee terminates employment with the COMPANY). COMPANY shall supply additional documentation to the Community Development Director, or his designee, in a form acceptable to the Community Development Director, or his designee, showing that positions for which Grant funds will be awarded are filled by people who live in COUNTY or Adjacent Counties. The Grant eligibility determinations will cover one year periods, with each yearly period beginning and ending as follows: Phase Grant Eligibility Determinations 1st 2nd 3'final) Begin End Begin End Begin End I 1/01/2025 12/31 /2025 1/01/2026 12//31 /2026 1/01/2027 12/31/2027 II 1/01/2026 12/31/2026 1/01/2027 12/31/2027 1/01/2028 12/31/2028 III 1/01/2027 12/31/2027 1/01/2028 12/31/2028 1/01/2029 12/31/2029 (i) Each job must meet the minimum wage requirements specified in this Agreement. Payment of Grant funds shall be made based on the County's current adopted payment calculation methodology (methodology approved by the BCC on 10-24-2017) within forty-five (45) days after the date COMPANY submits the latest Quarterly Reemployment Compensation Report comprising the Annual Job Status Report (as defined in Paragraph 6), and this payment obligation shall survive the termination of this Agreement. Notwithstanding the foregoing, should the date for filing the last Quarterly Reemployment Compensation Report, as described -5- ATTACHMENT 2 above, not coincide with the date that an eligibility determination is made, COMPANY shall have the right to file a Quarterly Reemployment Compensation Report, in a form substantially similar to a Quarterly Reemployment Compensation Report, and such Quarterly Reemployment Compensation Report shall constitute the Annual Job Status Report, the filing of which shall begin the running of the forty-five (45) -day period within which payment shall be made. If COMPANY applies for a Qualified Target Industry (QTI) Tax Refund from the State of Florida and if COMPANY" has that QTI Tax Refund approved by the State, the Community Development Director or his designee will reduce the Grant amount paid directly to COMPANY for each eligibility determination in an amount sufficient to cover COUNTY's QTI Tax Refund 20% contribution obligation to the State for COMPANY's QTI Tax Refund agreement. The Community Development Director or his designee will submit the 20% payment obligation to the State for placement in the Florida Economic Development Trust Fund. (ii) If at the time of performance evaluation for payment as described in subsection 3.b COMPANY is not current on COUNTY Real Estate and Tangible Personal Property Taxes, COUNTY shall withhold Grant payments for that eligibility determination time period and COMPANY shall automatically forfeit its right to collect Grant payments for that eligibility time period. COMPANY shall remain eligible for any remaining future Grant payments for future eligibility time periods provided COMPANY is current on such taxes referenced above at the time of future Grant eligibility determination time periods. 4. Job Creation Commitment. COMPANY estimates that it will provide 20 new Qualifying Jobs within COUNTY as set forth in Exhibit `B", which is attached hereto and made a part hereof. The exact number of jobs actually supplied and their salaries, however, may vary. Grant funds will be awarded up to a maximum of $106,000. The Grant award will be based on the following: Category* Amount Per Job 75% to 99.99% of Indian River County $3,000 Average Annual Wage 100% to 149.99% of Indian River County $5,000 Average Annual Wage 150% of Indian River County Average $7,000 Annual Wage (or greater) *One average annual wage category will be utilized consistent with Exhibit "D" and the County's current adopted payment calculation methodology. -6- ATTACHMENT 2 m 5. Wage Level Commitment. COMPANY estimates that it will pay 0 employees whose jobs are eligible for a Grant hereunder an annual wage of not less than $34,716.75, will pay 17 employees an annual wage of not less than $46,289, and will pay 3 employees an annual wage of not less than $69,433.50. The annual wage of the positions will be determined without taking into account the value of any benefits. COMPANY shall, in accordance with the provisions of paragraph 6 below, provide written verification of such wages satisfactory to the Community Development Director or his designee. 6. Annual Job Status. COMPANY must provide the Community Development Director or his designee with Quarterly Reemployment Compensation Reports (Form RT -6) of its business operations within COUNTY on State form RT -6, as amended, a sample of which is attached hereto and made a part hereof as Exhibit "C". COMPANY must also provide the Community Development Director or his designee with quarterly updates to its employee census for employees working at its Indian River County location(s) (see section 3.b. of this Agreement). The cumulative Quarterly Reemployment Compensation Reports required to be filed for the annual period, correlated with each eligibility determination and the corresponding quarterly employee census shall collectively comprise the Annual Job Status Report. Quarterly, COMPANY must also provide the Community Development Director or his designee a signed statement indicating the percent of its total sales/services from the Indian River County location provided outside of Indian River County for the jobs grant payment time period. Starting with calendar quarter 2 in 2024, quarterly reports must be submitted for Grant eligibility determination. Those quarterly reports must be submitted no later than 60 days after the end of each quarter, until the termination of this Agreement. Submittal deadline may be waived by the Community Development Director, for good cause. 7. Default; Termination. Except as set forth herein, in the event that COMPANY defaults in the performance of its guarantees and commitments as provided for in this Agreement, COUNTY may, at its option, terminate this Agreement. 8. Indemnification. COMPANY shall indemnify and hold harmless and defend COUNTY, its agents, servants, and employees from and against any and all claims, liabilities, losses, and/or causes of action which may arise from any negligent act or omission of COMPANY, its agents, servants, or employees in the performance of services under this Agreement. 9. Forum; Venue. This Agreement shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Agreement will be held in Indian River County or the Federal District Court for the Southern District of Florida. No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall -7- ATTACHMENT 2 95 be in addition to every other remedy given hereunder or now or hereafter existing by law or in equity or by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. Parties hereby waive their right for a jury trial. 10. Lobbyist Certification. COMPANY warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for COMPANY, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for COMPANY, any fee, commission, percentage, gift, or any other consideration contingent upon or resulting from the award or making of this Agreement. 11. No Discrimination Certification. COMPANY warrants and represents that all of its employees are treated equally during employment without regard to race, color, religion, disability, sex, age, national origin, ancestry, marital status, or sexual orientation. 12. Attorneys Fees. If any legal action or other proceeding is brought for the enforcement of this Agreement, or because of an alleged dispute, breach, default or misrepresentation in connection with any provisions of this Agreement, each party shall bear its own costs. 13. Enforceability. If any term or provision of this Agreement, or the application thereof to any person or circumstances, shall to any extent be held invalid or unenforceable, the remainder of this Agreement, or the application of such terms or provision, to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected, and every other term and provision of this Agreement shall be deemed valid and enforceable to the extent permitted by law. The COMPANY's failure to maintain its job creation commitment or annual wage level commitment for any one year will result in the decrease of the Grant amount it was scheduled to receive for that year; however, such decrease will not preclude the COMPANY's receipt of scheduled Grant amounts for those subsequent years in which it is able to maintain its job creation and wage level commitment. 14. Assignment. COMPANY shall not, directly or indirectly, assign or transfer any of its rights or obligations under this Agreement, or any interest therein (the foregoing herein collectively "Transfer"), without the express prior written consent of the Community Development Director. The Community Development Director shall not unreasonably withhold its consent to any Transfer. Any such attempted Transfer without the express prior written Community Development Director consent shall be null and void and may, at the option of the County Community Development Director, be deemed a Default under this Agreement. COMPANY acknowledges and agrees that the Community Development Director has the right, in granting or withholding consent to any Transfer, to consider, among other things, -8- ATTACHMENT 2 the financial responsibility and business reputation of the proposed assignee or transferee (the foregoing herein collectively "Transferee"); and any other items that the COUNTY Community Development Director, in his sole discretion, deems appropriate. If COMPANY seeks the Community Development Director's consent for a Transfer, COMPANY shall submit to the Community Development Director a written request therefore, accompanied by the following documentation: (i) the name, address, and telephone number of the proposed Transferee; (ii) a description of the business and jobs, including wages, to be created in COUNTY; and (iii) a financial statement or other reasonably detailed financial information concerning the proposed Transferee. If the Community Development Director withholds the consent to Transfer, COMPANY may appeal to the County Administrator. If the County Administrator withholds the consent to Transfer, COMPANY may appeal to the Board of County Commissioners. COMPANY acknowledges and agrees that: (a) the County Administrator or his designee, or the Indian River County Board of County Commissioners, has the right to request any additional information deemed necessary to make the decision relating to consent to the Transfer; and (b) if appealed to the Board of County Commissioners such request for a Transfer is expressly subject to the approval of the Transfer by the Board of County Commissioners, and such Transfer shall become effective only when signed by the Transferee and approved by the Board, which consent shall not be unreasonably withheld. The foregoing covenant shall be binding on the permitted successors or assigns of COMPANY. The prohibition on Transfers shall not prohibit a change in the form in which COMPANY conducts business. COMPANY will be released from further liability under this Agreement in the event of an approved Transfer; provided that the COUNTY's consent to any Transfer will not otherwise relieve COMPANY from any pre-existing obligation to COUNTY under this Agreement. 15. Conflict of Interest. COMPANY represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder, as provided for in Florida Statutes Part III, Chapter 112. COMPANY further represents that no person having any interest shall be employed for said performance. 16. Notices. All notices required in this Agreement shall be sent by certified mail, return receipt requested and if sent to COUNTY shall be mailed to: Community Development Director Indian River County 1801 27t' Street Vero Beach, Florida 32960 and if sent to COMPANY shall be mailed to (or current, official address): 2345 14th Ave., Suite 10 -9- ATTACHMENT 2 97 Vero Beach FL 32960 17. Entire Agreement. COUNTY and COMPANY agree that this Agreement sets forth the entire Agreement between the parties, and that there are no promises or understandings other than those stated herein. None of the provisions, terms and conditions contained in this Agreement may be added to, modified, superseded or otherwise altered, except by written instrument executed by the parties hereto. 18. No Pledge of Credit. COMPANY shall not pledge COUNTY's credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any form of indebtedness. 19. Public Records. COMPANY shall comply with the provisions of Chapter 119, Florida Statutes (Public Records Law) in connection with this Agreement, as modified by exemptions in Chapter 288, Florida Statutes. 20. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed to be an original copy and all of which shall constitute but one and the same instrument. 21. General. The Background Recitals are true and correct and fora, a material part of this Agreement. 22. TERMINATION IN REGARDS TO F.S. 287.135: COMPANY certifies that it and those related entities of COMPANY as defined by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is for goods or services of one million dollars or more, COMPANY certifies that it and those related entities of COMPANY as defined by Florida law are not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. OWNER may terminate this Contract if COMPANY is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. OWNER may terminate this Contract if COMPANY, including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies that exist for the purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. 23. 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 -10- ATTACHMENT 2 98 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. IN WITNESS WHEREOF, the Board of County Commissioners of Indian River County, Florida has made and executed this Agreement on behalf of COUNTY and COMPANY has hereunto set its hand the day and year above written. BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY BY: (To Be Determined), Chairman ATTEST BY: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk APPROVED: Jason E. Brown, County Administrator APPROVED AS TO FORM AND LEGAL SUFFICIENCY Dylan Reingold, County Attorney COMPANY: BY: Typed Name Title: -11- ATTACHMENT 2 99 WITNESS: Signature Title: -12- ATTACHMENT 2 100 EXHIBIT "A" TO THE JOBS GRANT AGREEMENT BETWEEN INDIAN RIVER COUNTY & KESSEL MEDICAL, INC COMPANY Identification and Information: Application received date: October 12, 2022. COMPANY description: KESSEL MEDICAL, INC. is an existing manufacturer in the County that manufactures surgical appliances and supplies. COMPANY'S current mailing address: 2345 14th Ave., Suite 10 Vero Beach FL 32960 -13- ATTACHMENT 2 101 EXHIBIT "B" TO THE JOBS GRANT AGREEMENT BETWEEN INDIAN RIVER COUNTY & DIAMOND DRINKS OF FLORIDA, INC I. Target Industry Categories eligible for application: COMPANY qualifies for the Jobs Grant Program under the "Manufacturing/Warehouse/Distribution" category. Under the North American Industrial Classification System (NAICS), COMPANY's activities are classified in the category of "Surgical Appliance and Supplies Manufacturing", NAICS Code #339113. II. Employment Commitment: The COMPANY is receiving this Grant based upon its representation that it will bring the following employment opportunities to COUNTY: 1) 0 # of new, full-time employees whose annual wages are between 75% and 99.9% of Indian River County's average annual wage. 2) 17 # of new, full-time employees whose annual wages are between 100% and 149.99% of Indian River County's average annual wage 3) 3 # of new, full-time employees whose annual wages are 150% or greater of Indian River County's average annual wage III. Maximum Potential Grant Amount Category Qualified Jobs Amount per Job Total 75% of county average wage 0 $3,000 $0 100% of county average wage 17 $5,000 $85,000 150% of county average wage 3 $7,000 521,000 Sub -Total Grant Amount $106,000 *The actual amount of the grant will depend upon the actual number of jobs provided and the salary paid for those jobs. In no case shall the total amount of the grant exceed $106,000. As noted in the agreement, incremental payments will be made for qualified jobs based upon phase dates and actual company performance in meeting local jobs grant requirements. F:\Community Development\Users\EDplannr\INCENTIVES & FUNDING\IOBS GRANT PROGRAM\ACTIVE JOBS GRANTS\Kessel Medical, Inc\BCC Agenda Items\Proposed Jobs Grant Agreement - Kessel Medical, Inc.docx -14- ATTACHMENT 2 102 Use black ink. Example A - Handwritten Example B - Typed E T pkl A- EXampla-8 0 1 2 3 4 Ft 8: :;0 1 301L i QUARTER ENDING Employer's Quarterly Report Payment Coupon DUE DATE 7 -- III II VIII I II III II II illll I II IIII II Name Title Do not inke any changes Ifyou do not have an account number, you Mailing inforinafion on this lonn. FE.LNUMBER It changes we needed, Florida Department of Revenue request and complete an EmpkywAccount Addre ss Phone --[Fa Change F— (HTS -3). FOB MMUSE OWPOS MADATE Citylstmp Reverse Side Must be Completed 2. Grosswagespaid this quar1ler (Must 101:31 all pagest Location 3. Excess wages paid this quarter (See instructors) 1111 -E•iE] El Addre ss 4 Taxable wages paid this matter (Seeinstruallons) E `1 Preparer check 5. Tax due (101ultply Line 4 by Tax Rate) Citylsvzlp 6 Penaltyclue -7 (See insti Paid --J T I Enter the li-ital number of full-time and part dame 1st Month 7 interest due (See instructions) I DE110 coveredwPrkem wt.0 GROSS WAGES—y (From Line 2 above) 8 Installment fee penormied services during or received pay for the 2nd Month 9b. Amount Eldillsed F, (Seeinstructons) L jT: F7 [I payroll penod inclunng the 1,211h ofthemorith- 3rd Month AMOUNT ENCLOSED . 717 1� .Date Check if final retum: Date operations ceased. Check if you had out- A -state wages. Attach Enr9byer%; Quarterty Report for Out -of -State Taxable Wages (R T-6 N Q. Exhibit "C" Florida Department of Revenue Employer's Quarterly Report Employer's Quarterly Report Payment Coupon Employers ployers are required to fl e quarterly tmAage reports regardless of employment activity or whe dtw any tax as are due. RT -6 Use Black Ink to Complete This Form R. 01/15 T PENALTY AFTER DATE TAX PRE RTAXOUNTNUMBER R. 01/15 Title Do not inke any changes Ifyou do not have an account number, you to the pre-prialled are required to register {see instruotions)t inforinafion on this lonn. FE.LNUMBER It changes we needed, Florida Department of Revenue request and complete an EmpkywAccount )R USE ONLY Phone --[Fa Change F— (HTS -3). FOB MMUSE OWPOS MADATE L � / —�' Reverse Side Must be Completed 2. Grosswagespaid this quar1ler (Must 101:31 all pagest �� LPOSTMARK OR NAND -DELIVERY DATE 3. Excess wages paid this quarter (See instructors) 1111 -E•iE] El preparer'a 4 Taxable wages paid this matter (Seeinstruallons) E `1 Preparer check 5. Tax due (101ultply Line 4 by Tax Rate) 6 Penaltyclue -7 (See insti Paid --J T 1 7 interest due (See instructions) --N or PTIN kms, E :1 EE GROSS WAGES—y (From Line 2 above) 8 Installment fee (Seeinstruclions) 9a. Total annual due (See instruclions) 9b. Amount Eldillsed F, (Seeinstructons) L jT: F7 [I lifyou are filing as a soleproprietor, is this for AMOUNT ENCLOSED domestic (household) employment only? V if8eir-amployed] Rule 73111-10.037 Employer's Quarterly Report Payment Coupon RT -6 Florkle Adminialtrallive Go" ISign R. 01/15 Title here Florida Department of Revenue COMPLETE and MAIL with your REPORTMAYMENT. )R USE ONLY Phone --[Fa Please write your RT ACCOUNT NUMBER on check, Make check payable to: Rmich tI.C. Fad L � / —�' L Date �� LPOSTMARK OR NAND -DELIVERY DATE preparer'a Preparer check -------- Prepo'e..'s Paid 1 if sel"implafed --N or PTIN kms, E :1 EE GROSS WAGES—y (From Line 2 above) — ----- ----- -- preparers Firm's name for yrs FEIN AMOUNT ENCLOSED only if8eir-amployed] .Date (From Line 9b above.) end address ZIP Preparers Mailing phone number Rule 73111-10.037 Employer's Quarterly Report Payment Coupon RT -6 Florkle Adminialtrallive Go" R. 01/15 Efteofte Date 11/14 Florida Department of Revenue COMPLETE and MAIL with your REPORTMAYMENT. )R USE ONLY 7 Please write your RT ACCOUNT NUMBER on check, Make check payable to: Rmich tI.C. Fad L � / —�' L �� LPOSTMARK OR NAND -DELIVERY DATE RT ACCOUNT NO. 11 LJ 1 Cents I F.E.I. NUMBER El - kms, E :1 EE GROSS WAGES—y (From Line 2 above) -1 AMOUNT ENCLOSED (From Line 9b above.) Name PAYMENT FOR QUARTER Mailing ENDING MM/YY IF, Address Check here if you are electing to Check here if you transmitted cjtyfstjzlp pay tax due in installments- funds electronically. L9100 0 99999999 0068054031 7 5009999999 0M 4 III II VIII I II III II II VIII I II IIII II III II L Florida Department of Revenue Employer's Quarterly Report R. 01/15 Employers are recuira4 to fila quarterly tex/avags reports regr9ess of employ^nert activity a whether arty axes are due. Use Black Ink to Complete This Form QUARTER ENDING EMPLOYER'S NAME 10. EMPLOYEE'S SOCIAL SECURITY NUMBER F1'El---- --- 007111 — Ell ---- (� (—[--1 E -^ th _ 11. EMPLOYEE'S NAME (please pnrl first twaw cheraciers of lain noire and lira! eWdaWetaoffrSnwreinboxesl RT 4CCOUNT NUMBER 12a EMPLOYEE'S GROSS WAGES PAID THIS QUARTER 12b. EMPLOYEE'STAxABLE WAGES PAID THS WART ER Only the fiwt V000 poid to each employee per cdendar year is tenable. DO NOT Mail Reply Ta Social security numbers (SSNs) are used by the Rodda Department of Revenue as unique Reemployment Tax identifiers for the administration of Florida's taxes. SSNs obtained for tax administration rr r purposes are confidential under sections 213.053 and 119.071, Florida Statutes, and not 5050 W Temessee St Bldg L subject to disclosure as public records. Collection of your SSN is authorized under state �, C .:E for more information regarding the state and federal law governing the collection, use, or -.i--u -- -- 12a. r ---� - - I � 1-17-1 "M:ae a, .�- ,Zb.,� ,i� E. _ - L I] ---- — — I- - __-12..-. _ � ` Flt -r-� �L ,. 12b. �. -E- C --- C ,ti. _ I ,I i C. r 11 Ell ID Ell— I L..�_ Name-- -----C 12■.--. r fstd I ---- --- t he „a 12b.C. -- 11 - CMCJ EllEE Fist El E h a 12b. t�r— t , ---------- - ,�.-� i - --. ,L. E Nan i [I ,t::_.a , h 13a. Told (kris Wages (add Lines 12a only). Total this page only. Inckide itis and totals from additional pages in Line 2 on page 1. I ( ! - ,� i - ,_ J ■ Ell, + I u 13b. Total Taomble Wages (add Lines 12b only). Total this page only. Include this and totals from additional pages in Line 4 on page 1. ! �u DO NOT ----------------- DETACH _--__..-----------------------------"'------------------------------ Mail Reply Ta Social security numbers (SSNs) are used by the Rodda Department of Revenue as unique Reemployment Tax identifiers for the administration of Florida's taxes. SSNs obtained for tax administration Florida Department of Revenue purposes are confidential under sections 213.053 and 119.071, Florida Statutes, and not 5050 W Temessee St Bldg L subject to disclosure as public records. Collection of your SSN is authorized under state Tallahassee FL 32399-0180 and federal law. Visit our website at www.myfloridacomt/dor and select "Privacy Notice' for more information regarding the state and federal law governing the collection, use, or release of SSNs, including authorized exceptions. Please save your instructions! Quarterly Report instructions (RT-6NlRTSA are only mailed with new accounts or when there are changes. tl you misplace your instructions, you can dowNoad thein from wwwnyflorida.com/dor 104 • 1007111 COMPANY INTRODUCTION Economic Development Committee Indian River County, Florida November 15h, 2022 FOUNDERS 11/22/2022 Item 12.A.1. F-1 KESSE0 MEDICAL KESSELI MEDICAL November 15i°,2022 Both Jack Griffis and Don Griffin recently exited last start-up post $125M acquisition in April 2021 2 30 years in the medical device industry 32 years in the medical device industry • Served in research and development, Served in research and development, quality assurance, and regulatory affairs operations, quality assurance, and we. Co -recipient of six national design / customer service excellence awards and has 56 patents 1� Fortune 500 and numerous start-up issued by the United States Patent Office medical device companies Recipient of the Tibbett's Award from the 6 patents issued by the United States SBA in 2011 Patent Office Inducted into the National Academy of BS in engineering from Georgia Tech and Inventors in 2014 MBA from Kennesaw State University • BS and MS degrees in engineering from Planned relocation to Vero Beach from Georgia Tech Atlanta upon end of current school year • Current resident of Vero Beach (since '15) KESSELI MEDICAL November 15i°,2022 Both Jack Griffis and Don Griffin recently exited last start-up post $125M acquisition in April 2021 2 OPERATIONS / CUSTOMERS • Started out with 1,100 sqft space off 14" Avenue • Start out with 2 part-time employees (excluding founders) • Expanding to —4,000 sgft by 2"d Qtr 2023 • Converted 2 part-time to full-time employees Q1 2023 • Adding 3 full-time employees by Q4 2023 Adding another 6 full-time employees by Q4 2024 Adding another 9 full-time employees by Q4-2025 JSIMPLE SOLUTIONS MEDICAL 11/22/2022 Item 12.A.1. IMNational Institutes of Health Tuming Discovery Into Health GRANT SUPPORT: 1 R43HL158282-01 GRANT SUPPORT: 5R42AI143011-01/04 GRANT SUPPORT: 7R44NS0971 1 3-05 BIOCIRCUIT'm TECH NOLOG IES Smithfield B10SCiENCE ISO 7 Cleanroom - 3 Kessel Medical LLC Current facility Build out complete Addition of ISO 7 Added fifth founded in Jun '21, lease signed, and started (Class 10,000) customer and moved to Florida build -out initiated operations, added cleanroom for expanding and converted to and obtained first second and third implant operations (new S -corp in Aug '21 customer customers manufacturing and facility, additional added fourth equipment) customer Jun `21 Nov `21 Feb `22 Oct `22 Dec `22 November 15', 1072 1104- 2 P1 CAPABILITIES Na -h, 15", 7017 2� 11/22/2022 Item 12.A.1. • Over $250K in capital equipment • Packaging and sterilization services (3,d party strategic) • Specialty (shape memory) alloy processing • Printed flexible circuits • Laser cutting and marking • Die cutting and converting • 3D printing • Electronics assembly • Device assembly • Quality and inventory control for finished goods • Tissue decellularization (2023) • Adding $250K in capital equipment in 2023 KESSE0 MEDICAL 5 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS November 22, 2022 Kessel Medical, Inc Local Jobs Grant Application Applicant has not requested confidentiality in accordance with Florida Statutes Section 288.075 Local Jobs Grant Program • Financial incentives for "Targeted Industries" to locate or expand within Indian River County - Polic 2.5 • $3,000 for each new position created that pays from 75% to 99.99% of the County's average annual wage ($34,717 to $45,826) • $5,000 for each new position created that pays from 100% to 149.99% of the County's average annual wage ($46,289 to $69,429) • $7,000 for each new position created that pays 150% or more of the County's average annual wage ($69,434). Kessel Medical, Inc is a Medical Supply Manufc, Business Applicant qualifies for the jobs grant program under County's "Manufacturing/Warehousing/Distribution" Industry Categories Location will be in Indian River County Due Diligence Focused on the main sources of data readily available Company, its Officers, and Agents • Dun and Bradstreet credit/financial report • Corporate registrations and liens search • County official records for tax liens, judgments, and pending litigation • Public Access to Court Electronic Records (PACER) to search for federal civil and federal bankruptcy actions Proposed Jobs Salary Range and Payment Per Job Category Qualified Amount pet- Total Jobs Job 5°loo' county average wage 0 $3,000 $0 ($32,384 to $43,177) 100% of county average wage 17 $5,000 ($43,178 to $64,766)'>'������ 150% of county average wage 3 $7,000 $21,000 ($64,767) Sub -Total Grant Amount $106,000 provided 5 1/1/2024* $259000 6 1/1/2025* $369000 9 1/1/2026* $459000 TOTAL $1069000 * Date can be administratively extended up to one year Potential Payments by Fiscal Year (FY) Aw MW FY Proposed Job Grant Payments �:2024-25 $8,333.34 jr,"' 2025-26 $20,333.33 2026-27 $35,333.33 ELM- , 2027-28 'RPM[, M[, $27,000.00 AMA 2028-29 $1500.00 Total $1069000.00 Economic Development Council At its regular meeting on November 15, 202 Indian River Economic Development Cou voted unanimously to recommend that oard of County Commissioners approve a c jobs grant of up to $106,000 for Kesse ical, Inc. RECOMMENDATION ue F Staff recommends that the Economic Development Council recommend that the Board of County Commissioners approve a local job grant of up to $106,000 for Kessel Medical, Inc. /4 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown, County Administrator FROM: Richard B. Szpyrka, P.E., Public Works Director SUBJECT: Florida Department of Transportation (FDOT)Highway Maintenance Memorandum of Agreement (MMOA) for CR510 (85' Street) FM No. 405606-7-52-01 (IRC -2230) DATE: November 15, 2022 DESCRIPTION AND CONDITIONS The Florida Department of Transportation is in the final stages of design for the CR510 (851 Street) project as part of the County roadway system from CR512 to 87' Street and is preparing to move the project forward for construction in 2025. Florida Department of Transportation requires that the local agency governing board approve a resolution accepting the attached Highway Maintenance Memorandum of Agreement (MMOA) outlining conditions for the acceptance and maintenance of the project after construction is complete. The attached MMOA is for the Florida Department of Transportation to construct the widening of CR510 from two lanes to four, drainage improvements, stormwater retention ponds, and other related improvements. Once the project has been constructed by FDOT and the final acceptance process has been completed, the County will be responsible for the maintenance of all improvements associated with the project. FUNDING Once the project is complete and accepted by Indian River County, the maintenance expenses for maintenance of the CR510 (85'h Street) project will be included in the Public Works Road and Bridge budget. RECOMMENDATIONS Staff recommends the Board of County Commissioners approve the Authorizing Resolution for acceptance of the MMOA and authorize the Chairman to execute the same. ATTACHMENTS Authorizing Resolution Maintenance Memorandum of Agreement APPROVED AGENDA ITEM FOR November 22, 2022 C:\Granicus\Legistar5\L5\Temp\d3197360-bOc8-4f46-8ef2-ba863d80fc95.docx 105 RESOLUTION NO. 2022 - RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AUTHORIZING THE CHAIRMAN'S EXECUTION OF A DISTRICT FOUR HIGHWAY MAINTENANCE MEMORANDUM OF AGREEMENT FM NUMBER 405606-7-52-01 WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION FOR MAINTENANCE OF CR510 (85TH STREET) WIDENING FROM CR512 TO 87TH STREET UPON FINAL ACCEPTANCE BY THE COUNTY OF THE IMPROVEMENTS CONSTRUCTED BY THE FLORIDA DEPARTMENT OF TRANSPORTATION WHEREAS, the construction of the CR510 widening from CR512 to 87th Street (Project) is an Indian River County priority project; and WHEREAS, FDOT has agreed to make certain improvements to CR510 from CR512 to 87th Street, including, but not limited to widening from two lanes to four lanes, stormwater retention ponds, and drainage improvements; 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, this District Four Highway Maintenance Memorandum of Agreement FM Number 405606-7-52-01 for the County to maintain CR510 (85th Street) from CR512 to 87th Street following FDOT final acceptance of the Project; and 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, District Four Highway Maintenance Memorandum of Agreement FM Number 405606-7-52-01 for the Project. The foregoing resolution was offered by Commissioner The motion was seconded by Commissioner as follows: Susan Adams Joseph E. Flescher Joseph H. Earman Deryl Loar Laura Moss who moved its adoption. and, upon being put to a vote, the vote was The Chairman thereupon declared the resolution passed and adopted this 12022. BOARD OF COUNTY COMMISSSIONERS OF INDIAN RIVER COUNTY, FLORIDA By. Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Page 1 , Chairman day of Approved as to Form and Legal Sufficiency William K. DeBraal, Deputy County Attorney 106 SECTION No.: 88050000 FM No.: 405606-7-52-01 AGENCY: Indian River CO. C.R. No.: 510 DISTRICT FOUR HIGHWAY MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT, entered into this day of , 20_, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, a component agency of the State of Florida, hereinafter called the DEPARTMENT and INDIAN RIVER COUNTY, a political subdivision of the State of Florida, or a municipal corporation existing under the Laws of Florida, hereinafter called the AGENCY collectively referred to as Parties. WITNESSETH: WHEREAS, the AGENCY has jurisdiction over COUNTY ROAD 510 (85th Street), as part of the COUNTY roadway system from CR 512 to 87th Street; and WHEREAS, pursuant to Sections 339.07, 339.08 and 339.12, Florida Statutes and Federal funding provisions the DEPARTMENT is authorized to undertake projects within the AGENCY's geographical limits and the AGENCY agrees to have this improvement constructed; and WHEREAS, in accordance with Title 23, U.S. Code, Section 116 and Federal Highway Administration regulations issued pursuant thereto, there must be an agreement with the AGENCY to maintain the project; and WHEREAS, pursuant to such authority, the DEPARTMENT and the AGENCY agrees to have the DEPARTMENT construct certain improvements more particularly described as Financial Project ID 405606-7-52-01, which involves widening CR 510 from two lanes to four lanes; hereinafter referred to as the "Project", as more particularly described in Exhibit A; and WHEREAS, the DEPARTMENT may not spend state funds for off -system projects; and WHEREAS, upon acquisition of the necessary right-of-way, if needed, the DEPARTMENT will proceed to construct the Project; and -1- 107 WHEREAS, the Parties hereto mutually recognize the need for entering into an Agreement designating and setting forth the responsibilities of each party; and WHEREAS, the AGENCY by Resolution on the day of , 20_ a copy of which is attached hereto as Exhibit B and by this reference made a part hereof, desires to enter into this Agreement and authorizes its officers to do so. NOW THEREFORE, for and in consideration of the mutual benefits to flow each to the other, the Parties covenant and agree as follows: 1. The recitals set forth above are true and correct and are deemed incorporated herein. 2. The DEPARTMENT has undertaken and obtained the approval of Federal participation for the Project. The AGENCY is responsible for additional Project costs determined to be Federal Aid Non -Participating. 3. The AGENCY shall allow the DEPARTMENT and its contractors to enter onto the existing AGENCY property. No further permit or agreement from the Agency shall be required to construct this Project. 4.The AGENCY shall continue to maintain the existing roadway and any property owned by the AGENCY until the DEPARTMENT begins construction of the Project. The AGENCY shall continue to be responsible for mowing and litter removal during the duration of the Project. 5. Upon "final acceptance" by the DEPARTMENT of the Project, (as "final acceptance" is described in the Standard Specifications for Roadway and Bridge Construction dated 2022, as amended), and Notice thereof to the AGENCY, the AGENCY shall maintain the Project, at its own cost, in accordance with the following Federally and State accepted standards: (a) FDOT Design Manual (FDM), current edition (b) Florida Green Book dated 2018, as amended (c) Governing standards and specifications: FDOT Design Standards dated FY 2022-2023, as amended (d) Standard Specifications for Roadway and Bridge Construction dated 2022, as amended by contract documents, and (e) Manual on Uniform Traffic Control Devices (MUTCD), current edition, or as amended. Maintenance of said Project includes maintaining but is not limited to, drainage pond, flexible pavement, signing and pavement markings, signalization equipment, sidewalks, intersection pedestrian lighting, drainage structures, handrails, the Indian River County North County Transit Hub (inclusive of fencing, gates, sidewalk, pavement, sodding, signing & marking, curb, and pond), and miscellaneous walls. a. The AGENCY grants to the DEPARTMENT all rights necessary to enter and construct the Project. -2- 108 b. The DEPARTMENT shall give the AGENCY seven (7) days' notice before final inspection. The AGENCY will have the opportunity to inspect and identify corrections to the PROJECT within seven (7) days' notice and the DEPARTMENT agrees to undertake those corrections prior to final acceptance so long as the corrections comply with the Final Proposed Construction plans and specification previously approved by both the DEPARTMENT and the AGENCY. 6. Warranties: The DEPARTMENT shall transfer any applicable warranties to the AGENCY. 7. Environmental permitting: If requested by the DEPARTMENT, the AGENCY shall sign as a joint applicant and be responsible for the permits related to the Project. Further the AGENCY shall be solely responsible for ensuring that the Project remains in compliance with all permits after the construction is complete and the right of way is transferred to the AGENCY. To the extent permitted by law, the AGENCY shall indemnify the DEPARTMENT for any violations by the AGENCY of any permits issued to the Department or jointly to the AGENCY and the DEPARTMENT after construction is complete. The AGENCY shall execute all documentation required by the permitting agencies in a timely manner to accept transfer of the Project. The AGENCY shall be the applicant for all occupancy permits that are required for the Project. 8. Utilities: The AGENCY shall cooperate with the DEPARTMENT, to the extent necessary, to accomplish utility relocations for this Project. This shall include, but not be limited to, entering into utility subordination agreements with the affected utility owners, thereby assuming liability for future utility relocations within the AGENCY right of way and proposed right of way. At its own expense, the AGENCY shall comply with any and all requests of the DEPARTMENT to provide written notice to utility owners to initiate work necessary to alleviate interference; to remove or relocate non-compliant utilities; and to place liens upon non-compliant utility owners within the AGENCY right of way, as defined in Florida Statues 337.403 and 337.404. The AGENCY shall be liable and reimburse the DEPARTMENT for any cost incurred by the DEPARTMENT for the AGENCY's failure to timely comply with said request. a. AGENCY'S Utilities: The AGENCY shall relocate and adjust its own utilities including connections with utility customers. 9. Signals: The AGENCY shall cooperate with the DEPARTMENT to effect signal and interconnect connections for the Project. 10. The DEPARTMENT and the AGENCY shall keep the commitments established in the PD&E study, Preliminary Engineering Report and as amended by approved re-evaluations. 11. Drainage: Includes drainage system along CR 510, a new combined drainage pond with bus hub -3- 109 located east of CR 510 immediately north of the Sebastian River High School, an existing pond located on the south side of CR 512 between CR 510 and Sebastian River Lane, and an existing pond located adjacent to and on the west side of CR 510 between 89th Street and 87th Street. The proposed design will maintain existing drainage patterns with modifications to some drainage structures necessitated by widening of the roadway. A drainage pond north of the Sebastian River High school and the existing drainage pond between 89th Street and 87th Street will treat the CR 510 drainage. The existing pond on CR 512 between CR 510 and Sebastian River Lane will treat water from CR 510 and intersection improvements at CR 512. A new box culvert will be installed across CR 510 to replace the existing box culvert at 89th Street. 12. Unforeseen issues: if unforeseen issues shall arise, the AGENCY shall cooperate with the DEPARTMENT to the extent necessary to construct the Project. This shall include but not be limited to the execution of documents; allowing the DEPARMENT and/or their contractors/consultants to enter upon the real property owned, leased, possessed and/or controlled by the AGENCY upon which the Project is to be constructed or any property adjacent thereto. 13. E -Verify requirements: The AGENCY: • shall utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the AGENCY during the term of the contract; and • shall expressly require any contractors 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 contractor during the contract term. 14. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings as represented in the Final Proposed Construction plans. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representation or agreements whether oral or written. 15. The DEPARTMENT will provide the AGENCY with as-builts as a part of the final acceptance package. 16. Additional Insured: The DEPARTMENT shall include the following paragraph as part of Section 7- 13.2 of the Standard Specifications for Road and Bridge Construction, Division 1, General Requirements and Covenants (January 2022), as amended, applicable to this Project: "Cause Indian River County to be an additional insured party on the Contractor's Public Liability and Property Damages Liability Insurance policies that insure the Contractor for the described work that it performs under the Contract." -4- 110 17. This Agreement shall be governed, interpreted and construed according to the laws of the State of Florida. 18. LIST OF EXHIBITS • Exhibit A: Project Scope • Exhibit B: AGENCY'S Resolution [This space intentionally left blank.] IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the day and year provided below. AGENCY ATTEST: INDIAN RIVER COUNTY, through its JEFFREY R. SMITH BOARD OF COUNTY COMMISSIONERS By: day of 20 Approved as to form by Office of County Attorney By: DEPARTMENT STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION By: Transportation Development Director day of 20 Approval : Office of the General Counsel (Date) -6- 112 SECTION No.: 88050000 FM No.: 405606-7-52-01 AGENCY: Indian River CO. C.R. No.: 510 EXHIBIT A PROJECT SCOPE All of the improvements are to be completed by the DEPARTMENT within the AGENCY's existing CR 510, from CR 512 to 87th Street; and CR 512, from Sebastian Crossing Boulevard to Sebastian River Lane, right-of-way and/or all acquired property interests to be acquired by the DEPARTMENT for the AGENCY. Typical Section • CR 510 from CR 512 to 87th Street o Four (4) 11 -foot wide travel lanes (two in each direction) with seven (7) -foot buffered bicycle lanes o Raised median of variable width (minimum 20 -foot wide) 0 5- to 6 -foot wide sidewalks along both sides of roadway with ADA compliant pedestrian ramps Signing and Pavement Markings • Includes signing and pavement marking within the project limits. Signalization • Includes signals on CR 510 at the intersections of CR 512, Mako Way; Hammerhead Way, and 87th Street. Interconnect from CR 512 to 87th Street. Drainage • Includes drainage system along CR 510 and CR 512 with a new drainage pond immediately north of Sebastian River High School and use of two existing drainage ponds: CR 512 between CR 510 and Sebastian River Lane, and on CR 510 between 891h Street and 87th Street. A new box culvert across CR 510 at 89th Street to replace the existing culvert. Permits • The DEPARTMENT will acquire the following permits in the AGENCY's name: SJRWMD, SRID and USACE/FDEP. Lighting • Includes lighting at the signalized intersections. Miscellaneous • Retaining walls with handrail along back of sidewalk or other areas along the right of way of CR 510. -7- 113 Transit • A new bus hub (Indian River County North County Transit Hub) to utilize the berm tops of the proposed pond immediately north of the Sebastian River High School. -8- 114 SECTION No.: 88050000 FM No.: 405606-7-52-01 AGENCY: Indian River CO. C.R. No.: 510 EXHIBIT B AGENCY's Resoluti Dylan Reingold, County Attorney William K. DeBraal, Deputy County Attorney Susan J. Prado, Assistant County Attorney 13A Attorney's Matters - B. C.C. 11-22-2022 Oce of INDIAN RIVER COUNTY MEMORANDUM TO: Board of County Commissioners FROM: Dylan Reingold, County Attorney DATE: November 8, 2022 SUBJECT: Indian River County Committees — Member Reappointments BACKGROUND. ATTORNEY On September 13, 2011, the Board of County Commissioners adopted Resolution 2011-072, which appointed the County Attorney's Office to monitor member terms of certain committees. Specifically, the resolution requires that (1) on approximately October 15 of each year, the County Attorney's Office shall contact all board appointed committee members whose terms will expire in the following January, and determine whether those members want to be considered for reappointment, and (2) at the last Board meeting in November of each year, the County Attorney's Office shall present to the Board a list of all committee members requesting reappointment — at which time the Board will reappoint members from the list as it deems appropriate. Thereafter, on approximately December lst of each year, a list of committee vacancies will be created and posted on the County website, and the Board will make appointments to fill the vacancies no later than the following January 15th. The County Attorney's Office has contacted committee members whose term will expire in January 2023. Attached to this memorandum is a list of those members who have requested reappointment. The Board should now review the list and make such reappointments as it deems appropriate. It should be noted that in addition to those committee members not seeking reappointment, there are many existing vacancies. A list of the anticipated vacancies is attached for informational purposes. C:IGranicuslLegistar5tL5Temp W99469f--3a 13-482c-872a-defdal245Jb0.docx 116 Board of County Commissioners November 8, 2022 Page Two RECOMMENDATION. The County Attorney recommends that the Board consider the list of committee members requesting reappointment, and reappoint such members as the Board deems appropriate. ATTACHMENT(S). 1. List of Committee Members Requesting Reappointment 2. List of Anticipated Committee Vacancies (Informational Purposes Only) DTR:cm C: IGranicusU egistar51L51Templec99469f-3a13-482c-872a-defda1245Jb0.docx 117 COMMITTEE MEMBER TERM RENEWAL FOR 2022 Committee Members who have terms that are due to expire in January 2023, and wish to have their term renewed. 1. AFFORDABLE HOUSING ADVISORY COMMITTEE 2 Year Terms — No Residency Requirement o Jeff Francisco — Not -for -Profit Provider of Affordable Housing o Julianne Price — Advocate for Low Income Persons o David Myers, H - For -Profit Provider of Affordable Housing 2. AGRICULTURE ADVISORY COMMITTEE 2 Year Terms — County Residency Requirement o David F. Howard — Actively Involved in Agricultural Industry Representative o Sean Sexton - Actively Involved in Agricultural Industry Representative o Anna Kirkland — Agriculture Industry Associate Representative o Michael Sexton — Farm Bureau Representative 3. BEACH AND SHORE PRESERVATION ADVISORY COMMITTEE 2 Year Terms — County Residency Requirement o William "Tuck" Ferrell - BCC Appointee 4. CHILDREN SERVICES ADVISORY COMMITTEE 4 Year Terms — County Residency Requirement o Robert Schutt, Jr. — Member -At -Large 5. CODE ENFORCEMENT BOARD 3 Year Terms — County Residency Requirement o Frank (Pete) Clements — General Contractor o James A. Kordiak — Member -At -Large o David Myers, H — Business Person 6. CONSTRUCTION BOARD OF ADJUSTMENT AND APPEALS 3 Year (Staggered) Terms — No Residency Requirement o Bryant Jenks — Engineer o William B. Schuh, Jr. — General Public o Kathryn Casano-Radecke — General Public 118 7. ECONOMIC DEVELOPMENT COUNCIL, 4 Year Terms - County Residency Requirement o John Dyer - Local Industry Representative o Anna Kirkland - Member -At -Large o Danny Markford - Local Manufacturing Representative o Gerald W. (Jerry) Renick - Local Agricultural Industry Representative o J. Rock Tonkel - Representative Appointed by the BCC 8. ENVIRONMENTAL CONTROL HEARING BOARD 4 Year Terms - County Residency Requirement o Norman Meyers - Medical doctor, recommended to BCC by County Medical Society o Anna Kirkland - Member -At -Large: Citizen Not Holding Elective Office 9. PLANNING $ ZONING COMMISSION 4 Year Terms - County Residency Requirement o John Stewart - Member -At -Large 10. TOURIST DEVELOPMENT COUNCIL 4 Year Terms - County Residency Requirement o Jennifer Bates - Owner/Operator of Motel, Hotel, RV Park or Other Tourist Accommodation o Keith Kite - Owner/Operator of Motel, Hotel, RV Park or Other Tourist Accommodation o Karen Mechling - Interested in Tourist Industry, etc., But Owner/Operator of Motel, Hotel, RV Park or Other Tourist Accommodation 119 INFORMATIONAL ONLY Committee Members who have terms that are due to expire in January 2023, but decided not to renew their term or resigned (does not include district specific appointments, and existing vacancies). • AGRICULTURE ADVISORY COMMITTEE - 2 -year term, unless otherwise noted o Actively Involved in Agritourism Industry Representative - (two existing vacancies) • BEACH AND SHORE PRESERVATION ADVISORY COMMITTEE - 2 -year term, unless otherwise noted o BCC Appointee — Dave Barney o BCC Appointee — Mark Tripson • CHILDREN'S SERVICES ADVISORY COMMITTEE — 4 -year term, unless otherwise noted o District 4 Appointee - Michelle Falls o Accountant, certified financial officer, certified financial planner or has significant financial experience (existing vacancy) • CONSTRUCTION BOARD OF ADJUSTMENT AND APPEALS — 3 -year term, unless otherwise noted o Mechanical Contractor (existing vacancy) • COMMUNITY DEVELOPMENT BLOCK GRANT CITIZEN ADVISORY TASK FORCE — 4 -year term, unless otherwise noted o Citizen of Indian River County (two existing vacancies) • ECONOMIC DEVELOPMENT COUNCIL — 4 -year term, unless otherwise noted o Real Estate Industry Representative — Tim Borden o Healthcare Industry Representative — Ralph D. Turner 120 • ENVIRONMENTAL CONTROL HEARING BOARAD 4 -year term, unless otherwise noted o Member -At -Large: Citizen Not Holding Elective Office —Dr. Richard Baker • PLANNING & ZONING COMMISSION — 4 -year term, unless otherwise noted o District 2 Appointee - Alan Polackwich • PUBLIC SAFETY COORDINATING COUNCIL — 4 -year term, unless otherwise noted o Representative from county/state jobs program or other community groups who work with offenders and victims (existing vacancy) W41 IgAi NOVEMBER 22, 2022 COMMISSIONER'S MATTERS INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: November 15, 2022 SUBJECT: County Commissioners' Administrative Assistants' Assignments FROM: Deryl Loar, Commissioner, District 4 Discussion Item: I respectfully ask to discuss with the Board the current assignments of our County Commissioners' Administrative Assistants. Thank you. 122 16-61 SWDD Item Indian River County, Florida Solid Waste Disposal District Board Memorandum Date: November 14, 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 (SWDD) Subject: Request for General Funds - PACE Project and Other Community Projects FY2022-23 Descriptions and Conditions: The Solid Waste Disposal District (SWDD) has in the past used the General Fund to cover the disposal cost for fees associated with community projects, including the Florida Department of Health (FDOH) in Indian River County (IRC) Division of Environmental Health's (EH) Protocol for Assessing Community Excellence (PACE) project. The PACE project focuses on identifying issues in a community, one of which is abandoned homes. These abandoned homes pose safety and health hazards, and provide havens for drug dealers and other criminal activities. It has been determined that there are homes that need to be demolished in order to enhance the well-being of the community. Other community projects include removing illegal dumping and other clean-up projects that involve volunteers throughout our community. SWDD has received the attached request from Julianne Price, EH Manager at FDOH in IRC, for an allocation of $6,000 for this fiscal year. Staff supports this request, but is requesting a total of $9,000 in funding to cover the request from FDOH along with an annual pledge of $2,000 to the Indian River Farms Water Control District (IRFWCD) and $1,000 for other miscellaneous cleanup/illegal dumping projects. Analysis: For each PACE EH project, labor and machinery will be donated towards the cleanup effort. It is the request of the partners involved in each project that the Board of County Commissioners (BCC) allocate funds to cover associated landfill disposal fees. This will include disposal of debris from the demolition and reconstruction of homes involved in the PACE project, and illegal public dumping debris that is cleaned up by County/SWDD staff or by volunteers. The total estimated landfill fees are not expected to exceed $9,000.00 for all projects involved in clean-up efforts. Funding: The $9000 in funding to cover landfill disposal fees for cleanup events and illegal dumping debris will come from the General Fund/Planning/Other Professional Services account (00120415-033190) via a budget amendment from Reserve for Contingency. SSWDD Agenda - Request for General Funds - PACE and Other Community Project FY2022-23 Page123 SWDD Item Description F Account Number Amount General Fund/Planning/Other Professional Services 1 00120415-033190 $9,000.00 Recommendation: Staff recommends the Board of County Commissioners authorize up to $9,000.00 to be donated to various Protocol for Assessing Community Excellence (PACE), Indian River Farms Water Control District, and miscellaneous illegal dumping projects for the sole purpose of paying associated landfill fees. Attachment: Letter from Health Department SSWDD Agenda - Request for General Funds - PACE and Other Community Project FY2022-23 PageIN Mission: To protect, promote & improve the health of all people in Florida through integrated state.. county & community efforts. HEALTH Vision: To be the Healthiest State in the Nation November 14, 2022 Indian River County Solid Waste Disposal District 1325 74" Avenue SW Vero Beach, FL 32968 RE: Landfill Fee Allocation Dear Himanshu: Ron DeSantis Governor Joseph A. Ladapo, MD, PhD State Surgeon General Since April 2009. Florida Department of Health in Indian River County's Environmental Health section has been implementing the Protocol for Assessing Community Excellence in Environmental Health (PACE EH) in the Gifford, Fellsmere and Wabasso communities. One of the top issues that has been identified by the residents and the health department is abandoned homes. These abandoned homes are safety and health hazards and provide havens for drug dealers and other criminal activities. In addition to PACE EH; Environmental Health responds to complaints associated with abandoned and derelict homes and structures throughout the county. Environmental Health staff also respond to illegal dumping complaints when there is a creation of a sanitary nuisance. This type of complaint response has increased with the current economic climate, aftermath tropical storms and continued mosquito concerns in the community. In 2018, the Commission allocated $6,000 to assist with landfill fees while labor and equipment were donated by private contractors to assist the very low-income property owners with demolishing the hazardous structures. It has been determined that there are other abandoned structures and illegal dumping sites that need to be demolished and cleaned up to improve the well-being of the community. It is the request of the partners involved that the County Commission allocate funds to cover associated landfill fees. The total associated landfill fees are not expected to exceed $6,000. Sincerely, WC4�1 DN�� JLYianne R. Price, R.S. Environmental Health Manager Florida Department of Health in Indian River County 1900 271, Street, Vero Beach, FL 32960 Accredited Health Department PHONE: 772!794-7400 • : Public Health Accreciitationl3rd WEBSITE: http:l/indianriver.flo6dahealth.gov LLQ FloridaHeatth.gov SWDD Item Indian River County, Florida Solid Waste Disposal District Board Memorandum Date: November 11, 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. 18 to Geosyntec for Segment 3, Cell 3 Site Preparations Descriptions and Conditions: The Indian River County (IRC) Solid Waste Disposal District (SWDD) Class 1 landfill includes the closed Segment 1- Infill/Segment 2 vertical expansion, and Segment 3 lateral expansion (Segment 3). The total footprint area of Segment 3 is 76 acres and consists of eight cells that are being constructed in phases, as needed. Segment 3 - Cell 1, directly east of and on top of the east slope of Segment 2, was constructed in 2013. Segment 3 - Cell 2 was constructed in 2020. Over the past two years, we have seen an average 21% increase in construction and demolition (C&D) debris going into the landfill compared to an average 1% increase in municipal solid waste (MSW). Based on the University of Florida Bureau of Economic and Business Research (BEER) reports, our average population growth for the past two years has only been 2%. The significant increase in overall tonnages into the landfill has resulted in our operator, Republic Services of Florida, LP (Republic), to estimate that the filling of Cell 2 will be nearly completed by the end of Calendar Year (CY) 2023 and has therefore recommended that SWDD consider construction of Cell 3 during CY 2023. SWDD staff is preparing a request for qualification (RFQ) for an engineering and construction services package for future cell design, permitting, and construction services, which is projected to be complete before the end of CY 2022. In the meantime, staff is recommending that we proceed with the Segment 3 - Cell 3 site preparations, which include the earthwork for the subgrade of Cell 3, appropriate routing of the perimeter stormwater ditch, and any impacts to groundwater monitoring wells and landfill gas probes, as necessary. Accordingly, staff requested the attached proposal from Geosyntec to provide engineering design, contractor procurement, and construction support services related to the site preparation activities. Analysis: Geosyntec has prepared Work Order No. 18, provided in Attachment 1, for engineering services detailing the scope of work, budget, and schedule for each of the phases. The fees to be paid by SWDD for the execution of this work authorization are in accordance with the Continuing Contract Agreement for Professional Services (CCNA), dated April 17, 2018, renewed and amended as of May 18, 2021 engineer's 126 SWDD Agenda - Geosyntec WO No. 18- Segment 3 Cell 3 Site Preparation Page 1 of 2 SWDD Item continuing consulting services master agreement. The phases are listed below along with their estimated fees. Phase Description Budget Phase 1: General Consulting/Meeting Support/Project Management $19,502.26 Phase 2: Preparation of Construction Documents $31,499.02 Phase 3: Contractor Procurement Support Services $22,458.75 Phase 4: Construction -Phase Support Services $83,707.44 Phase 5: Abandonment and Installation of Existing Monitoring Wells and LFG Probe $14,137.24 Total $171,304.71 Since time is of the essence, the proposed schedule anticipates contractor award by the end of January 2023, and to have the site preparation work ready for a future liner construction project by April 2023. Funding: Funding of $171,304.71 for this project is budgeted and available in the SWDD/WIP/Cell 3 Landfill Expansion account, number 411-169000-22034. This is funded from SWDD assessments and user fees. Description Account Number Amount SWDD/ WIP/Cell 3 Landfill Expansion 1 411-169000-22034 $171,304.71 Recommendation: Solid Waste Disposal District staff recommends that its Board approves and authorizes the Chairman to sign Work Order No. 18 authorizing Geosyntec to provide engineering services for a not to exceed fee of $171,304.71. Attachment: 1. Geosyntec Work Order No. 18 127 SWDD Agenda - Geosyntec WO No. 18 - Segment 3 Cell 3 Site Preparation Page 2 of 2 WORK ORDER 18 Phase I - Segment 3, Cell 3 Site Preparation This Work Order Number 18 is entered into as of this day of November, 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 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), all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: By: BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY By: , Chairman Print Name: Jim Langenbach, PE Title: 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 128 EXHIBIT 1 PROFESSIONAL SERVICES 129 Geosyntec p consultants Mr. Himanshu Mehta, P.E. Managing Director Solid Waste Disposal District Indian River County 1325 74th Avenue SW Vero Beach, Florida 32968 1200 Riveiplace Blvd., Suite 710 Jacksonville, Florida 32207 PH 904.858.1818 www.geosyntec.com 15 November 2022 Subject: Proposal to Provide Engineering and Construction Support Services Site Preparation for Cell 3 of Segment 3 Expansion Indian River County Class I Landfill Vero Beach, Indian River County, Florida Dear Mr. Mehta: Geosyntec Consultants, Inc. (Geosyntec) is pleased to submit this proposal to the Indian River County (IRC) Solid Waste Disposal District (SWDD) for the provision of engineering design, contractor procurement, and construction support services related to the site preparation activities for Cell 3 of Segment 3 Expansion of the Class I Landfill (hereafter referred to as the Project) at the IRC Landfill (IRCL) facility located in Vero Beach, Florida. The site preparation activities include preparation of the subgrade of the approximately 10.5 -acre Cell 3 footprint, and associated stormwater management features and groundwater monitoring wells in order to expedite the construction of the Cell 3 liner system under a separate procurement contract. This proposal presents the scope of work, schedule, and budget estimate for the: (i) preparation of construction and contract documents; (ii) contractor procurement support services; (iii) abandonment and installation of groundwater monitoring wells and landfill gas (LFG) probe in accordance with the Water Quality Monitoring Plan (WQMP) of the Class I Landfill permit; and (iv) construction -phase services for the site preparation work. This proposal was prepared in response to a verbal request from Mr. Himanshu Mehta, P.E., Managing Director of SWDD to Dr. Kwasi Badu-Tweneboah, P.E. of Geosyntec. Geosyntec has prepared this proposal (professional services) as Exhibit A of CCNA-2018-WO No. 18, pursuant to that certain Continuing Contract Agreement for Professional Services, dated 17 April 2018, renewed and amended as of 18 May 2021 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Geosyntec ("Consultant'). The remainder of this proposal is organized to present: (i) project background; (ii) proposed scope of work; (iii) schedule; and (iv) budget estimate. NCP2022/XL222460 JL22072 Segment 3 Cell 3 Site Prepamtion doc t111gineers I scientists I innovators 130 Mr. Himanshu Mehta, P. E. 15 November 2022 Page 2 PROJECT BACKGROUND The IRCL facility is located in southern Indian River County, east of Interstate 95, south of Oslo Road, and west of Rangeline Road in Vero Beach, Florida. The SWDD administers the management and operation of the Class I landfill at the IRCL facility. The Class I Landfill includes the closed Segment 1/Infill/Segment 2 vertical expansion, and Segment 3 lateral expansion (Segment 3). The total footprint area of Segment 3 is 76 acres and consist of eight cells that are being constructed in phases as needed. Segment 3, Cell 1, directly east of and on top of the east slope of Segment 2, was constructed in 2013. Segment 3, Cell 2 was constructed in 2020. Republic Services of Florida LP (Republic), the operator of the Class I Landfill, has estimated that filling of Cell 2 will be nearly completed by the end of Calendar Year (CY) 2023 and has therefore recommended that SWDD considers construction of Cell 3 during CY 2023. In order to expedite Cell 3 construction, SWDD would like to implement it in two phases, as follows: • Phase 1: Site preparation activities consisting primarily of the earthwork for construction of the subgrade for Cell 3; the fill material will be obtained from off-site borrow sources with the actual placement and compaction to be performed by a contractor through the procurement process. This phase also includes: (i) abandonment of the perimeter ditch east of Cell 2 and construction of new perimeter ditches around Cells 3 and 4 footprints to tie into the existing ditch south of Cells 1 and 2 footprints; and (ii) abandonment of existing groundwater monitoring wells within Cell 3 footprint in accordance with the WQMP of the Class I Landfill permit; this also includes and abandonment and installation of a replacement LFG gas probe at the Class Landfill. • Phase 2: Construction of the Cell 3 liner and leachate control systems to be performed by a contractor selected through a separate procurement process. This proposal addresses the engineering design and construction support services required to complete Phase 1 of the Project, including preparation of construction and contract documents, contractor procurement support, construction management (CM), and construction quality assurance (CQA) services during the placement and compaction of the fill material for the subgrade. PROPOSED SCOPE OF WORK This project includes professional engineering design and construction support services that will be performed for the site preparation phase of the Project. The scope of work is based on the requirements of Chapter 62-701, Florida Administrative Code (F.A.C.) and Geosyntec's understanding of the Project based on information provided by the SWDD. NCP2022/XL222460 JL22072 Segment 3 Ce113 Site Preparation.doc eri;,,irtvers I scientists I innovators 131 Mr. Himanshu Mehta, P. E. 15 November 2022 Page 3 Geosyntec will provide engineering services necessary to complete the site preparation to facilitate construction of Segment 3, Cell 3. The scope of services, therefore, includes construction -phase services, such as, providing SWDD with the relevant construction drawings and technical specifications, bid quantities, CM, and CQA monitoring, testing, and documentation services. The scope of services to be performed by Geosyntec would ensure that the fill material is placed and compacted in accordance with the project specifications and regulatory requirements. In addition, groundwater monitoring wells and perimeter drainage ditch within the footprint of Cell 3 will have to be abandoned and new perimeter ditch constructed around Cells 3 and 4 footprints. For budgeting purposes, the scope of work will be performed in five phases, as follows: • Phase 1 — General Consulting/Meeting Support/Project Management; • Phase 2 — Preparation of Construction Documents; • Phase 3 — Contractor Procurement Support Services; • Phase 4 — Construction -Phase Support Services; and • Phase 5 — Abandonment and Installation of Existing Monitoring Wells and LFG Probe. Each of these phases is briefly described below. Phase 1- General Consulting/Meeting Support/Project Management Phase 1 consists of three components: general consulting, meeting support, and project management. Geosyntec will provide SWDD with consulting services necessary to initiate the project. Geosyntec will prepare presentation graphics, engineering drawings, and other documents required to support the Project's meetings and coordination activities. A kickoff meeting with SWDD is proposed before the start of project activities so that the specific project requirements can be discussed. In addition, review meetings will be held with SWDD as necessary during the various phases of the project implementation schedule. Following each meeting, Geosyntec will prepare meeting minutes that document decisions reached in the meetings. Project management activities will include: budget and schedule tracking, invoice review, and project communications, including the preparation of a monthly progress report. The project report will include a description of the activities completed during the month and planned activities for the following month. In addition, the progress report will identify any technical or administrative issues that require SWDD's attention and the current status of the budget and schedule. NCP2022/XL222460/JL22072 Segment 3 Cell 3 Site Preoaration.doc engineers I scientists I innovators 132 Mr. Himanshu Mehta, P. E. 15 November 2022 Page 4 For the purpose of this budget estimate, Geosyntec has included two meetings: (i) one kickoff meeting with SWDD; and (ii) one meeting with SWDD following completion of Phase 2 below. Phase 2 - Preparation of Construction Documents Geosyntec will prepare the construction documents (i.e., drawings, technical specifications, material quantities, and CQA Plan) required for SWDD to procure a contractor to prepare the subgrade for Cell 3 of Segment 3. Geosyntec understands that SWDD might include in the bid package an option for the selected contractor to also prepare the subgrade for Cell 4. Therefore, Geosyntec will include relevant information on Cell 4 subgrade in the construction documents. It is anticipated that the following drawings will be prepared: 1. Cover Sheet; 2. Existing Site Conditions; 3. Site Development Plan (will also show monitoring wells to be abandoned); 4. Subgrade Grading Plan; 5. Construction Control Points Data; 6. Perimeter Drainage Ditch Plan and Profile; 7. Cross Sections and Details (2 sheets); 8. Surface Water Drainage System Details; and 9. Erosion and Sediment Control Details. The construction drawings will be prepared utilizing the Segment 3 Expansion Permit Drawings prepared by Geosyntec in March 2010 and revised in November 2015. Construction control points will be shown for the subgrade, drainage ditches, toes of slopes, and other locations sufficient for the cell construction. Technical Specifications and the CQA Plan will be compiled as part of the Construction Documents. The specifications will be prepared using the industry -standard Construction Specification Institute (CSI) format. Geosyntec will also prepare a bid sheet with estimate of material quantities for the contractor procurement. Geosyntec will prepare an Engineer's Estimate of Probable Construction Cost for the Project to serve as a basis for comparison of bids during the procurement process. Probable construction cost will be based on estimated construction quantities for the project and engineering estimate of the probable unit cost for each item. Probable construction costs will be based on catalogues such as R.S. Means, information provided by product manufacturers, and Geosyntec's professional judgment and experience with similar projects. NCP2022/XL222460/JL22072 Segment 3 Ce113 Site Preparation.doc engineers I scientists i innovators 133 Mr. Himanshu Mehta, P. E. 15 November 2022 Page 5 Geosyntec will also prepare a construction schedule based on Geosyntec's understanding of the Project and experience with similar landfill construction projects. Phase 3 - Contractor Procurement Services Under this phase, Geosyntec will prepare construction documents for procuring a construction contractor for the Phase 1 construction. This will include preparation of the request for bid (RFB) documents; attending the pre-bid meeting; responding to bidders' questions and preparing required updates to the bidding document throughout the bids preparation process; evaluating bids; and preparing a recommendation to SWDD of the preferred bid for Phase 1 construction. Our budget is based on the assumption that the entire RFB package including the construction drawings, specifications document, responses to questions and project update will be uploaded by the County's Purchasing Division onto Demandstar website (or equivalent) where it will be available for downloading by candidate contractors wishing to respond to the RFB. Geosyntec will attend the pre-bid meeting with potential contractors to describe the Project and its requirements and answer questions at the pre-bid meeting. During the bidding process, Geosyntec will respond to written questions by issuing addenda. Preparation of addenda may require revisions to the Construction Drawings or material quantities as necessary to allow comparison and evaluation of bids from the contractors. Geosyntec will manage the procurement process, review and evaluate the bids submitted in compliance with the requirements of the RFB process, and prepare a recommendation with supporting rational for the selection of the preferred candidate contractor for construction of Phase 1 of the Project. Phase 4 - Construction -Phase Support Services Geosyntec will provide CM engineering support services associated with construction of the Cell 3 subgrade, including the following tasks: (i) Field CQA Services; (ii) CQA Surveying; and (iii) CM and Engineering Support Services. Task 4.1: Field CQA Services Geosyntec will provide periodic CQA monitoring, testing, and documentation services to assist SWDD staff (or contractor) on the subgrade preparation activities. CQA monitoring, testing methods, test frequencies, and the reporting requirements will be performed in accordance with the CQA Plan, ASTM standards, and applicable portions of Chapter 62-701, F.A.C. Geosyntec will provide periodic on-site monitoring services for the activities associated with construction of the subgrade. The periodic CQA services will be provided by a CQA Technician on a weekly basis or as -needed by the selected contractor. The CQA Technician will visit the NCP2022/XL222460JJL22072 Se¢ment 3 Ce113 Site Preoaration.doc I scientists I innovators 134 Mr. Himanshu Mehta, P. E. 15 November 2022 Page 6 site on a weekly basis (or as requested by the contractor) to collect soil samples from the off-site borrow source soil stockpile for laboratory conformance testing (see below), monitor construction progress, and conduct in-situ nuclear density and moisture content testing to evaluate the adequacy of compaction of the subgrade. Soil samples from the off-site borrow source will be tested by an independent geotechnical CQA laboratory for conformance with the Technical Specifications and CQA Plan. The CQA Technician will be responsible for CQA activities throughout the Project including monitoring construction, coordinating soils testing (if needed), and maintaining documentation of CQA activities at the site. Any non -conforming or questionable practices observed by Geosyntec will be brought to the attention of the concerned parties for review and correction. Task 4.2: CQA Surveying Geosyntec will subcontract the services of a Registered Land Surveyor to provide the surveying required and prepare the as -built record drawing of the Cell 3 subgrade construction. Geosyntec has selected Peavey & Associates (Peavey) of Fort Meade, Florida to provide surveying services. Peavey will assist SWDD staff in the subgrade preparation work and provide data to check material quantities for measurement and payment purpose. A copy of Peavey's proposal is enclosed as Attachment A. Task 4.3: CM and Engineering Support Services Geosyntec will provide CM and engineering support services throughout the duration of the site preparation work. Construction management activities will include conducting pre -construction and monthly construction progress meetings with the entity selected by the SWDD to prepare the site for the construction. Geosyntec will evaluate Contractor payment requests, verify quantities and conformance with the plans and specifications, and provide contract administration. As part of this phase, Geosyntec will review laboratory conformance and field performance tests results (performed through the Contractor) and as -built record drawings for inclusion in the Cell 3 construction certification report. Geosyntec will therefore review all test results and drawings to ensure compliance with the project specifications and FDEP-issued permit for the Class I Landfill. Phase 5: Abandonment of Existing Monitoring Wells Construction of Cell 3 will require abandonment of two groundwater monitoring well clusters (MW41 and MW -42). In addition, LFG migration monitoring probe GW -00011 that is located close to the flare station would have to be abandoned and replaced with a new probe in order to NCP2022/XL222460/JL22072 Segment 3 Cell 3 Site P=aration.doc ent ineer.ti I scientists I innovators 135 Mr. Himanshu Mehta, P. E. 15 November 2022 Page 7 accommodate construction of a new skid. Geosyntec has selected Andersen Andre Consulting Engineers, Inc. (AACE) of Fort Pierce, Florida to serve as a drilling subcontractor to perform these services. A copy of AACE's proposal is included as Attachment B. A Geosyntec engineer will be on-site to supervise the work. The replacement gas probe location will be surveyed using a portable GPS equipment. Upon completion of groundwater monitoring well and LFG probe abandonment and replacement gas probe installation activities, documentation will be submitted to FDEP in accordance with the requirements of the solid waste permit. SCHEDULE Geosyntec has prepared a schedule for the site preparation work (Phase 1) of Cell 3, which is included as Attachment C. The schedule, as presented, assumes a start date of 23 November 2022. Procurement of supplier and/or contractor will take place during the month of January 2023 with contractor selection and contract award completed by 31 January 2023. Site preparation of Cell 3 is projected to require 2 to 3 months to complete. The abandonment and replacement of groundwater monitoring wells and LFG probe will be completed in January 2023. Thus, Cell 3 liner and leachate control system could be ready for construction by April 2023. Geosyntec recognizes the importance of the schedule for SVWDD and their need to obtain additional disposal capacity for the Class I Landfill. Throughout the duration of the Project, Geosyntec will work diligently to meet those milestones and the schedule developed for the Project. BUDGET ESTIMATE A budget estimate for the scope of work outlined in Phases 1 through 5 of this proposal is summarized in the following table. A detailed budget estimate is provided as Attachment D. Note that fee for the surveyor is included in Phase 4 and the drilling subcontractor's fee is included in Phase 5. NCP2022/XL.222460/JL22072 Seement 3 Ce113 Site Preparationdoc wiginc°ers I scientists I innovators 136 Mr. Himanshu Mehta, P. E. 15 November 2022 Page 8 • Phase 1 - General Consulting/Meeting Support/Project Management • Phase 2 - Preparation of Construction Documents • Phase 3 - Contractor Procurement Services • Phase 4 - Construction -Phase Support Services • Phase 5 - Abandonment and Installation of Wells and Probe TOTAL $19,502.26 $31,499.02 $22,458.75 $83,707.44 $14,137.24 $171,304.71 Geosyntec will not exceed the cost estimate without prior approval and written authorization from SWDD. 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 to Dr. Badu-Tweneboah's attention. Please call the undersigned with questions you may have as you review this proposal. Sincerely, Kwasi Badu-Tweneboah, Ph.D., P.E. Senior Principal Attachments NCP2022/XL222460/JL22072 Segment 3 Cell 3 Site Preparation.doc I scientists I innovators 137 ATTACHMENT A SURVEYING PROPOSAL 138 Peavey & Associates Surveying & Mapping, PA 9399 North Lake Buffum Road Fort Meade, F133841 Phone: 863-738-4960 Email: DebPeaveya,12eaveysurveyin .com November 10, 2022 Mr. Kwasi Badu-Tweneboah, Ph. D. P.E. Geosyntec Consultants 1200 Riverplace Boulevard, Suite 710 Jacksonville, Florida 32207 RE: Indian River County Vero Beach Landfill Cells 3&4 Construction I am pleased to offer the following proposal for surveying services at the above referenced project location. 1. SCOPE OF SERVICES The project consists of the following surveying services located at the above location as follows: PHASE 1 -Site Preparation Surveying • Task One: Establish additional site control with references for contractor as specified in bid specifications to use during construction. Pre-topo of the construction limits. After stripping and dewatering. • Task Two: Construction staking at 50' grid within the cell area. "These fees are for one time staking" • Task Three- Survey of the grades for measurement and payment purposes for a total of 3 months. (There maybe additional work to include hourly rate of survey crew). • Task Four- Stakeout locations of groundwater monitoring wells and gas monitoring probes. • Task Five- Survey TOC (northing, easting, and elevation in NGVD29) for individual wells. Survey shall be prepared in accordance with the FDEP permit. Providing three (3) signed and sealed hard copies and electronic file. TTbkSF 11- Cell Construction Surveying NOT PART OF • TaskAs-built survey of the prep THIS WORK de surface & a or trench. ORDER • Task Two: As -built survey seco rane. Panels, repairs, destructs. • Task Three: As -built survey of the ary liner embrane. Panels, repairs, destructs, and liner tsurtvcy'o�the • Task Four: As 2' protective layer surface. Peavey & Associates Page 1 Surveying & Mapping, PA 139 b . Peavey & Associates Surveying & Mapping, PA 9399 North Lake Buffum Road Fort Meade, F133841 Phone: 863-738-4960 Email: DebPeaveyApeaveysurygying.com • TaskAs-built of the leachate collection system corridpr4-iip, sumps, manholes, Tarsc main, etc. • Task Six: As -built su of the final im ents. Edge of liner markers and stormwater improvements. • Task Seven: Volume cal ions nformance check and for measurement and fina ment purposes. Survey shall a square grid spaced not wider than et. Five copies of the final as - built ings and electronic copy in Cadd will be provided. 2. REQUIREMENTS OF CLIENT • Receipt of an executed agreement. • Hard copy of the approved construction plans • Digital copy of plans. (pdf and cadd) 3. PROFESSIONAL FEES Compensation for the outlines services will be on a lump sum basis, billed monthly for completion percentages of work in progress, as followed: Task One: Task Two: Task Three: Task Four: Task Five: Task One: Task Two: Task Three: Task Four: Task Five: Task Six: Task Seven: 11,500.00 10,000.00 6,000.00 1,500.00 2,500.00 TOTAL $31,500.00 12,000.00 13,000.00 13,000.00 13,000.00 8,000.00 8,000.00 TOTAL $600.00 Peavey & Associates Page 2 Surveying & Mapping, PA 140 Peavey & Associates Surveying & Mapping, PA 9399 North Lake Buffum Road Fort Meade, F133841 Phone: 863-738-4960 Email: DebPeaveynpeaveysurveying com 4. ACCEPTANCE OF TERMS Services requested by the CLIENT not listed in the above scope of work will be provided on a time and material basis in accordance with the "Hourly Rate Schedule" attached hereto as Exhibit "A". If the proceeding is satisfactory to you, please return a signed copy of this Agreement. Invoicing will occur monthly based upon the percentage or hours of work completed. Sincerely, Deborah L. Peavey, PSM Agreed to and accepted by: Owner or Owner's Authorized Agent EXHIBIT A HOURLY RATE SCHEDULE Senior Project Surveyor Survey Crew Date 175.00 175.00 Peavey & Associates Page 3 Surveying & Mapping, PA 141 ATTACHMENT B DRILLING PROPOSAL 142 ANDERSEN ANDRE CONSULTING ENGINEERS, INC. Geotechnical Engineering Construction Materials Testing Environmental Consulting Geosyntec Consultants, Inc. 1200 Riverplace Boulevard, Suite 710 Jacksonville, FL 32207 Attention: Mr. Kwasi Badu-Tweneboah, Ph.D., P.E. PROPOSAL FOR ABANDONMENT OF MONITORING WELLS AND INSTALLATION OF GAS MONITORING WELL INDIAN RIVER COUNTY LANDFILL INDIAN RIVER COUNTY, FLORIDA RACE Proposal No. P22-2487 (November 8, 2022) November 10, 2022 (Revl) In accordance with your request, we are pleased to submit our proposal to abandon four (4) groundwater monitoring wells at the above referenced project site. The wells vary in depth from approximately 23 feet to 45 feet, for a total of approximately 136LF of well length, with the diameter of each well being 2 inches. Further, 2 -ft by 2 -ft concrete well pads, manholes and bollards will be removed, with these materials being left at the Indian River County Landfill. No earthwork operations to backfill the well pad and bollard areas are included herein. The abandonment will completed by grouting (by tremie method from the bottom up) the wells using a lean cement grout and a truck- mounted drill rig. The well abandonment will be performed by a Water Well Contractor licensed by the South Florida Water Management District (SFWMD). Upon completion of the work, Well Completion Reports will be issued relative to the abandonment. In addition, we understand that an existing 7 -ft deep gas monitoring well (probe) will require abandonment, and a new 7 -ft deep probe (2" diameter schedule 40 PVC) will be installed, including concrete pad, locking manhole and four protective bollards. Our estimate of the cost of our services for this project is $8,100.00, itemized as follows: • Mobilization of Men and Equipment, lump sum ............................. $350.00 • Obtaining Well Abandonment Permits from the Indian River County Health Department; - Permit Cost + 15% .................................................... $250.00 - Project Engineer; 5 hours @ $110.00/hour................................ $550.00 • Monitoring Well Abandonment by a SFWMD Licensed Well Contractor; - Cost+ 15%.........................................................$1,200.00 • Issuance of SFWMD Well Completion Report (relative to abandonment) to the FDEP; - Project Engineer; 5 hours @ $110.00/hour................................ $550.00 • Abandonment of gas probe and installation of new gas probe - lump sum........ $5,200.00 Total Project Cost: .................. $8,100.00 Weather conditions permitting, we will start the well abandonment within 7-10 days after receiving your authorization to proceed. The well abandonment report will be issued within 14-21 days subsequent to our field work. 834 SW Swan Avenue, Port St. Lucie, Florida 34983 Ph: 772-807-9191 Fx: 772-807-9192 www.aaceinc.com 143 PROPOSAL FOR ABANDONMENT OF MONITORING WELLS AND INSTALLATION OF GAS MONITORING WELL -2- INDIAN RIVER COUNTY LANDFILL AACE PROPOSAL No. P22-2487 We appreciate the opportunity to present this proposal. If the terms above are acceptable to you, please sign and return the attached Professional Services Agreement as an indication of your acceptance and authorization to proceed with the work. Please contact us if you should have any questions concerning this cost estimate. Best regards, ANDERSEN ANDRE CONSULTING ENGINEERS, INC. Peter G. Andersen, P.E. Principal Engineer ANDERSEN ANDRE CONSULTING ENGINEERS, INC. WW W.AACEINC. COM 144 ANDERSEN ANDRE CONSULTING ENGINEERS, Inc. PROFESSIONAL SERVICES AGREEMENT AACE Proposal No: P22-2487 Project Name: ABANDONMENT OF MONITORING WELLS AND INSTALLATION OF GAS MONITORING WELL INDIAN RIVER COUNTY LANDFILL Client: Geosyntec Consultants, Inc. Address: 1200 Riverplace Boulevard, Suite 710 Attention: Mr. Kwasi Badu-Tweneboah, Ph.D., P.E. Jacksonville, FL 32207 Client hereby requests and authorizes Andersen Andre Consulting Engineers, Inc. ("AACE") to perform the following services: ABANDONMENT OFMONITORING WELLS AND INSTALLATION OF GAS MONITORING WELL I IRC LANDFILL, as detailed herein. Estimated Budget: $8,100.00 Payment Terms: Net 30 days from invoice date; invoices will be sent every four weeks for continued or extended projects. Interest charges, l'/z% per month following the due date. Proposal Acceptance: By accepting this Proposal, the Terms and Conditions of this Proposal, including the Terms on this page, and Andersen Andre Consulting Engineers, Inc.'s General Conditions appearing on the reverse side of this page are incorporated herein by reference. In the event this Professional Services Agreement was received by facsimile or via email, Client hereby confirms that the above described Proposal, the Terms and Conditions of this Proposal, including the Terms on this page, and Andersen Andre Consulting Engineers, Inc.'s General Conditions have been made available and are incorporated in this agreement. PURSUANT TO FLORIDA STATUTES SECTION 558.0035 (2013) AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE. Accepted by CLIENT: By. Name: Title: Date: Billing Address: Phone/Email: Accepted for AACE: By: Name: Peter G. Andersen, P.E. Tide: Principal Engineer Date: November 10, 2022 (Revl) 145 AACE GENERAL CONDITIONS 1- Parties And Scope Of Work: Andersen Andre Consulting Engineers, Inc. (hereinafter referred to as "AACE'� shall include said company, its individual professionals, particular division, subsidiary or affiliate performing the Work. "Work" means the specific geotechnical, analytical, testing, environmental or other service to be performed by AACE as set forth in AACE's proposal, the Client's acceptance thereof, both incorporated herein by this reference, and these General Conditions. "Client" refers to the person or business entity ordering the Work to be done by AACE. If the client is ordering the Work on behalf of another, the Client represents and warrants that the Client is the duly authorized agent of said party for the purpose of ordering and directing said Work. Further, Client shall disclose any such agency relationship to AACE in writing before the commencement of AACE's Work hereunder. Client agrees that AACE's professional dudes are specifically limited to the Work as set forth in AACE's proposal. The Client assumes sole responsibility for determining whether the quantity and the nature of the Work ordered by the Client is adequate and sufficient for the Client's intended purpose. Client shall communicate these General Conditions to each and every third party to whom the Client transmits any part of AACE's Work. AACE's Work is for the exclusive use of Client, and its properly disclosed principal. In no event shall AACE have any duty or obligation to any third party. The ordering of Work from AACE shall constitute acceptance of the terms of AACE's proposal and these General Conditions. 2 - Scheduling of Work. If AACE is required to delay commencement of the work, or if, upon embarking on its work, AACE is required to stop, delay or otherwise interrupt the progress of work as a result of changes in the scope of work requested by the client, to fulfill the requirements of third parties, interruptions in the progress of construction, or other causes beyond the exclusive reasonable control of AACE, additional charges will be applicable and payable by the Client 3 - Responsibility: AACE's work shall not include determining, supervising, or implementing the means, methods, techniques, sequences or procedures of construction. AACE shall not be responsible for evaluating, reporting or affecting job conditions conceming health, safety or welfare. AACE's work or failure to perform same shall not in any way excuse any contractor, subcontractor or supplier from performance of its work in accordance with the contract documents. 4 - Payment: Payment shall be due within 30 days after date of invoice. Interest at the tate of 18% per annum (or the highest rate allowable by law) from 30 days after date of invoice to dare payment is received will be added to all amounts not paid within 30 days after date of invoice. All attorney fees and expenses associated with collection of past due invoices will be paid by Client. 5 - Right -of -Entry: Unless otherwise agreed, Client will furnish right -of -entry on the property forAACE to make the planned borings, surveys, and/or explorations. AACE will take reasonable precautions to minimize damage to the property caused by its equipment and sampling procedures, but the cost of restoration or damage which may result from the planned operations is not included in the contracted amount. If Client desires to restore the property to its former condition, AACE will accomplish this and add the cost to its fee. 6 - Damage to Existing Man-made Objects: It shall be the responsibility of the Owner or his duly authorized representative to disclose the presence and accurate location of all hidden or obscure man-made objects relative to field tests, sampling, or boring locations. When cautioned, advised or given data in writing that reveal the presence or potential presence of underground or overground obstructions, such as utilities, AACE will give special instructions to its field personnel. As evidenced by your acceptance of this proposal, Client agrees to defend, indemnify and save harmless AACE from all claims, suits, losses, personal injuries, death and property liability resulting from subsurface conditions or damages to subsurface structures or man made objects, owned by Client or third parties, occurring in the performance of the proposed work, whose presence and exact locations were not revealed to AACE in writing, whether such claims or damages are caused in whole or in part by AACE, and agree to reimburse AACE for expenses in connection with any such claims or suits, including reasonable attorney's fees. Client's obligation to indemnify is limited to $1 million per occurrence, which Client agrees beats a reasonable commercial relationship to the Work undertaken by AACE. Client further agrees that these general conditions are a part of the Work's specifications or bid documents, if any. 7 - Warranty and Limitation of Liability: AACE shall perform services for Client in a professional manner, using that degree ofcare and skill ordinarily exercised by and consistent with the standards of competent consultants practicing in the same or a similar locality as the project. In the event any portion of the services fails to comply with this warranty obligation and AACE is promptly notified in writing prior to one year after completion of such portion of the services, AACE will re -perform such portion of the services, or if re -performance is impracticable, AACE will refund the amount of compensation paid to AACE for such portion of the services. This warranty is in lieu of all other warranties. No other warranty, expressed or implied, including warranties of merchantability and fitness for a particular purpose is made or intended by the proposal for consulting services, by furnishing an oral response of the findings made or by any representations made regarding the services included in this agreement. In no event shall AACE be liable for any special, indirect, incidental, or consequential loss or delay or time -related damages. The remedies set forth herein are exclusive and the total liability of consultant whether in contract, tort (including negligence whether sole or concurrent), or otherwise arising out of, connected with or resulting from the services provided pursuant to this Agreement shall not exceed the total fees paid by Client or $50,000.00, whichever is greater. Client may, upon written request received within five days of Client's acceptance hereof, increase the limit of AACE's liability by agreeing to pay AACE an additional sum as agreed in writing prior to the commencement of AACE's services. This charge is not to be construed as being a charge for insurance of any type, but is increased consideration for the greater liability involved. For services involving or relating to pollution, it is further agreed that the Client shall indemnify and hold harmless AACE and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct and indirect or consequential damages, including but not limited to fees and charges of attorneys and court and arbitration costs, arising out of or resulting from the performance of the work by AACE, or claims against AACE arising from the work of others. This indemnification provision extends to claims against AACE which arise out of, are related to, or are based upon, the disposal, discharge, escape, release or saturation of vapors, fumes, acids, alkalis, toxic chemicals, liquids, gases or any other material, irritant, contaminant or pollutant in or into the atmosphere or on, onto, upon, in or into the surface or subsurface. Client's obligation to indemnify is limited to $1 million per occurrence, which Client agrees bears a reasonable commercial relationship to the Work undertaken by AACE. Client further agrees that these general conditions are a part of the Work's specifications or bid documents, if any. 8 - Sampling or Testing Location: Unless specifically stated to the contrary, the fees included in this proposal do not include costs associated with professional land surveying of the site or the accurate horizontal and vertical locations of tests. Field tests or boring locations described in our report or shown on our sketches are based on specific information furnished to us by others or estimates made in the field by our technicians. Such dimensions, depths or elevations should be considered as approximations unless otherwise stated in the report. 9 - Sample Handling and Retention: Generally test samples or specimens areconsumed and/or substantially altered during the conduct of tests and AACE, at its sole discretion, will dispose (subject to the following) of any remaining residue immediately upon completion of test unless required in writing by the Client to store or otherwise handle the samples. (a) NON HAZARDOUS SAMPLES: At Client's written request, AACE will maintain preservable test samples and specimens or the residue therefrom for thirty (30) days after submission of AACE's report to Client free of storage charges. After the initial 30 days and upon written request, AACE will retain test specimens or samples for a mutually acceptable storage charge and period of time. (b) HAZARDOUS OR POTENTIALLY HAZARDOUS SAMPLES: In the event that samples contain substances or constituents hazardous or detrimental to human health, safety or the environment as defined by federal, state or local statutes, regulations, or ordinances ('Hazardous Substances" and "Hazardous Constituents", respectively), AACE will, after completion of testing and at Client's expense: (I) return such samples to Client; (li) using a manifest signed by Client as generator, will have such samples transported to a location selected by Client for final disposal Client agrees to pay all costs associated with the storage, transport, and disposal of such samples. Client recognizes and agrees that AACE is acting as a bailee and at no time does AACE assume title of said waste. 10 - Discovery of Unanticipated Hazardous Materials: Hazardous materials or certain types of hazardous materials may exist at a site where there is no reason to believe they could or should be present. AACE and Client agree that the discovery of unanticipated hazardous materials constitutes a changed condition mandating a renegotiation of the scope of work or termination of services. AACE and Client also agree that the discovery of unanticipated hazardous materials may make it necessary for AACE to take immediate measures to protect health and safety. AACE agrees to notify Client as soon as practicable should unanticipated hazardous materials or suspected hazardous materials be encountered. Client encourages AACE to take any and all measures that, in AACE's professional opinion, are justified to preserve and protect the health and safety of AACE's personnel and the public. Client agrees to compensate AACE for the additional cost of working to protect employees' and the public's health and safety. In addition, Client waives any claim against RACE, and agrees to defend, indemnify and save AACE harmless from any claim or liability for injury or loss arising from AACE's discovery of unanticipated hazardous materials or suspected hazardous materials. Client also agrees to compensate AACE for any time spent and expenses incurred by AACE in defense of any such claim, with such compensation to be based upon AACE's prevailing fee schedule and expense reimbursement polity relative to recovery of direct project costs. 11- joint and Several Liability: The concept of joint and several liability is basically this: When two or more parties are considered responsible for causinginjuryordamage, any one of the parties may be made to provide compensation for as much as 100% of the damages assessed. When applied to hazardous materials projects, it is possible that the concept of joint and several liability could be construed to make AACE partly or wholly responsible for damages created directly or indirectly by the hazardous materials. Client agrees that it would be unfair for AACE to be exposed to such an action, because AACE had nothing whatsoever to do with the creation of the hazardous condition. Accordingly, Client waives any claim against RACE, and agrees to defend, indemnify and save AACE harmless from any claim or liability for injury or loss arising from application of a joint and several liability concept that would, in any manner, hold or seek to hold AACE responsible for creating a hazardous condition or permitting one to exist. Client also agrees to compensate AACE for any time spent and expenses incurred by AACE in defense of any such claim, with such compensation to be based upon AACE's prevailing fee schedule and expense reimbursement polity relative to recovery of direct project costs. 12 - Legal jurisdiction: The parties agree that any actions brought to enforce any provision of this Agreement shall only be brought in a court of competent jurisdiction located in St. Lucie County, Florida All causes of action arising out of AACE's Work shall be deemed to have accrued and the applicable statutes oflimitation shall commence to run not later than either the date of substantial completion of the Work for acts or failures to act occurring prior to substantial completion, or the date of issuance of final payment for acts or failures to act occurring after substantial completion of the Work. 13 - Force Majeure: AACE shall not be held responsible for any delay or failure in performance of any part of this Agreement to the extent such dela ofi Wure is caused by fire, flood, explosion, war, strike, embargo, government requirecivil or military authority, acts of God, act or omission of subcontractors, carriers, client or other similar causes beyond its control. ATTACHMENT C PROJECT SCHEDULE 147 N N co 2 m 0 N a Q N N U_ O O N cu a N: pN N __ N 7 C> (0 .D N C N E 0 v C � � N II 0 W E M " v > L o Z - d N N O N 0 N fn C 10, lL g o a p c Cl) U N �"� N N N Cl N N U L M N N (D t0 m m U > C N C O LO L 'p C c O o 0 0 d >� .� w= 0 '. C T Cl Cl.C• N c0 f9 O a >. T 'm O T cc 'O CL L 7 � O LO C7 N O LO N CL o w 0) C .O y C C ''. Q O E X W 0) m y E{ o d o ca N d N o '.O N 2 o i cn 0 a Q U U7 Z a 0 c CC o CL M o c U 2 c m E a v7 c o� `0 c d N — m a c U w m c m € 4 ` � o a d c a U 0 CL c 0 U m 2 47 fn 2 O cD co U 2 N C U Z N N O d O U O C) a Q N t �a ATTACHMENT D DETAILED BUDGET ESTIMATE 149 Table 1 BUDGET ESTIMATE PHASE 1 - SITE PREPARATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 1: PROJECT MANAGEMENT/MEETINGS ITEM BASIS RATE QUANTITY ESTIMATED COST A. Professional Services a. Senior Principal Hr$260.00 34 $8,840.00 b. Principal HrF$203.00 $245.00 0 $0.00 c. Senior Professional Hr$225.00 0 $0.00 d. Project Professional Hr 0 $0.00 e. Professional Hr $176.00 40 $7,040.00 f. Senior Staff Professional Hr $154.00 0 $0.00 g. Staff Professional Hr $132.00 0 $0.00 Subtotal Professional Services $15,880.00 B. Technical/Administrative Services a. Senior Designer Hr $165.00 6 $990.00 b. Designer Hr $143.00 0 $0.00 c. Senior Drafter/Senior CADD Operator Hr $126.00 0 $0.00 d. Project Administrator Hr 1 $71.00 12 $852.00 e. Clerical Hr 1 $55.00 1 4 $220.00 Subtotal Technical/Administrative Services $2,062.00 C. Reimbursables a. Lodging Da $150.00 2 $300.00 b. Per Diem Da $55.00 2 $110.00 c. Communications Fee 3% Labor $0.03 $17,942 $538.26 d. CADD Computer System Hr $15.00 6 $90.00 e. Vehicle Rental & Fuel Da $150.00 3 $450.00 f. 8"x11" Photocopies Each $0.12 100 $12.00 9.CADD Drawin s Each $3.00 20 $60.00 Subtotal Reimbursables $1,560.26 TOTAL ESTIMATED BUDGET: PHASE 01 $19 502.26 150 Table 2 BUDGET ESTIMATE PHASE 1 - SITE PREPARATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 2: PREPARATION OF CONSTRUCTION DOCUMENTS ITEM BASIS RATE QUANTITY ESTIMATED COST A. Professional Services a. Senior Principal Hr $260.00 16 $4,160.00 b. Principal Hr $245.00 0 $0.00 c. Senior Professional Hr $225.00 16 $3,600.00 d. Project Professional Hr $203.00 0 $0.00 e. Professional Hr $176.00 42 $7,392.00 f. Senior Staff Professional Hr $154.00 30 $4,620.00 g. Staff Professional Hr $132.00 0 $0.00 Subtotal Professional $19,772.00 B. Technical/Administrative Services a. Senior Designer Hr $119.39 76 $9,073.64 b. Designer Hr $117.10 0 $0.00 c. Senior Drafter/Senior CADD Operator Hr $81.39 0 $0.00 d. Project Administrator Hr $83.08 0 $0.00 e. Clerical Hr $49.96 0 $0.00 Subtotal Technical/Adminis $9,073.64 C. Reimbursables a. Lodging Da $100.00 0 $0.00 b. Per Diem Da $55.00 0 $0.00 c. Communications Fee 3% Labor $0.03 $28,846 $865.38 d. CADD Computer System Hr $15.00 76 $1,140.00 e. Vehicle Rental & Fuel Da $150.00 0 $0.00 f. 8"x11" Photocopies Each $0.12 400 $48.00 CADD Drawin s Each $3.00 200 $600.00 Subtotal Reimburs $2,653.38 TOTAL ESTIMATED BUDGET: PHASE 02 $31 499.02 151 Table 3 BUDGET ESTIMATE PHASE 1 - SITE PREPARATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 3: CONTRACTOR PROCUREMENT 152 ITEM BASIS RATE QUANTITY ESTIMATED COST A. Professional Services a. Senior Principal Hr $260.00 16 $4,160.00 b. Principal Hr $245.00 0 $0.00 c. Senior Professional Hr $225.00 16 $3,600.00 d. Project Professional Hr $203.00 0 $0.00 e. Professional Hr $176.00 48 $8,448.00 f. Senior Staff Professional Hr $154.00 0 $0.00 g. Staff Professional Hr $132.00 12 $1,584.00 Subtotal Professional Services $17,792.00 B. Technical/Administrative Services a. Senior Designer Hr $119.39 24 $2,865.36 b. Designer Hr $117.10 0 $0.00 c. Senior Drafter/Senior CADD Operator Hr $81.39 0 $0.00 d. Project Administrator Hr $83.08 0 $0.00 e. Clerical Hr $49.96 1 8 $399.68 Subtotal Technical/Administrative Services $3,265.04 C. Reimbursables a. Vehicle Rental & Fuel Da $150.00 2 $300.00 b. Per Diem Da $55.00 2 $110.00 c. Communications Fee 3% Labor $0.03 $21,057 $631.71 d. CADD Computer System Hr $15.00 24 $360.00 e. 8"x11" Photocopies Each $0.12 0 $0.00 f. CADD Drawings Each $3.00 0 $0.00 Subtotal Reimbursablesl $1,401.71 TOTAL ESTIMATED BUDGET: PHASE 03 $22,458.75 152 Table 4 BUDGET ESTIMATE PHASE 1 - SITE PREPARATION FOR CELL 1 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 4: CONSTRUCTION -PHASE SERVICES 153 ITEM BASIS RATE QUANTITY ESTIMATED BUDGET A. Professional Services a. Senior Principal hr $260.00 14 $3,640.00 b. Principal hr $245.00 0 $0.00 c. Senior Professional hr $225.00 16 $3,600.00 d. Project Professional hr $203.00 0 $0.00 e. Professional hr $176.00 54 $9,504.00 f. Senior Staff Professional hr $154.00 0 $0.00 g. Staff Professional hr $132.00 142 $18,744.00 Subtotal Professional Services $35,488.00 B. Technical/Administrative Services a. Construction Manager hr $132.00 0 $0.00 b. Site Manager hr $110.00 0 $0.00 c. Senior Technician hr $88.00 0 $0.00 d. Senior Designer hr $165.00 8 $1,320.00 e. Designer hr $143.00 0 $0.00 f. Senior Drafter/CADD Operator hr $126.00 0 $0.00 g. Project Administrator hr $71.00 0 $0.00 h. Clerical hr $55.00 8 $440.00 Subtotal Technical/Administrative Services $1,760.00 C. Reimbursables a. Lodging da $150.00 15 $2,250.00 b. Per Diem da $55.00 15 $825.00 c. Communications Fee 3% labor $0.03 $37,248 $1,117.44 d. CADD Computer System hr $15.00 8 $120.00 e. Geotechnical Lab Testing est $1,500.00 1.10 $1,650.00 f. Geos nthetics Lab Testing est $7,500.00 0 $0.00 g. Surveyor est $31,500.00 1.10 $34,650.00 h. Vehicle Rental & Fuel da $150.00 15 $2,250.00 i. Computer, Data Collectors, Camera week $25.00 15 $375.00 j. Nuclear Density Gauge week $125.00 15 $1,875.00 k. Consumables week $75.00 15 $1,125.00 I. 8.5"x11" Photocopies each $0.12 600 $72.00 m. CADD Photocopies each $3.00 50 $150.00 Subtotal Reimbursables $46,459.44 TOTAL ESTIMATED BUDGET: PHASE 04 _$83,707.44 153 Table 5 BUDGET ESTIMATE PHASE 1 - SITE PREPARATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 5: ABANDONMENT OF WELLS ITEM BASIS RATE QUANTITY ESTIMATED BUDGET A. Professional Services a. Senior Principal hr $260.00 2 $520.00 b. Principal hr $245.00 0 $0.00 c. Senior Professional hr $225.00 0 $0.00 d. Project Professional hr $203.00 0 $0.00 e. Professional hr $176.00 20 $3,520.00 f. Senior Staff Professional hr $154.00 0 $0.00 g. Staff Professional hr $132.00 0 $0.00 Subtotal Professional Services $4,040.00 B. Technical/Administrative Services a. Construction Manager hr $132.00 0 $0.00 b. Site Manager hr $110.00 0 $0.00 c. Senior Technician hr $88.00 0 $0.00 d. Senior Designer hr $165.00 0 $0.00 e. Designer hr $143.00 0 $0.00 f. Senior Drafter/CADD Operator hr $126.00 0 $0.00 g. Project Administrator hr $71.00 8 $568.00 h. Clerical hr $55.00 0 $0.00 Subtotal Technical/Administrative Services $568.00 C. Reimbursables a. Lodging da $150.00 1.00 $150.00 b. Per Diem da $55.00 1.00 $55.00 c. Communications Fee 3% labor $0.03 $4,608 $138.24 d. CADD Computer System hr $15.00 0 $0.00 e. Drilling Subcontractor est $8,100.00 1.10 $8,910.00 f. Vehicle Rental & Fuel da $150.00 1.10 $165.00 g. Consumables week $75.00 1.00 $75.00 h. 8.5"x11" Photocopies each $0.12 50 $6.00 i. CADD Photocopies each $3.00 10 $30.00 Subtotal Reimbursables $9,529.24 TOTAL ESTIMATED BUDGET: PHASE 05 $14 137.24 154